PANCHPATMALI BAUXITE MINES DAMANJODI – 763 008, DIST. (ORISSA) [email protected] Ph: 06853-268030, Fax: 06853-268030 OPEN TENDER

Tender No. MINES/PUR/3000003344/EK2186./ Date: 05.07.2018 To ------

Sub: Nitrogen General Plant at NALCO Mines, Damanjodi. Ref: MATLS/MINES/3000004810/EK2186/ dated 05.07.2018.

Dear Sir,

We are pleased to issue the tender document for Nitrogen Generator (Plant) for Tyre inflation and Suspension charging at Nalco Mines Damanjodi. Detailed document comprises the following:-

01.General terms and conditions of tender. (Annexure – A) 02.Vendor compliance statement - (Annexure-B) 03. Technical specification (Annexure-I to Annexure IX) 04.Unpriced bid-(Annexure-C) 05.Proforma for BG for EMD (Annexure-D) 06.Proforma for Performance Bank Guarantee (Annexure-E) 07.Social accountability (Annexure -F) 08.Standard terms and conditions.(Annexure-G) . The offer should be submitted in two part bid i.e., '”Techno Commercial Bid” and “Price Bid”.. a) Techno Commercial Bid should contains the following: i. Detailed technical specification as per Annexure need to be filled up, signed and stamped as token of having acceptance the same in toto. ii Other General terms and conditions of tender as per Annexure is tobe signed and stamped as token of having accepted all the terms and conditions in toto. iii. Copy of Price bid format as submitted in Price Bid, but deleting price portion i.e. the copy of Price Bid format submitted in techno-commercial bid must not contain price. iv. Deviation to technical specification, if any :- Specification point wise deviation statement to be given with reasons and advantages for the deviation. v. Deviation statement towards commercial terms and conditions, if any, tobe submitted in the Techno commercial Bid.

NALCO reserves the right to accept/reject an offer with deviations to tender conditions and also an incomplete offer is liable for rejection. b) Price bid should contains as per BOQ/Annexure.

1

Submit your online offer through CPP Portal. Bidders can download the complete set of tender documents which is available in our website www.nalcoindia.com and also in the website www.eprocure.gov.in. Price bid/BOQ (Part II) in xls to be downloaded from the tender documents at www.eprocure.gov.in

For online submission of tenders, the bidder should have a valid Digital signature certificate (Class II/Class III) issued by any certifying authority recognized by CCA (e.g. Sift/nCode/eMundhra etc). Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL:http://eprocure.gov.in/eprocure/app) on the CPP Portal.

In order to able to participate in our online tender you need to register using the link "Online Bidder Enrollment" on the home page and enroll your valid digital certificate (URL:http://eprocure.gov.in/eprocure/app.

In case of any difficulty in submission of online bid through Central Public Procurement Portal (i.e. CPP Portal), the bidders are requested to contact the following person. Help desk CPP Portal contact No. 0120-4200462, 0120-4001002, 0120-4001005

The bids are to be submitted in two parts - Part-I (Techno commercial bid) and Part II (Price bid) and this bids are to be submitted in CPP Portal only. Please ensure that the tenders are to be submitted in time and are complete in all respects.

Last date and time of submission of bids (both techno commercial bid and price bid) 03.08.2018 upto 14.30 hrs and date and time of opening of the bid (techno commercial bid only) 07.08.2018 at 15.00 hrs. ) in presence of bidders' representative who may wish to present. through Central Public Procurement Portal (CPP Portal) only. www.eprocure.gov.in.

The scan copy of DD/Banker's cheque towards EMD are to be uploaded in the Technical bid. The original is to be sent to the following address

Dy.General Manager (Materials ) NALCO Bauxite Mines, Materials department. Purchase section , DAMANJODI-763008, Dist: Koraput ()

NALCO reserves the right to accept or reject any or all tenders in full without assignment any reason thereto. At any time prior to the bid due date, NALCO may for any reason, modify the bidding documents and issue amendment in the form of Addendum or corrigendum & extend the bid due date. .

Thanking you,

Yours faithfully, For National Aluminium Company Ltd.,

2

DY.GENERAL MANAGER(MATERIALS) ANNEXURE A

GENERAL TERMS AND CONDITIONS OF ENQUIRY

1. SCOPE OF WORK AND TECHNICAL SPECIFICATIONS: Supply of Nitrogen Generator (Plant) for Tyre inflation and Suspension charging as per technical details at Annexure-I to IX)

2. PRICE BASIS AND FIRMNESS: Offer your price FOR Nalco Mines Damanjodi and freight paid basis.

Unless otherwise specified all prices quoted must remain firm except for statutory Variation in taxes during contractual delivery period. Any increase in taxes after expiry of delivery period will be to suppliers account. Prices variation clause if any should be clearly quantified without any ambiguity with ceiling limit.

3. SUPPLY SCHEDULE: As per annexure I

4. REDUCTION IN PRICE FOR LATE DELIVERY AND RISK AND COST PURCHASE: Considering NALCO’s delivery requirement, firm delivery schedule should be quoted. For delay in delivery attributable to the supplier, price will get reduced @ ½% of the order value for each week or part thereof subject to maximum of 10% of undelivered portion . NALCO also reserves the right to procure the material from alternative sources at the Risk & Cost of the supplier giving 15 days notice, if the Seller fails to execute the contract as per the terms & conditions of the order. This will be without prejudice to the rights of NALCO for any other action including termination

5. CONTRACT CUM PERFORMANCE BANK GUARANTEE: As per annexure I

7. OFFER VALIDITY :: Offers should be valid for a period of 120 days from the schedule date of opening.

8. PAYMENT TERM : As per annexure I

9. EARNEST MONEY DEPOSIT (EMD) Tenderers are required to submit interest free EMD of Rs.40,000/-(Rupees Forty thousand only) in shape of Demand Draft in favour of National Aluminium Co.Ltd. Payable at SBI, Damanjodi or in the form of Bank Guarantee valid for six months in NALCO’s prescribed format and Nalco’s approved bank.. EMD in the form of DD, BG should be submitted along with Techno-commercial bid only. Offers received without EMD shall not be considered. This deposit will not carry any interest. The EMD will be returned to all unsuccessful bidders immediately after finalization of the

3

order and its acceptance by the successful bidder. The EMD of the successful bidder will be returned after they accept the order and submit contract-cum-performance bank guarantee. If the successful bidder does not accept the order and/or fails to execute the order, the EMD will be forfeited.

The Public Sector firms and firms registered under DGS&D/NSIC/Ancillary to NALCO(registered for tendered product) are exempted from payment of EMD. The exemption for submitting EMD may be considered only if Xerox copy of a valid Registration Certificate for the tendered product is submitted along with the offer.

10. WARRANTY: As per annexure I.

11. ARBITRATION AND JURISDICTION OF COURT : In case of any dispute or difference arising out of the contract which can not be resolved mutually between NALCO and seller, it shall be referred to a Sole Arbitrator, to be appointed by CMD of NALCO. The CMD, NALCO, shall communicate/cause to communicate, a panel of three names of persons to Seller/NALCO as the case may be in this regard within 30 (thirty) days of notice of arbitration by the Seller/NALCO as the case may be, to select any one of them to be appointed as the Arbitrator. In case Seller/NALCO as the case may be has not communicated its selection as above within thirty days, CMD, NALCO will appoint any one of the persons from the panel as a Sole Arbitrator. The Arbitrator shall give a reasoned and speaking award. The award of the Arbitrator shall be binding on both the parties. The venue of arbitration shall be at . In case of any vacancy another Arbitrator will be appointed in the same manner as above. The Arbitration and Conciliation Act, 1996 and rules made there-under shall apply to the Arbitration Proceedings.

The Contract shall be governed by and construed according to the laws in force in India and subject to exclusive jurisdiction of the Courts of Bhubaneswar only.

12. FORCE MAJEURE : Any delay or failure to perform the contract by either party caused by acts of God or acts of Govt. or any direction or restriction imposed by Government of India which may affect the contract or the public enemy or contingencies like strikes, riots etc. shall not be considered as default for the performance of the contract or give rise to any claim for damage. Within seven days of occurrence and cessation of the event(s), the other party shall be notified. Only those events of force majeure which impedes the execution of the contract at the time of its occurrence shall be taken into cognizance.

13 NALCO reserves the right to accept any tender or all tenders without assigning any reasons thereof. NALCO also reserves the right to cancel/drop this tender/this requirement without assigning any reason there of.

4

14 NALCO shall have the right to terminate the contract by giving 60 days notice without assigning any reasons thereof. However, in the event of any breach of terms of the contract, NALCO will have right to terminate the contract by written notice to the Seller.

15. To enable Nalco to avail ITC benefits on Service tax paid on freight charges, the bidder is required to show separately in the invoice the amount of service tax on freight as indicated in Price Bid. Please note that Bid evaluation shall be done by taking ITC credit on GST & service tax on freight charges if claimed.

16. No part of the contract nor any share or interest therein shall, in any manner or degree, be transferred, assigned or sub-let by the Seller directly or indirectly to any person, firm or corporation whatsoever without the consent of NALCO in writing.

17 If the tenderer is unable to quote against the enquiry, regret letter must be sent to reach NALCO within the schedule of tender opening. Non-submission of regret letter may disqualify the vendor from future procurement.

18. GST Registration Number and a copy of registration certificate must be submitted.

19 DELIVERY: The seller shall make necessary arrangement for transportation and timely delivery of the material at Buyer's site at Panchpatmali Bauxite Mines, NALCO, Damanjodi. The supplies to be made as per details given below. Consignment to be dispatched to:

CONSIGNEE: :NATIONAL ALUMINIUM CO.LTD., MINES DIVISIONN.,DAMANJODI-763008 KORAPUT(ODISHA) Attn: Dy..General Manager (Mat)

Mode of Despatch: BY ROAD

Destination : :NATIONALALUMINIUM CO.LTD. MILNES DIVISION, DAMANJODI-763008(ODISHA)

20. COMMERCIAL CRITERIA: 1) Average annual financial turnover of the bidder during the last three years ending 31st March of the previous financial year should be at least 30% of the tender value.

The Annual Turnover shall be escalated @ 10 % (Ten Percent) per annum (simple interest) to bring them at current Price level. The Annual turnover of the latest pervious year shall not be considered for any escalation.

2) Net worth of the bidder during the latest financial year shall be positive as per audited balance sheet. The bidders have to submit the copies of audited financial statements/

5

profit & loss accounts of the relevant years in support of the above qualifying criterion along with the bid. For bids received prior to 30th June of any year, the financial figure for the previous to previous year may also be considered for evaluation. Whereas for bids submitted after 30th June, the bidder may also submit financial statement for the previous year certified by Chartered Accountant/Auditor for consideration of their bid.

6

ANNEXURE – B VENDOR COMPLIANCE STATEMENT (AGREED TERMS & CONDITIONS) (To be filled in by the Tenderer and submitted with Techno-Commercial bid) IMPORTANT This questionnaire must be filled in against all serial nos. & submitted along with the Techno- Commercial. Non submission or submission of incomplete questionnaire may lead to rejection of the offer.

Sl. Descriptions Bidder’s confirmation No. Yes/No 1. LOADING:Deviations to terms & conditions shall lead to loading of prices or rejection of offer. 2. PRICE: Confirm that the quoted prices are based on FOR destination point including packing & forwarding. (i) If quoted on Ex- works basis, indicate P&F charges in terms of percentage (ii) Indicate dispatching station. 3. FIRM PRICE: Confirm that the quoted prices are firm and fixed till complete execution of order as per Annex-A 4. VALIDITY OF OFFER: Confirm that the offer shall be valid up to 120 days from the bid due date as per Annex A. 5. GST: Indicate the percentage (%) of GST . 6. FREIGHT & MODE OF TRANSPORT: Materials to be dispatched by road on freight prepaid and on door delivery basis.. Consignee copy of LR to be sent with /truck. Consignment may be dispatched by our authorized transporters. Or delivery at our site by your own arrangement. 7. Confirm that taxes other than as mentioned in your Price Bid payable up to the stage of handing over of the system to Owner shall be borne by you. 8. (a) Confirm submission of a copy of Price Bid deleting Price portion in part-I Bid. (b) Confirm that the quoted prices are strictly as per the price bid format . 9. LIQUIDATED DAMAGES (as per Clause of Annexure- A):Any delay in delivery/ completion shall attract LD at 0.5% value of order price per week or part thereof subject to a maximum 10% of the total order value as per Annex-A. 10. RISK & COST PURCHASE NALCO reserves the right to procure the material from alternate sources at the Risk and Cost of the supplier, giving 15 days notice. Confirm acceptance of relevant terms. 11. FORCE MAJEURE: Only those events of Force Majeure which impedes the execution of the contract at the time of its occurrence shall be taken in to cognizance. Please confirm acceptance as per clause of Annexure A. 12 ARBITRATION: Subject to Bhubaneswar Jurisdiction only

7

Sl. Descriptions Bidder’s confirmation No. Yes/No based on Indian Arbitration Act 1996 as per clause no.12 of Annexure-A 13. TERMS OF PAYMENT:- Confirm acceptance of relevant terms of payment as per annexure I.. 14 GUARANTEE/WARRANTY PERIOD (as per Annexure- I)

15. PERFORMANCE BANK GUARANTEE: Confirm acceptance of PBG as per annexure I. 16 CONTRACT TERMINATION: Confirm acceptance of relevant terms of termination of contract as per Annexure-A 17. REJECTION OF OFFER: NALCO reserves the right to reject the offer, in case the bidders past performance in any of the NALCOs previous contract is not found to be satisfactory. 18. During execution of contract, the travel, boarding, lodging & other incidental expenses of the personnel assigned for the execution of the contract shall be borne by the supplier. 19 EMD of Rs. 40,000/- as per clause of Annexure-A should be submitted 20 Average annual financial turnover as per annexure-A, 20.

Place: Signature: Date: Name: Designation with seal

8

ANNEXURE -C

UNPRICED BID FORMAT TENDER FOR SUPPLY OF Nitrogen Gas Generation unit at Mines. (To be Submitted with Techno commercial Bids ) (To be filled in by the Bidder) 1. M/s. :

Fax No. : Telex No.

Telephone Nos. : e-mail ID : Contact Person : GST No and HSN code for offered item : 2. (1) Name and Address of the : Manufacturer

(ii) Location of the plant from where : Supplies shall be made

3. (a) Whether specification of the items : Offered by you is strictly as per Annexure I to IX of Tender.

4. Validity of the Offer : (120 days from the date of opening of Technical Bids)

5. In case you are supplying to any other PSU, with the same specification which NALCO has floated enquiry please furnish Purchase order copies.

6. Confirm quoted prices are as per price format given :

7. Confirm that quoted prices will remain firm and : fixed till complete execution of the order

8. Confirm transit insurance is included in the : quoted price will be borne by you.

9. Confirm that Performance : Bank Guarantee :will be furnished in the format of NALCO.

9

10. Please confirm you will obey all safety measures as per : While transportation.

11. Indicate shortest delivery period(at our site) : : 12. Confirm acceptance of price reduction Clause(PRC) : for delay in deliveries specified in the attached terms A conditions (1/2% per week subject to maximum of 10%). : On purchase order value.

13. Confirm acceptance of performance criteria :

14. Please confirm acceptance to payment terms : as per annexure.

15. Confirm that the Bank Mandate form is to be : Submitted duly filled in and endorsed By your banker in case of order.

16. Please confirm that the price has been submitted : in the manner prescribed in the price schedule format (As per annexure) in separate price bid covered.

17. We confirm and accept all the above conditions, tender details including Standard terms and conditions and hereby agree to abide by the same.

PLACE : Date:

Signature of bidder:

10

MEMBRANE NITROGEN GENERATION PLANT

11

SPECIAL TERMS AND CONDITIONS OF ENQUIRY (ANNEXURE-I)

12

Annexure – I SPECIAL TERMS AND CONDITIONS OF ENQUIRY 1.0 SUBJECT AND SCOPE: Design, manufacture, fabrication / assembly, shop testing, painting, supply, storage, preservation and handling at site, erection, testing and commissioning of Membrane Nitrogen Generator as per Job Specification complete with electrical equipment and standard accessories with attachments. Calibration certificates, performance guarantees and supply of one year consumables are also in the scope of supply, installation, commissioning of the Membrane Nitrogen Generator at Panchpatmali Bauxite Mines of National Aluminium Company Ltd , Damanjodi, Odisha. 2.0 DRAWINGS: The successful bidder shall submit the GA and electrical drawings to Nalco within 10 days from the date of issue of purchase order 3.0 TERMS OF PAYMENT: 3.1 FOR SUPPLY PORTION (i.e., EQUIPMENTS, ACCESSORIES, ETC.): 3.1.1 80% (eighty percent) payment shall be made through e-payment after receipt and acceptance of the Membrane Nitrogen Generator with its accessories at site along with the dispatch documents and duly accepted by NALCO. 3.1.2 10% (Ten percent) payment shall be made on successful completion of erection, commissioning of the system for the Membrane Nitrogen Generator against certification from concerned Manager-in-charge from NALCO 3.1.3 Balance 10% (Ten percent) payment shall be made on successful completion of PG Test, submission all workshop manual, O&M manual, part list as built drawings etc and submission of CPBG as detailed elsewhere in the document. 3.2 FOR SERVICES (i.e., ERECTION, COMMISSIONING and TESTING): 3.2.1 90% (Ninety percent) payment shall be made after successful completion of erection and commissioning of the Nitrogen Generator and against certification from concerned Manager-in-charge from NALCO. 3.2.2 Balance 10% (Ten percent) payment shall be made on successful completion of PG Test of the Membrane Nitrogen Generator and against certification from concerned Manager-in-charge from NALCO, submission of CPBG as detailed elsewhere in the document and submission of manuals, as built drawings etc 3.2.3 No dues certificate/ No claim Certificate shall form part of the documents to be submitted while claiming final payment. 4.0 COMPLETION PERIOD (for Supply, Installation, Commissioning, Testing, etc.):

The Total Completion period for this Order with Activity schedule Break-Up is as follows:

13

4.1 Data and drawings: All drawings and data sheet to be submitted for Technical evaluation within 15 days after award of LOI/PO. 6 sets of hard copies and a soft copy in AUTOCAD format are to be submitted after completion of the project. 4.2 Clearance from NALCO: Technical evaluation and Clearance from NALCO will be given to the party within 15 days after receipt of all drawings and data sheet. 4.3 Supply: The vendor has to supply the Membrane Nitrogen Generator system along with all its accessories within 04 months after approval of the drawings and data sheets. 4.4 Installation, Commissioning, Testing etc.: The vendor has to complete erection, commissioning, testing etc. of the Membrane Nitrogen Generator along with the complete system within 01 month after supply of material at site. The supervision and execution of work shall be in supplier’s scope. Note: The total period of assignment (Total contract period) remains 6 months. However the vendor can reorganize the job/time period of individual job components suitably for betterment of the job without changing the total contract period of 7 months. 4.5 PENALTY: In the event of placement of order, if the party/supplier fails to complete the project in full within the delivery date Nalco reserves the right to levy the penalty on the party/ supplier @ 0.5 % of basic value of the equipment for each week or part thereof but not exceeding 10% of the purchase order value. NALCO reserves the right to cancel the order or make alternative purchase of the equipment of similar description from else where at the risk and cost of the supplier duly giving an advance notice of 30 days to this effect and in such an event the vendor/supplier will be liable to pay any losses that may be incurred by Nalco. Penalty will be levied on equipment to equipment basis. All correspondence in connection with the above may be addressed to the Dy. General Manager (Materials), NALCO Mine, Panchpatmali, Damanjodi, Koraput, India, except for the reasons specified in the Force Majeure Clause, Nalco shall have the right to levy the penalty as provided above 5.0 EVALUATION OF BIDS: The successful Bidder among the technically and commercially Qualified Bidders for this tender shall be arrived after considering the lowest cumulative price. Bidders are requested to quote their best prices considering the fact that price negotiation if required, may be held with lowest tenderer only. Offer should be valid for a period of 180 days from the date of opening. 6.0 WARRANTY: The total system shall have a guarantee of 24 months from the date of successful PG test of the Membrane Nitrogen Generator against defective design, faulty materials of construction, poor workmanship, faulty operating characteristics and unsatisfactory performance. The membrane should be guaranteed for a period of 10 years. The guarantee certificate is to be submitted by the manufacturer of the membrane modules. Any failure of the membrane modules within warranty period should be replaced free of cost

14

If the equipment fails within this period the seller shall repair/ replace within 07 days of identification of problem, at their own expense and as promptly as possible and shall make the required alteration, repairs and replacements as may be necessary to permit the equipment to function in accordance with the specifications and to fulfill the Warranty obligations. In case of major failures are observed, the seller shall have to replace the total equipment with new equipment to the complete satisfaction of purchaser and in such case the guarantee period shall be reckoned from the time of satisfactory rectification/ replacement only. 7.0 CONTRACT CUM PERFORMANCE GUARANTEE (CPBG): To cover the guarantee liabilities and to support equipment’s trouble free performance, the seller shall furnish a Contract cum performance bank guarantee (CPBG) in NALCO’s prescribed format from any one of NALCO’s approved banks for 10% of the Total Order value (Supply + Erection) within one month of placement of order which shall remain valid up to 24 (+3) months from the date of successful commissioning and PG Test. In case of repair/ rectification/ replacement of the Generator, the guarantee liability period shall be automatically rescheduled to start from successful operation of the rectified system and shall cover guarantee requirements thereafter. On the breach of the contract by the vendor, CPBG shall be forfeited/ en-cashed and Purchase Order shall be rescinded. All the payments stated under Cl No 3.0 shall be released subject to submission of the CPBG (Contract Performance Bank Guarantee) within 30 days of placement of PO 8.0 PRE-DISPATCH INSPECTION and TESTING: PDI shall be carried out by our representative at Supplier’s works with 15 days of prior intimation. Manufacturer's Test Certificate/ Material Test Certificate from Govt. approved test house, hydro-test records etc are to be provided wherever required. Final inspection and performance testing shall be carried out by NALCO at NALCO site and the result shall be binding on the supplier on whom order is placed. NALCO should have the option for test in its laboratory and its report shall be final and binding. 9.0 STATUTORY CLEARANCE: Any required formalities / permissions need to be taken from the statutory authorities will be under the scope of vendor. M/s NALCO shall provide possible assistance in this regard. 10.0 TRANSPORT, HANDLING and STORAGE: Vendor will arrange for transport of all materials. Unloading and storage of all equipment/materials along with necessary security at site will be the Vendor’s responsibility. Mobile crane and any other handling facility required for erection of the Membrane Nitrogen Generator shall be arranged by supplier. However Nalco may arrange these facilities, free of cost, subject to availability and spareability. The vendor shall carry out and maintain insurance covering all the activities from dispatch to successful commissioning and handing over the system to NALCO. 11.0 MATERIAL / EQUIPMENT QUALITY AND WORKMANSHIP:

15

All the materials to be used and equipment supplied shall comply with their respective standards. Quality of workmanship shall be in accordance with modern engineering practices and the vendor will be responsible for overall quality and workmanship. 12.0 SAFETY: Prior to commencement of any work at site, requisite clearance shall be obtained from the safety officer of NALCO. Vendor shall abide by all the safety rules and regulations of the Mines. Safety of equipment and PPE required for workers during site activities shall be the responsibility of Vendor. 13.0 OBLIGATIONS OF NALCO: NALCO will provide basic technical information in relation to Membrane Nitrogen Generator and this information is not a limiting factor to design and manufacture the equipment conforming to latest codes and the vendor has to supply the equipment complete in all respects. Bidder is expected to be knowledgeable enough to carry out the work even if certain information is not available. a) CIVIL Works: Nalco will provide necessary civil front for the equipment. However the successful Vendor has to submit all civil drawings within 10 days from the date issue of purchase order. The civil drawings may contain the details of different foundations and the equipment layout plan. b) Providing access to the site installation to vendor’s commission team shall be under M/s Nalco’s scope c) Movement of materials at site and clear approach road to the site is under Nalco’s scope d) Proper illumination in the working area e) Laying of electrical cables upto specified battery limits f) NALCO may provide necessary accommodation in the township for the personnel of the vendor on payment basis subject to availability. g) The personnel of the vendor may commute free of cost from Damanjodi township to Mines in the buses provided by Nalco meant for contract workers. h) NALCO will not extend any facilities regarding communication, secretarial assistance and computer facilities to the personnel of the Vendor.

14.0 AMC The successful vendor should have no objection to enter into a contract for Annual maintenance.

15.0 SITE VISIT The Vendors may visit the site to get acquainted with the conditions before submission of offers. 16.0 PACKAGING AND IDENTIFICATION

16

a) All packaging shall be done in such a manner as to reduce the volume. The equipment shall be dismantled into major components, suitable for shipment and shall be properly packed to provide adequate protection during shipment. All assemblies shall be properly match marked for site erection. b) Attachments, spare parts of the equipment and small items shall be packed separately in wooden-cases. Each item shall be appropriately tagged with identification of main equipment, item denomination and reference number of the respective assembly drawing. c) Detailed packing list in water-proof envelope shall be inserted in the package together with equipment. d) Each equipment shall have an identification plate giving salient equipment data, make, year of manufacture, equipment number, name of manufacturer etc. e) Vendor shall furnish procedure for prolonged storage of supplied equipment/ material at site. 17.0 PERFORMANCE TESTING AND GUARANTEES a) A field performance test shall be conducted by the vendor to demonstrate the performance of the Membrane Nitrogen generator after commissioning as per data sheet and relevant provisions under clause No: 28 of IS-3177. b) Necessary instruments for the performance testing shall be arranged by the vendor, and calibrated before undertaking the performance test. c) Any deviation noticed during Performance Guarantee test shall be rectified by the vendor immediately till the PG test is declared as successful without any extra financial implication to NALCO. 18.0 PROTECTION AND PAINTING a) All exposed carbon steel parts to be painted shall be thoroughly cleaned from inside and outside to remove scale rust, dirt and other foreign materials by wire brushing and shot/grit blasting as applicable. b) Non-ferrous materials, austenitic stainless steels, plastic or plastic coated materials, insulated surfaces of equipment and pre-painted items need no painting. c) Machined and bearing surfaces shall be protected with varnish or thick coat of grease. d) Painting Specification shall be as per the Job Specification. e) The colour of finish coat shall be intimated to vendor, after placement of order. 19.0 SPARE PARTS a) Vendor shall submit list of spare parts with recommended quantities and itemised prices for first two years of operation of the equipment. However procurement of this spares will be separately considered and is not mandatory to be procured by NALCO. Proper coding and referencing of spare parts shall be done so that later identification with appropriate equipment is facilitated.

17

b) Recommended spares and their quantities should take into account related factors of equipment reliability, effect of equipment downtime upon production or safety, cost of parts and availability of vendor's service facilities around the proposed location of equipment. The successful vendor shall warrant that spare parts for the system would be available for a minimum of fifteen years. After this period, if vendor discontinues the production of spare parts, vendor shall give at least twenty four (24) months notice prior to such discontinuation so that the owner may order his requirements of spares in one lot or any other arrangement. c) Vendor shall also submit a list of commissioning spares with quantities. The commissioning spares shall be sufficient for trouble free commissioning of the system at site. The cost of the commissioning spares should be included in the basic price of the Nitrogen generator. Any commissioning spares required during commissioning, over and above, the commissioning spares supplied, shall be made available by the vendor without any cost and time implication to purchaser. Any unused commissioning spares shall be handed over to owner. d) The supplier should ensure availability of spares for at least for a period of 12 years. 20.0 SUBMISSION OF DOCUMENTS: All drawings, final inspection certificate, hydro-test, U1A documents (if required), and data sheet etc are to be furnished along with the equipment. The detailed schedule of the documentation to be submitted along with offer is given under ‘Completion Period’ Clause elsewhere in the document. 21.0 GENERAL REQUIREMENTS: The offered equipment shall be brand new with state of art technology and proven field track record. No prototype equipment shall be offered. 22.0 Where Indian Standards do not exist, the relevant IEC, British or German (VDE) /IEEE/ NEMA standards shall apply. 23.0 In case of any contradiction between various referred standard I specification/ datasheet and statutory regulations, the following order of priority shall govern:

- Statutory Regulations - Data Sheets - Job Specifications - This specification - Codes and Standards Owner's concurrence shall, however be sought before taking a decision in this matter.

18

PRE-QUALIFICATION CRITERIA (ANNEXURE-II)

19

ANNEXURE-II BIDDER’S PRE QUALIFICATION CRITERIA FOR Nitrogen CRANE

Pre-Qualification Criteria Documentary evidence to be furnished Eligibility Criteria and Duration: The bidders should submit the following The supplier or manufacturer or their documentary evidence in support of the authorized dealer should have supplied, experience for qualification in the tender erected & commissioned minimum 01 a. List of supplies/orders executed in Membrane Nitrogen Generator of 50 CFM last 07 years with completion dates, to 100 CFM capacity in India in last 7 years their present working condition and ending on last day of the month previous to contact details of the customer the one in which the NITs are invited (Name of the organisation, address of the organisation, name of the contact person, mobile and phone number of the contact person) b. Certification of satisfactory performance from the customers indicating number of years of operation c. The vendor has to furnish the filled in Eligibility Assessment format enclosed elsewhere in the tender document.

ELIGIBILITY ASSESSMENT SHEET ANNEXURE-II(A)

Sl Name of the Capacity of Year of Order Customer Details No Organisation Nitrogen Plant Commissioning Details (50 to 100 & No of years CFM) of operation

Signature of the Authorised Bidder

20

DEVIATION SCHEDULE TO SPECIAL CONDITIONS (ANNEXURE-III)

21

ANNEXURE – III DEVIATION SCHEDULE TO SPECIAL TERMS AND CONDITIONS OF ENQUIRY (To be filled in by the Tenderer and submitted with Techno-Commercial bid) If the Bidder has got any deviation from the special terms and conditions, the bidder shall tabulate those deviations in this schedule. Attach more sheets, if necessary. It is confirmed that except those deviations, as tabulated hereunder, the complete offer is in agreement with the specification requirement. NOTE: 1. Deviation to the special terms and conditions, if any, shall be indicated only in this schedule as well as in vendor compliance statement 2. Deviation listed elsewhere shall not be taken cognizance of and shall be ignored. Vendor shall not contractually refer to any of the comments or observations except deviations those listed in deviation/ exceptions/ alternative suggestion chapter in all or any future correspondence. 3. No separate printed terms and conditions shall be considered and shall be totally rejected. 4. In respect of deviations, if any, on the Critical Provisions, the Bid shall be rejected without any indications.

No. Clause No. with Deviation Taken against Reasons for deviation Annexure No. ENQUIRY condition

Signature of Tenderer with Name, Designation, Seal and Date

22

FORMAT FOR PRICE BID (ANNEXURE-IV)

23

Annexure-IV PRICE BID FORMAT (The bidder is required to submit their offer as per Price Bid format only) Quotation No. ______Date: ______SUPPLY PART: Sl Item Description Qty Unit Rate GST HSN Code Total No (Rs) Price (Rs)

1 Supply, erection and commissioning, PG 01 Set test of Membrane Nitrogen Generator of 60 CFM as specified under Annexure- V and Annexure-VI along with special tools 2 One year consumables for normal 01 Set operation for the unit

SERVICE PART: Sl Item Description Qty Unit Rate GST HSN Code Total No (Rs) Price (Rs)

1 Erection, commissioning, PG Test etc. 01 Set of Membrane Nitrogen generator of 60 CFM capacity in line with the technical specification and data sheet

NOTE: i) Vendor shall provide the consumables (like all kinds filters, V-belts etc excluding lubricants) for 01 year normal operation [please provide list with detail price breakup in a separate Annexure] which will be ordered along with the main equipment. ii) The Unit rate of Membrane Nitrogen Generator should be inclusive of commissioning spares and Special Tools and Tackles for maintenance.

Signature and Seal of the Bidder with date

24

Note: 1. Supply of the equipment and components, to successfully complete the scope specified in the ENQUIRY, shall be in the scope of the bidder and construed as included in the price quoted irrespective of the position whether or not the same is specifically mentioned in the bill of materials. 2. Total quoted prices shall be inclusive of all taxes and duties as currently applicable in India. 3. Rates shall be firm and fixed till complete execution of the contract except statutory variation in taxes and duties within the contractual completion period. 4. Copy of the price bid, deleting only the price figures, (i.e. price blank) shall be submitted as an integral part of the “Part-I: Techno-commercial bid”. Further, Bidder to note that the prices quoted in “Part-II: Price bid” shall be without additional qualification/ condition/ remarks which have not appeared in the aforesaid price blank. 5. Bidder to submit the list of items along with quantities and price wherever applicable. 6. Any condition or component of the Enquiry having a financial bearing on arriving at the landed price at NALCO or otherwise payable by NALCO, if not quoted or agreed to in the tender, shall be suitably loaded to the quoted price for comparison purpose.

25

JOB SPECIFICATION FOR NITROGEN GENERATOR (ANNEXURE-V)

26

Annexure-V 1.0 GENERAL This specification outlines the minimum requirements for design, manufacture, inspection, testing, supply, erection, site testing and commissioning of to be installed adjacent to the New Dumper bay at Panchpatmali Bauxite Mines of Nalco. 2.0 SCOPE OF THE BIDDER The bidder's scope of supply, erection, commissioning PG test of the Membrane Nitrogen Generation Plat which shall include Membrane Nitrogen Generator with 97% (min) purity of nitrogen of 60 CFM (min) capacity with 150 PSI (min) outlet nitrogen pressure, 100% duty cycle rotary screw compressor, storage tank 3000 liters or 3 m3 capacity with inlet and outlet isolation valves and safety valve, pressure gauges and temperature gauges at compressor inlet, outlet, on tank along with their calibration certificates, air dryer, moisture separator, oxygen analyzer with calibration certificate, flow meters, manifold with 06 numbers digital pre-setters with individual pressure setting arrangement against each for inflating 06 no’s tyres of HEMM at a time etc Booster compressor/pump for Nitrogen charging to suspension cylinders having minimum @2000psi with manifold for Nitrogen disbursement manifold as well as two independent Nitrogen cylinders for suspension charging with Nitrogen shall be under the scope of the bidder. The bidder shall also supply Initial fill of lubricants, Special tools and tackles for maintenance of the unit (furnish list) Transportation, storing and handling of equipment at site as specified shall be under scope of the supplier Erection and commissioning (including supply of commissioning spares) and PG test of the complete Nitrogen Generation Unit in line with the technical specification and data sheet shall be in the scope of the bidder Supply of one year consumables for normal operation for the unit (furnish list with Itemized prices). The cost of the above consumables shall be a part of the price evaluation. The above scope is the minimum requirement. It is the responsibility of the vendor to supply and install all the items as per the design to the complete the system in all respects so as to supply the nitrogen gas as specified in the document. The scope of supply includes one set of spare pressure and temperature gauges of each type, pressure and temperature switches of each type, pressure and temperature transmitters of each type and pressure setter of each type. The supply also includes one no of control valve each type, transducers and repeater, each type of solenoid, each type of flow meter and each type of analyzer. Training is to be imparted at Nalco Mine for required period in operation and maintenance of the system. Required Special tools are to be supplied along with equipment. Three copies of manuals and operating instructions along with one soft copy are to be supplied. Animated CDs of assembly, dismantling and maintenance should be provided.

27

TECHNICAL SPECIFICATION FOR NITROGEN GENERATOR (ANNEXURE-VI)

28

Annexure-VI

Scope of the bidder: Design, manufacture, supply, Erection & commissioning of Nitrogen Tyre Inflation system for HEMM.

A) OPERATING CONDITIONS: The Membrane Nitrogen generator unit shall be installed in Pachpatmali Bauxite Mines of Nalco at Damanjodi which is 1300metres above men sea level. The temperature varies from is 44 degree centigrade & minimum 5 degree centigrade. Acute cloudy conditions with humidity reaching levels of 99% during rainy season of four months.

B) TECHNICAL SPEFICATIONS: i) Supplier Scope of supply: Design, manufacture, supply, erection & commissioning of automatic Membrane Nitrogen Generator unit (intermittent and two-shift operation) comprises of all required accessories & safety gadgets. ii) Broad technical specifications/features. a. Type of gas Generator: Membrane Nitrogen Generator b. Type of Compressor: Rotary Screw Compressor c. Nitrogen Capacity: Minimum 100 m3/Hour ( ~ 60 CFM) d. Nitrogen Purity : Minimum 97% e. Nitrogen storage tank capacity : Minimum 3000 liters or 3 m3 f. Nitrogen Pressure at outlet: Minimum 150 PSI (~10 bar) g. Pressure gauges and temperature gauges at compressor inlet, outlet, on tank and wherever required along with their calibration certificates h. Manifold with pressure pre-setters for tyre inflation: 06 numbers digital calibrated pre-setters with individual pressure setting against each for inflating 06 no’s tyres at a time with minimum 10 mtr hose and foot valves iii) The feed air is to be conditioned and prepared with coalescing type air filters to remove oil and vapor, moisture and mist separators for removing oil and water aerosols from the compressed air before it passes through drier, air circuits, valves and nitrogen membrane. Necessary auto drain valve to be installed. iv) The compressed air system should be treated through heatless desiccant air drier to effectively dry compressed air to extremely low moisture levels and particulate filter (< 0.01 micron and > 99% efficiency) before it enters nitrogen membrane. Necessary auto drain valve to be installed. v) The compressed air should free from oil, physical moisture, dust and oil contaminants. The compressed air before allowing it to pass through the Nitrogen Module should be filtered to a quality class 2 as per DIN ISO 8573-1 norms as per given below:  Maximum oil (including vapour): < 0.1 mg/m3  Maximum feed air resident dust content particle size: <1µm

29

 Maximum feed air resident dust content particle density:<1mg/ m3  Maximum residual water content: < 0.117 vi) The quantity of inlet air required (excluding all the losses in the process) to get desired output of 60 CFM at min 97% purity is to be ensured vii) Flow control valve, product flow control valve, N2 flow meter with local read out and final outlet filter with drain should be provided. viii) Performance of the membrane at 200C at sea level should be 60 CFM at min 97% purity and the performance details are to be supported with technical literature ix) Moisture indicator with dryer dew point indicator and alarm to be provided x) An oxygen analyzer with high O2 alarm shut-off valve at the outlet of the system should be a part of the supply. Automatic/semi-automatic calibration system for oxygen analyzer should be provided. xi) It should be possible to operate the unit at lower flow rate levels, if required, by bypassing some membrane modules for which required provision should be available. xii) Safety pressure relief valves and automatic drain traps are to be provided as per the design. All the drain valves should be connected to a header and the header should be extended to suitably so that drained water will not wet the floor. xiii) Booster: Booster for Nitrogen charging in to suspension cylinders of heavy earth moving machineries. The discharge pressure should be minimum @2000psi Nitrogen disbursement. The system should comprise two nos of industrial type Nitrogen cylinders for suspension charging with Nitrogen. The booster should be able to fill each nitrogen cylinder in 8 to 10 minutes. The booster system should be provided with pressure, temperature gauges and flow control valve to regulate the flow xiv) The vendor should provide necessary platforms and approaches wherever required. xv) ASME design code with maximum allowable working pressure is to be stamped in all pressure vessels. xvi) Noise level should be less than allowable 80 dB at 1 mtr distance. Acoustic enclosure to be provided, if required. xvii) Hydro-test record for the nitrogen generator and booster systems and vessels are to be submitted. The vendor should submit final inspection certificate along with the equipment. xviii) All required safety features, automatic controls, accessories etc required for safe, and efficient operation of the system is to be provided. All the statutory provisions and laws that may likely attract in India to be complied. xix) All pipe and pipe fittings like connectors, reducers, plugs etc should be of GI xx) The given technical specifications are indicative only. It is the responsibility of the supplier to design and supply the equipment as per the requirement.

30

C) ELECTRICAL DETAILS:

The electrical equipment shall meet the requirement of attached data sheets I job specifications I drawings, in addition to the relevant Indian Standards I code of practices, Statutory regulations and sound engineering practices. Complete system shall also conform to the latest revisions of following, as applicable: a) Indian Electricity Act and rules. b) Fire insurance Regulations c) Indian Petroleum rules and any other regulations laid down by chief Controller of Explosives. d) The factory Act and any other regulations laid down by Factory inspectorate. e) Regulations laid down by local statutory authorities and CEAI Electrical Inspectorate. f) Oil Mines regulations (For Projects under DGMS jurisdiction) g) OISD guidelines TECHNICAL REQUIREMENTS (ELECTRICAL): The electrical equipment for Membrane Nitrogen Generator shall be complete in all respects, including but not limited to, the incoming load break switch at shop floor level, control panel(s) housing starters, breakers, control and indication devices, drive motors, starting resistors and all other devices required for safe start I stop and operation of the system. The equipment shall comply with the following requirements. i) Power Supply: Power supply as specified in data sheet shall be made available by Purchaser at one point at the incoming terminals of Vendor's incoming load break switch to be located at shop floor level. All further distribution as required for the generator shall be in the scope of the Vendor. Vendor shall design his equipment so as to be suitable for satisfactory operation considering voltage supply conditions as specified in the data sheet. ii) Control Supply: The voltage level for control and other applications shall be as specified in the data sheet. The control voltage and any voltage, as required, other than power supply voltage specified in the data sheet shall be obtained by Vendor. The control transformer shall be double copper wound air-cooled control type of suitable rating and shall be located either in main control panel or separately housed in a suitable enclosure. The control transformer shall be· provided with an earthed screen between primary and secondary winding. One pole of control transformer secondary / control supply shall be earthed. The transformer will be provided with fuse on primary side. On secondary side, MCB shall be provided on unearthed pole and a link on the earthed pole. One end of the coil of all relays and contactors shall be connected to the earth side of the control circuit supply and this connection shall not be interrupted by any fuse or contact.

31

iii) Power Distribution: Power distribution shall be using one of the following methods as specified in the data sheet. Unless otherwise specified, the power distribution arrangement for Nitrogen generator installed in hazardous area shall be using flexible trailing cables arrangement. Power rails shall not be used in hazardous areas. Iv) Isolating Switches and Isolators: The required isolating switches and isolators shall in the scope of the bidder. The isolators shall be of Nalco approved make CEFEM/SOCOMEC only vii) Control System: The control of the generator shall be selected out of the following systems as per requirements as specified in Data Sheet / Mechanical specifications. xiii) Control Panel: a) All the components forming part of power and control circuit required for start/stop and control of various movements shall be housed in control panel made out of stainless steel of SS304 grade of minimum 2.0 mm thickness. The doors shall be of hinge type to facilitate opening on both side. The ventilation openings shall be screened. The degree of protection shall be IP-55.Panel shall be securely fastened on the platform. At least 300 mm height shall be maintained between the bottom most row of component and of bottom of the panel. The panel door shall be mechanically interlocked so that door cannot be opened when incoming supply is ON. However, for testing purpose interlock defeat feature also shall be provided. Terminal strip shall be provided in the panel with sufficient space underneath for easy termination of both Power and Control cables. Terminal strips shall be arranged horizontally and vertically for power and control circuits respectively. All components shall be marked according to circuit diagram. All control circuit wiring shall be done with minimum 2.5 sq. mm. copper conductors. The panel shall be mounted on rubber pads. The cable entry shall be from bottom only. Requisite cable glands and lugs shall be included in Vendor's scope. b) The panel shall include a TPN load break switch with fuse and contactor on the incoming line. c) Nitrogen generator shall be provided with protective equipment as per Scheme A as defined in IS 3177: 1999, in which each motion has separate protection. Unless operational requirements demand otherwise, the scheme shall be designed to ensure that overload in any one motion does not trip the complete circuit but only the individual circuit. d) Unless specified otherwise, motor feeders shall be provided with suitably rated heavy duty / motor duty switches, HRC fuses and contactors. Digital Electronic overload relays shall be provided for drive motors up to 55 KW. For motors above 55 KW electronic motor protection relays of approved make shall be provided. All motors shall be additionally provided with earth leakage relay and CBCT of Prok DVS make MPEL-02 model. xiv) Control Equipment for AC Motors:

The selection of contactors for AC motors shall be made on the basis of S1 continuous duty percent rating arrived after applying appropriate service factor to the computed power of the motor. The rating of control gears such as switches, overload relays etc. shall be selected according to the computed motor power without service factor of the motion served and

32

not on the motor power computed by the thermal requirements. The minimum rating of the contactor shall be one and half times the full load current of the motor. The rated utilisation category for contactors shall be AC-4 as per IS: 13947. Reversible motion contactors shall be interlocked mechanically and electrically. xv) Wiring and Cable Terminations: a) Cables used for generator wiring shall comply with relevant Indian standard specifications. Power cables shall be of copper up to conductor size 16 mm2 and of aluminium for conductor requirements above this size, unless specified otherwise. b) Control cables shall be of copper conductor of size 2.5 mm2 , PVC insulated as per IS-694. c) The cable and wiring system for each motion shall be independent. Main cables and controlled wiring shall be effectively separated. Separate control cables shall be used for AC circuits and DC circuits. d) The cables shall be sized with due consideration to ambient temperature, type and duration of load, fault level/back-up protection, grouping and disposition of cables and permissible voltage drop. e) Power cables related to various mechanisms shall be sized higher in accordance with Table 16 of IS 3177: 1999. f) The minimum size of conductor for power cables shall be 4 sq. mm. copper for connections to motors and 2.5 sq. mm for other power connections. The minimum size of conductor for control wiring shall be 2.5 sq. mm copper. All cables shall be PVC insulated, sheathed and armoured cables as per IS: 1554. Cables on all electrical equipments shall be terminated using double compression type cables glands. In exceptional cases where unarmoured cables are used they shall be protected using a flexible metallic conduit g) The cableways, their supports and terminal block shall be adequately sized. h) Cable routing shall be such that cables are not damaged during generator movement. xvi) Motors:

a) The rating of all motors shall be selected to take care of loading conditions, cyclic duration factor, service factor and de-rating factor for ambient temperature as per IS12615. The classification of generator as a whole and of each mechanism shall be as defined elsewhere in the data sheet Mechanical details. Unless specified otherwise, the motors shall have Cyclic Duration Factor (CDF) and starting class (No. of starts per hour) as per IS12615. Wherever, Nitrogen generator has to operate in higher ambient temperatures, suitable de-rating factor shall be considered. b) All the motors shall be energy efficient and reversible type. c) The motors selected shall be sq. cage type according to load torque and duty requirement d) All motors shall have class F insulation and temperature rise limited to Class B limits. Squirrel cage motors shall have TEFC enclosure with IP 55 degree of ingress protection. The slip ring motors shall also have dust proof enclosure preferably of IP-55 class. All

33

motors to be installed in hazardous areas shall be flameproof type irrespective of the area classification where the generator is to be installed. e) The motor frame sizes shall be selected out of the standard frame sizes as per Indian Standards, to facilitate future replacement. xix) Emergency Stop Push Buttons / Safety Requirements: a) Emergency push buttons shall also be located at all possible locations as applicable in addition to the entry point of the plant xx) Earthing: a) The metal enclosures of all the electrical equipment shall have an effective earthing connection. All equipments shall be connected to earth terminal through external aluminium earthing strip or through an extra earthing core in the supply cable. b) All electrical equipment shall have two nos. earthing terminals.

34

JOB SPECIFICATION (ELECTRICAL) (ANNEXURE-VII)

35

Annexure-VII The intent of this Job Specification is to define the requirements of Electrical for Nitrogen generator to be installed adjacent to 100 T dumper maintenance bay. The Nitrogen Generator is to be located in Unclassified, Safe Area. Accordingly, all Electrical equipment for the Nitrogen Generator shall be Industrial type. The Scope of vendor has been described in Scope sheet (Electrical) enclosed. However, even if not specifically mentioned therein, all electrical work required for the supply, erection, testing and commissioning of subject Nitrogen Generator shall be in vendor’s scope. The following specification shall also be followed for the equipment associated with Nitrogen generator: 1.0 All electrical equipment for Nitrogen Generator shall be weatherproof, IP-55. 2.0 Owner shall provide 1 no. 415V±10 %, 50 Hz ± 3%, TPN power supply on single point supply basis through switch fuse feeder of required rating which shall be made available at incoming floor isolator for the Nitrogen Generator system. Further distribution and any other voltage required shall be derived by the vendor. The switch fuse feeder is in the scope of the vendor. 3.0 All motors shall have class-F insulation (temp. rise limited to class B). Degree of enclosure protection for all motors shall be min. IP-55. 4.0 All the motors shall be high energy efficient type conforming to IS: 12615 and IEEMA standard 19-2000. 5.0 All limit switches including back up limit switches shall have 2 NO + 2 NC contacts so that one set of contacts always remain as spare. 6.0 Interconnection to Nalco Mines main earth grid is also included in vendor’s scope. G.I. strip shall be used for earthing system. The size of earthing conductor shall be minimum 50 x 6mm. 7.0 All electrical panels, protective panels and junction boxes shall be of stainless steel SS304 grade weather proof, IP-55 degree of enclosure protection. 8.0 MV power and control cables to be used for interconnecting equipment supplied by vendor shall be armoured type. 9.0 Make of all electrical equipment/ components shall be as per Nalco approved list. 10.0 The equipment shall comply with the requirements of latest revision of standards issued by BIS (Bureau of Indian Standards), unless otherwise specified. 10.1 In case of imported equipment, standards of the country of origin shall be applicable, if these standards are equivalent or more stringent than the applicable Indian Standards. 10.2 The electrical equipment shall meet the requirement of this specification and attached data sheets I drawings, in addition to the relevant Indian Standards I code of practices, statutory regulations and sound engineering practices. Complete system shall also conform to the latest revisions of following, as applicable: a) Indian Electricity Act and rules.

36

b) Fire insurance Regulations c) Indian Petroleum rules and any other regulations laid down by chief Controller of Explosives. d) The factory Act and any other regulations laid down by Factory inspectorate. e) Regulations laid down by local statutory authorities and CEAI Electrical Inspectorate. f) Oil Mines regulations (For Projects under DGMS jurisdiction) g) OISD guidelines 10.3 Where Indian Standards do not exist, the relevant IEC, British or German (VDE) /IEEE / NEMA standards shall apply. Battery Limits: Sl no Description BY Bidder BY Purchaser

1.0 Incoming Cable to Floor Isolator Panel √ 2.0 Incoming Cable Termination at Floor Isolator √ Panel 3.0 Cabling from Floor Isolator Panel to cable trailing √ systems 4.0 Interconnection to Plant main Earth Grid (With in √ 50 Mtrs) SCOPE SHEET (ELECTRICAL) Vendor’s Scope: Sl Description Supply Erection Testing and no commissioning 1.0 Incoming floor Isolator √ √ √ 2.0 All M.V / L.V Motors / Electric Brakes √ √ √ 3.0 Control Panel for various Travels √ √ √ 4.0 Power Feeders in control panels √ √ √ 5.0 All safety Interlocks including Hardware √ √ √ 6.0 Distribution from Load Brake Isolator to √ √ √ Control panel onwards 7.0 Earthing system for package equipments √ √ √

37

DEVIATION SCHEDULE TO TECHNICAL SPECIFICATIONS (ANNEXURE- VIII)

38

Annexure – VIII

DEVIATION SCHEDULE TO TECHNICAL SPECIFICATIONS (To be filled in by the Tenderer and submitted with Techno-Commercial bid) If the Bidder has got any deviation from the Technical Specifications, Bidder shall tabulate those deviations in this Schedule. Attach more sheets, if necessary. It is confirmed that except those deviations, as tabulated hereunder, the complete offer is in agreement with the specification requirement. NOTE: 1. Deviation to Technical Specification, if any, shall be indicated only in this schedule. 2. Deviation listed elsewhere shall not be taken cognizance of and shall be ignored. Vendor shall not contractually refer to any of the comments or observations except deviations those listed in deviation/ exceptions/ alternative suggestion chapter in all or any future correspondence. 3. No separate printed terms and conditions shall be considered and shall be totally rejected. 4. Deviations shall only be discussed during the tender discussions, if any, and no fresh additional deviations shall be entertained. 5. In respect of deviations, if any, on the Critical Provisions, the Bid shall be rejected without any indications.

Sl. Page Clause and Tech. Spec. Deviation taken Reasons for No. No. Reference deviations

SIGNATURE ______NAME ______DESIGNATION ______

DATE: BIDDER’S SEAL

39 Page 40 of 56

DATA SHEET FOR NITROGEN GENERATION PLANT (To be submitted by the bidders) (ANNEXURE-IX)

Page 41 of 56

ANNEXURE- IX

MANUFACTURER'S SPECIFICATIONS (Bidder to fill up completely submit after order). Membrane Nitrogen Generation Plant Performance Data Name of the Supplier : Type of compressor : Rotary Screw Duty cycle of screw compressor : 100% Minimum Plant capacity (CFM) : 60 CFM Maximum Plant Capacity (CFM) : Purity of Nitrogen gas at plant outlet : Minimum N2 Pressure at outlet : Maximum N2 Pressure at pant outlet : Maximum Nitrogen gas temperature at the plant outlet : Maximum Pressure at the outlet of compressor : No of air filters provided : Type of moisture separator : Type of air filter : Type of air dryer : Type of particulate filter : Type of oil vapour remover : Condition of air before entering membrane modules  Maximum oil (including vapour) : <  Max feed air resident dust content particle size : <  Max feed air resident dust content particle density: <  Max residual water dust content : < Type of Moisture indicator : High moisture alarm set at : Type of nitrogen membrane : Model of nitrogen membrane : Membrane material : No of Membrane modules in parallel with individual isolation and vibration dampeners : System delta P from inlet to N2 outlet : Type of oxygen analyser :

Page 42 of 56

Make and model of oxygen analyser :

High O2 alarm set at :

Type of Oxygen calibration system provided : Plant noise level (at 1 mtr distance) : Whether acoustic enclosure provided : Air pressure at booster inlet : Maximum Air pressure at booster outlet : Maximum and minimum air flow at booster outlet : N2 Performance based on ambient temperatures @ 10°, 20°,30°, 35 °, 40° and 45 ° to be furnished. : Type, number and model of flow meters : Type, number and model of safety valves : Type, number and model of auto drain valves : Type, number and model of auto shut off valves : Type, number and model of pressure gauges : Type, number and model of temperature gauges : Manifold with 6 nos with pressure pre-setters : Type of pre-setters : Digital System design pressure : Whether hydro-test conducted :

Hydro-test conducted at pressure : kg/cm2 Name of Manufacturers OEM of the screw compressor : OEM of Nitrogen membrane : OEM of air dryer : OEM of booster : OEM of oxygen analyser : OEM of compressor motor : OEM Control equipment : (* OEM - Original Equipment Manufacturer) Weight of Equipment (kg) Total system : Compressor : Storage tank : Compressor motor :

Page 43 of 56

PLANT DESIGN DATA Storage tank Type of construction : Thickness of the plate : Dimensions of the storage tank : Storage tank capacity (m3) : Pipelines (GI) Compressor to Storage tank Size and Thickness : Type and no of valves : Storage tank outlet Size and Thickness : Type and no of valves : Booster outlet Size and Thickness : Type and no of valves : Platform Type of construction : Material : Width : Length : Location : Handrail : Bearings Type and make : Size : Number : Lubricant system : Type of dust sealing : Motors Number : Type : Voltage, phase, frequency : KW : Temp. rise over 500C ambient : Insulation class :

Page 44 of 56

Type of enclosure : Tropical protection : Rated speed (rpm) :

TOTAL POWER REQUIREMENT OF THE PLANT :

Page 45 of 56

Anne

Page 46 of 56

ANEXURE-D PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT (To be executed on non-judicial stamped paper of appropriate value) BG No.------Date: ------

WHEREAS National Aluminium Company Limited ( A Government of India Enterprise)having its office at ______(hereinafter referred as “The Owner/Company” which expression shall unless repugnant to the subject or context includes its legal representatives, successors and assigns), has issued tender paper vide its Tender No. ______for______(hereinafter called “the said tender”) to M/s.______(hereinafter called “the said tenderer(s)” which expression shall unless repugnant to the subject orcontext includes their legal representatives, successors and assigns) and as per terms and conditions of the said tender, the tenderer shall submit a Bank Guarantee for Rs.______(Rupees______only) towards earnest money in lieu of cash.

2. We______Bank having its branch office at ______do hereby undertake to pay the amounts due and payable under this guarantee without any demur merely on ademand from the Company stating that in the opinion of the company, which is final & binding, the amount claimed is due because of any withdrawal of the tender or any material alteration to the tender after the opening of the tender by way of any loss or damage caused or would be caused or suffered by the Company by reason of my breach by the said tenderer(s) of any terms and conditions contained in the said tender or failure to accept the letter of intent/Agreement or that the amount covered under this Guarantee is forfeited. Any such demand made on the Bank by the owner shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.……………(Rupees …………………………..only).

3. We undertake to pay to the Company any money so demanded not withstanding any dispute or disputes raised by the tenderer(s) in any suit or proceeding pending before any office, court or Tribunal relating thereto, our liability under this present guarantee being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder. Our liability to pay is not dependant or conditional on the owner proceeding against the tenderer.

4. The guarantee herein contained shall not be determined or affected or suspended by the liquidation or winding up, dissolution or change of constitution or insolvency of the said tenderer(s) but shall in all respects and for all purposes be binding and operative until payment of all money due or liabilities under the said tender are fulfilled.

5. We ______bank Ltd. Further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the finalization of the said tender and that it shall continue to be enforceable till the said tender is finally decided and order placed on the successful tenderer(s) and/or till all the dues of the Company under/or by virtue of the said tender have been fully paid and its claims satisfied or discharged or till a duly authorised officer of the Company certifies that the terms and conditions of the said tender have been fully and properly carried out by the said tenderer(s) and accordingly discharges the guarantee.

Page 47 of 56

6. That the Owner/Company will have full liberty without reference to us and without affecting this guarantee to postpone for any time or from time to time, the exercise of any of the power of the owner under the tender.

7. Notwithstanding anything contained herein before, our liability shall not exceed Rs.______(Rupees______only) and shall remain in force till ______. Unless a demand or claim under this guarantee is made on us within three months from the date of expiry we shall be discharged from all the liabilities under this guarantee. 8. We______Bank, lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Company in writing. We further undertake to keep this Guarantee renewed from time to time on the request of the Tenderer(s).

Date: ………………… Bank Corporate Seal of the Bank By its constitutional Attorney

Signature of duly authorised

Person on behalf of the Bank With seal & signature code. ii) B.Gs to be furnished from any of the banks listed as per Annexure. iii) Address of NALCO’s Office where tender is to be finalized is to be referred inthe B.G.

Page 48 of 56

ANNEXURE-E

PROFORMA OF CONTRACT CUM PERFORMANCE GUARANTEE BY SELLER/CONTRACTOR.

(To be executed in non-judicial stamped paper of appropriate value ) B.G.No. ______Date ______

WHEREAS National Aluminium Company Limited ( A Government of India Enterprise) having its office at ______(hereinafter called “The Company/Owner”) which expression shallunless repugnant to the subject or context includes its legal representatives, successors and assigns)has entered into a contract with M/s. ______/has placed a purchase order on M/s.______(hereinafter referred to as “Contractor(s)/Seller(s)”) which expression shall unless repugnant to the subject or context includes their legal representatives, successors and assigns) for……………. On the terms and conditions as set out inter alia. In the company contract No./PO No.------dt. ------and various documents forming part their of herein after referred to as the “the said contract” which expression include all amendments, modification and/or variation thereto and whereas the Contractor/Seller has agreed for due execution of the entire contract and guarantees its performance including any parts executed through any others agencies/subcontractors. AND WHEREAS one of the conditions of the said contract is that “contractor/seller shall furnish to the owner a Bank Guarantee from a bank of ___% (……. Percent) of the total value of the “said contract” against due and faithful performance of the said contract” including defects liability obligations” and the performance guarantee obligations of the contractor/seller for execution/supplies made under the “said contract”.

2. We______Bank having its branch office at ______do hereby agree and undertake to pay the amount due and payable under this guarantee without any demur merely on ademand from the Company stating that in the opinion of the company which is final & binding, the amount claimed is due by reason of default made by the Contractor(s)/seller(s) in performing any of the terms and conditions of the said contract including defects liability obligations, in fulfilling the performance Guarantee obligation or loss or damage caused to or would be caused to or suffered by the Company by reason of any breach by the said contractor(s)/seller(s) of any of the terms and conditions of the contract. Any such demand made on the Bank by the owner shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee. However, our liability under this guarantee shall be restricted toRs.______(Rupees______).

3.We undertake to pay to the Company the money so demanded not withstanding any dispute or disputes raised by the Contractor(s)/Seller(s) in any suit or proceeding pending before any office, court or tribunal relating thereto our liability under present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharged of our liability for payment there under. Our liability to pay is not dependent or conditional on the owner proceeding against the contractor(s)/seller(s). 4. The guarantee herein contained shall not be determined or affected or suspended by the liquidation or winding up, dissolution or change of constitution or insolvency of the said contractor(s)/seller(s) but shall in all respects and for all purposes be binding and operative until payment of all money due or liabilities under the said contract(s)/order(s) are fulfilled.

5. WE______Bank further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said contract(s)/order(s) and that it shall continue to be enforceable till all the dues of the Company under or by virtue of the said contract(s)/order(s) have been fully paid and its claims satisfied or

Page 49 of 56 discharged or till a duly authorized officer of the Company certifies that the terms & conditions of the said contract(s)/order(s) have been fully and properly carried out by the said contractor(s) and accordingly discharge this guarantee.

6. We______Bank further agree with the Company that the Company shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said contract(s)/order(s) or to extend timeof performance by the said contractor(s)/seller(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Company against the said contractor(s)/seller(s) and to forbear or enforce any of the terms and conditions relating to the said contractor(s)/seller(s) and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said contractor(s)/seller(s) or for any forbearance, act or omission on the part of the Company or any indulgence by the Company to the said contractor(s)/seller(s) or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.

7. Notwithstanding anything contained herein before, our liability shall not exceed Rs.______(Rupees______only) and shall remain in force till ______unless ademand or claim under this guarantee is made on us within three months from the date of expiry we shall be discharged from all the liability under this guarantee.

8. We ______Bank lastly undertake not to revoke this guarantee during its currency except with previous consent of the Company in writing. We further undertake to keep thisGuarantee renewed from time to time at the request of Contractor(s)/Seller(s).

Date : ……………….. Bank

Corporate Seal of the Bank By its constitutional Attorney Signature of duly authorized person

On behalf of the Bank

With Seal & signature code. i)B.G.s to be furnished from any of the banks listed as per Annexure.

Page 50 of 56

ANNEXURE-F

Social Accountability 8000 Compliance Format (Supplier)

A. Basic information Name of the organization

Address

Telephone No

Name of the Proprietor

Nature of Business

License Number and dateof expiry

Employees Staff (Total Number) Workmen (Total Number) Permanent Casual Badli Temporary Contracted

B. Information regarding Social Accountability What is the minimum age required to join your organization? ______Years

What types of certificates (Like mark sheet, birth certificate) you keep with you? Original Copy / Xerox

Do you require to keep any kind of deposit inform of cash at the time of employment? Yes/No Do you provide safe & healthy work environment as per statutory requirement? Yes/No

If directly not provided by you, do you get health & safety benefits from NALCO? Yes/No

Do you provide personal protective equipment(s) to your employees free of cost? Yes/No

Do you provide safety training to your employees? Yes/No

Do you ensure canteen facility for your employees? Yes/No

What types of medical benefits you provide to your employees?

Do you allow trade union and collective bargaining in your organization? Yes/No

If no, how do you ensure freedom of expression?

Page 51 of 56

Incase of non-performance of any employee, how do you deal with such situations?

What are the procedures of hiring/promotion/ remuneration in your organization?

Do you provide appointment letter to your employees? Yes/No Do you maintain a documented terms and conditions of employment? Yes/No Do you maintain a disciplinary procedure? Yes/No If no, how do you terminate your employee? How do you ensure that your employees are not discrimination on the basis of cast creed, gender, religion, age and dieses?

------How many shift you have? ______shifts What is the official working time? ______hours Which day is off day in your organization? ______

In case, a person works in off day or holiday, how is he/she compensated?

------Do you pay overtime to your employees as per law? Yes/No

What is the lowest amount (salary/wage) you pay to your employees? Rs.______/-

Is there any case of deduction in wage? Yes/No In case, it is yes, what are the general reasons for such deduction? ------

Is there any apprentice period in your organization? Yes/No

Page 52 of 56

If yes, what is the apprentice period in your organization? ______Do you have any international certification Yes/No If yes, please specify

------Do you receive, handle or promote goods and/or services from supplier/subcontractors or sub-suppliers Yes/No

Do you receive, handle or promote goods and/or services from supplier/subcontractors or sub-suppliers who are classified as home worker? Yes/No

If yes, what steps you have taken to ensure that they get similar level of protection as afforded directly by permanent employees?

------Have you taken care to look into issues related to child labour Forced labour, health & safety, working hours and remuneration of your suppliers Yes/No

We do hereby declare that our organization is committed to social accountability. We will promptly implement remedial/corrective actions identified against the requirement and promptly inform your organization. We also declare that the sub contractors/sub supplier’s performances are monitored by us. Moreover, we declare that if invited, we shall participate in awareness programme as well as monitoring programme organized by you.

We declare that the above-mentioned information's are correct. Signature:

Designation: Date Seal of the organization

Page 53 of 56

ANNEXURE-G STANDARD TERMS AND CONDITIONS OF ENQUIRY

1. Quotation shall be made on F.O.R. Destination/Free Delivery at Site basis inclusive of Taxes, Duties Levies. Packing, Forwarding and Freight charges etc. each indicated clearly and separately. Wherever the Taxes and Duties are not specifically indicated, the prices quoted will be presumed as inclusive of all Taxes & Duties and no statutory variation will be payable by NALCO. The rates of Taxes and Duties should clearly mention. Excise Tariff heading and sub-heading No. should be indicated in the offer. Transit insurance shall be arranged by NALCO and hence this should be considered in the offer.

2. Bidders are requested to quote their best prices considering the fact that price negotiation, if required, may be held with the lowest tenderer only.

3. Unless otherwise specified all prices quoted must remain firm except for statutory variation in taxes and duties during contractual delivery period. Any increase in taxes and duties after expiry of the delivery period will be to supplier's account.

4. Quotations should preferably be typewritten and any correction or over-writing should be initialed. Rates to be indicated both in words and figures.

5. In Techno-commercial bids, the bidders should furnish a list of its Partners/Directors and a declaration that such Partners/Directors have no interest in any other bidders in respect of the same tender.

6. No part of the contract nor any share or interest therein shall, in any manner or degree, be transferred, assigned or sub-let by the Seller directly or indirectly to any person, firm or corporation whatsoever without the consent of NALCO in writing.

7. Drawings and samples if forwarded shall became property of the buyer.

8. Sealed quotations in envelope super scribing tender enquiry no. and due date of opening must be sent by Registered or Speed Post or to be dropped in the Tender Box specified for the purpose. Quotations received after specified date and time are liable to be rejected. 9. Quotation should be valid for a minimum period of 180 days from the date of opening of tender.

10. Complete specifications with relevant Indian/international Standards, Manufacturer's name/brand name and country of origin with catalogues and drawings if any should be sent with the offer. Offer without adequate technical specifications/information shall liable to be rejected.

11. NALCO reserves the right to accept any tender in full or in part or to reject any or all tenders without assigning any reasons thereof.

12. Printed conditions on the back side of the offers will be ignored.

13. For payment terms refer annexure I.

Page 54 of 56

14. If the tenderer is unable to quote against the Enquiry, regret letter must be sent. Failure to do so repeatedly may result in deletion of tenderer's name from the approved supplier's list. In case of dealer/Indian Agent of Overseas Manufacturers, copy of the authorization certificate from manufacturer should be enclosed with the offer. However, the original shall be produced in case same is asked for.

15. In case the tenderer has entered into Rate Contract with DSS&D/EPM, a copy of Rate Contract must be sent along with the tender.

16. State Sales Tax Registration Number and Central Sales Tax Registration Number, if any, must be indicated.

17. Unless otherwise specified, the materials will be inspected by NALCO after delivery at sites. NALCO may have option to carry out stage inspection/pre- dispatch inspection at Supplier's works. Manufacturer's Test Certificate/Material Test Certificate from Govt, approved test house are to be provided wherever required, NALCO may have option for test in its laboratory and its report shall be final and binding.

18. Considering NALCO's delivery requirement, firm delivery schedule should be quoted. For delay in delivery attributable to the supplier, price will get reduced @ of order value for each week or part thereof, subject to maximum of 10% of purchase order value. If the equipment/machinery/items can not be commissioned or used for non-supply of any item(s), price will be reduced by 5% of the total order value. NALCO also reserve the right to procure the material from alternate sources at the Risk and Cost of the supplier, giving 15 days notice, if the Seller fails to execute the contract as per the terms and conditions of the order. Any increase in taxes and duties after expiry of the delivery period will be to supplier's account. This will be without prejudice to the rights of NALCO for any other action including termination.

19. NALCO shall have the right to terminate the contract by giving 60 days notice without assigning any reasons thereof. However, in the event of any breach of terms of the contract, NALCO will have right to terminate the contract by written notice to the Seller.

20. Unless otherwise specified the materials will have a warranty of 18 months from the date of dispatch or 12 months from the date of use whichever is earlier against defective design, faulty materials of construction, poor workmanship and unsatisfactory performance. In specific cases wherever stipulated, the seller shall give a Performance Bank Guarantee in NALCO's prescribed format from any bank in NALCO's approved list of bankers for 10% of the order value, which will be valid for 18 months from the date of dispatch or 12 months from the date of putting into use whichever occurs earlier excluding claim period of three months. PBG shall be sent along with dispatch documents while claiming payment.

21. Material code number mentioned in the Purchase Order must be written on the material tag and be painted on the body of the items supplied.

Page 55 of 56

22. The seller shall ensure to dispatch the materials only through NALCO's authorized transporters where the contract is entered on ex-works/F.O.R. dispatching point delivery term. In case order is placed on FOT destination basis and payment is to be negotiated through bank, the materia! should be dispatched preferably through NALCO's authorized/approved transporter.

23. The tenderer has to comply with the environmental policy of NALCO.

24. FORCE MAJEURE'. Any delay or failure to perform the contract by either party caused by acts of God or acts of Government or any direction or restriction imposed by Government of India which may affect the contract or the public enemy or contingencies like strikes, riots etc. shall not be considered as default for the performance of the contract or give rise to any claim for damage. Within 7 days of occurrence and cessation of the events(s), the other party shall be notified. Only those events of force majeure which impedes the execution of the contract at the time of its occurrence shall be taken into cognizance.

25. In case of any dispute or difference arising out of the contract which can not be resolved mutually between NALCO and Seller, it shall be referred to a Sole Arbitrator to be appointed by the CMD, NALCO. The CMD, NALCO, shall communicate/cause to communicate, a panel of three names of persons to Seller/NALCO as the case may be in this regard within 30(thirty) days of notice of arbitration by the Seller/NALCO as the case may be, to select any one of them to be appointed as the Arbitrator.

In case Seller/NALCO as the case may be has not communicated its selection as above within thirty days, CMD, NALCO will appoint any one of the persons from the panel as a Sole Arbitrator. The Arbitrator shall give a reasoned and speaking award. The award of the Arbitrator shall be binding on both the parties. The venue of arbitration shall be at Bhubaneswar. In case of any vacancy another Arbitrator will be appointed in the same manner as above. The Arbitration and Conciliation Act, 1996 and rules made there under shall apply to the Arbitration Proceedings.

The contract shall be governed by and construed according to the laws in force in India and subject to exclusive jurisdiction of the Courts of Bhubaneswar only.

DY.GENERAL MANAGER(MAT)

Page 56 of 56