down load complete revised nit - Rashtriya Chemicals and Fertilizers

Rashtriya Chemicals & Fertilizers Limited
(Government of India Undertaking)
THAL, TALUKA: ALIBAG, DIST.: RAIGAD, (MAHARASHTRA) PIN 402208
PHONE Nos.: 02141-238016, 238218 FAX Nos.: 02141-238071, 238206, 238091,
CIN: L24110MH1978GOI020185, Website: www.rcfltd.com
Email:[email protected],[email protected],[email protected]
NOTICE INVITING TENDER
To,
For any correspondence on this subject, please
quote this :NIT No :- TH/MES/ABW/14/D1-58/247
Date: 01/12/2014, Rev-1 dt: 26/12/2014
SUB: NIT FOR THE JOB OF NON CHROMATE COOLING WATER TREATMENT IN AMMONIA,
UREA & ARGON PLANTS AT RCF THAL (ON ANNUAL RATE BASIS).
Dear Sir,
We are pleased to forward this tender enquiry to you with salient features as follows:1
Tender Enquiry No.
2
3
Last date of submission of sealed quotation
in the office of the undersigned.
Date of opening of EMD, pre-qualification
documents and technical bid in the presence
of bidders.
4
Amount of Earnest Money Deposit
(See Details clause No.1.5 Annexure-IA).
5
Validity of Tender.
90 days from the last date /extended last date of
opening of tender as above.
6
Mode of submission of sealed tender.
7
Instructions to Bidders
1st Envelope containing EMD of amount Rs. 1,00,000/2nd envelope containing documents for prequalification
(As per Annexure-IB).+ Checklist (As per Annexure-IID)
3rd Envelope containing TECH. BID + UNPRICED BID
(Signed and stamped copy of Annexure-IA, I, II, IIC &
Deviation to NIT if Any + UNPRICED BID with only
clearly mentioning applicable taxes and duties).
4th Envelope containing PRICE BID. ( Signed and
stamped copy of PRICE BID with clearly mentioning Price
and applicable taxes and duties)
(These four sealed envelopes to be put in one outer
envelope & sealed.)
As per Annexure-IA (pages-2)
8
General Terms & Conditions.
As per Annexure-I. (page-6)
9
Prequalification criteria
As per Annexure-IB (page-1)
10
Scope of work.
As per Annexure-II (pages-23)
11
E-Reverse Auction Procedure
As per Annexure-IIC (Pages-7)
12
Checklist to be filled & to be submitted
along with Tech Bid.
PROFORMA for solvency Certificate
As per Annexure-IID (page-1)
13
As above.
05/01/2015 up to 2.00 PM
05/01/2015 at 2.30 PM
Rs. 1,00,000/- (Demand Draft from any nationalized
Bank and Payable to RCF Ltd. at S. B. I. Thal Vaishet Branch,
Code No.7289 )
As per Annexure-IIE (page-1)
Deviations from terms & conditions of the tender enquiry, if any, must be submitted in separate sheet
marked “DEVIATIONS TO NIT” and shall be enclosed with technical bid, in absence of which it shall be
presumed that all terms and conditions of the subject tender enquiry are acceptable to you. Any deviations
mentioned elsewhere in the text of the tender shall be ignored.
The following tenders are liable for rejection:
1.
Late tender i.e. tender received after the last date and time of submission.
2.
Tender not accompanied with prescribed EMD.
3.
Incomplete/ conditional tender.
4.
Tender not subscribed by authorized signatories.
5.
The Bidder must write the NIT No. on all five envelopes as mentioned above and also write
respective headings on inner four envelops.
In addition to the above, RCF reserves the right to accept or reject in part or reject any or all the tenders
without assigning any reasons thereof.
Please go through the NIT carefully and submit your competitive quotation by the date as above. In
case, you are unable to submit your quotation for any reason kindly intimate us accordingly before the
last date.
Thanking you,
Yours faithfully,
(P.G. PAWAR)
DGM (MES)
Encl.:- Annexures as above.
ANNEXURE-IA
(25/09/2014)
1.0
INSTRUCTION TO TENDERERS
The tenderers shall note the following before submitting the tender.
1.1
Clarification of tender :
The tenderer may visit RCF Thal at his own expenses to get acquainted with the work involved
and other details. In case any clarification is required, the tenderer is advised to contact the
concerned Plant Engineer.
1.2
Rates :
Quotations shall be submitted strictly in a manner specified under ‘Schedule of Rates’ to facilitate
comparison of rates. The tenderer shall quote their rates in prescribed tender form only.
Erasures as well as corrections in figure without tenderer’s signature may be treated as rates not
quoted for that item and dealt with accordingly
If there is error in calculation with respect to rate and the total value, then such total value for
that line item, and / or if there is an error in arriving at grand total of all totals of individual line
items, then such grand total for all items quoted by the bidder will be taken in to consideration
for the purpose of evaluation. Similarly, if an amount is expressed in figures as well as words,
the amount given in words will prevail.
1.3
Validity of offer/ Tender :
Validity of offer shall be as mentioned in covering letter of NIT and shall be from last date of bid
submission date/extended date. If any tenderer unilaterally withdraws or revokes his tender or
revises the tendered rates for any item within the validity of offer, his Earnest Money Deposit
will be forfeited and offer will not be processed further.
RCF reserves the right to extend the last date of submission of tenders.
1.4
The tenderer will return all the tender forms duly subscribed by authorised person / Proprietor /
Partner on every page together with the company’s stamp as a token of their acceptance of the
terms and conditions.
1.5
Earnest Money Deposit :
The tenderer shall submit “ Earnest Money Deposit” (EMD) in following form. Cheques are not
acceptable.
1. For EMD amount up to Rs.1
Lakh:
Demand Draft from any Nationalized Bank and Payable to RCF Ltd. at S. B. I.
Thal Vaishet Branch, Code No.7289
2. For EMD amount above Rs.1
Lakh:
Bank Guarantee (BG) executed by RCF approved list of bankers as
per enclosed RCF Proforma, on a stamp paper of Rs.200/-. The BG
shall remain valid for a period of six months from the due date of
opening of the tender.
Foreign tenderers can also submit EMD in form of BID Bond as per Proforma enclosed. This
bank guarantee shall be counter guaranteed by STATE BANK
OF INDIA, SWASTIK CHAMBER,
CHEMBUR, MUMBAI
No interest is payable on EMD.
SSI units registered with N.S.I.C. for the tendered works is exempted from submitting EMD.
This is subject to the following:
a. SSI units should have been registered with NSIC for the tendered items
b. The monetary limit indicated in the NSIC registration certificate should cover the value of
items ordered.
c. Registration Certificate should be valid as on the date of order
Photocopy of valid NSIC registration certificate must be enclosed. .
The EMD of unsuccessful tenderers will be refunded on finalisation of order with the successful
tenderers.
1.6
Submission of Documents :
Following documents shall be submitted along with the tender if not submitted earlier.
a)
A statement duly signed declaring the names of the officers of RCF who are related to them and
if
otherwise, same may be clearly indicated in the statement.
b)
A declaration from the bidder that he has not been banned and de-listed by any Government
Department/ Financial Institution/ Court of Law./other Central or State level PSUs .(A standard
format of declaration shall be incorporated in all NITs).
1.7
Cost of Bidding :
The bidder shall bear all costs associated with the preparation and submission of bid and neither
RCF nor its nominee / its consultants will be
responsible or liable for these costs, regardless
of conduct or outcome of the
bidding process.
1.8
Opening of Bids :
Unless otherwise specified, the bids received by RCF will not be opened in presence of the
bidders.
1.9
Negotiations :
Normally, RCF may not conduct any negotiations. However, RCF reserves the right to conduct
negotiations, if the conditions so warrant.
ANNEXURE - I
GENERAL TERMS & CONDITIONS
1.0 DEFINITIONS
The terms repeatedly used shall mean as follows:
1.1
'Contract/work order' shall mean and include any award of work in writing with general terms and
conditions/special conditions of tender, enclosures, Annexures and subsequent amendments
thereto.
1.2
'Contract Value' shall mean the total amount payable to contractor towards the jobs actually
executed by the contractor in accordance with the order issued to contractor by RCF.
1.3
'Contractor' shall mean the bidder whose bid has been accepted by the owner and shall include
contractor’s heirs, legal representative, successors and assigns.
1.4
'Date of contract' shall mean the date of issue of letter of intent or the date so mentioned in the
work order.
1.5
'Owner/RCF' shall mean and include the Rashtriya Chemicals & Fertilizers Ltd. having its Registered
Office at Priyadarshini, Eastern Express Highway, Bombay-400 022, their successors, assigns or
legal representative.
1.6
'Guarantee/Warranty Period' shall mean the specified period from the date of completion of work
(as certified by RCF Engineer) during which contractor shall rectify and remove all the defects
pointed out by RCF Engineer, free of cost.
1.7
'Schedule of Rates' shall mean the bid rates of the contractor in respect of which the bid has been
accepted.
1.8
'Tenderer/Bidder' shall mean the person, firm or corporation who have submitted a tender/bid
against invitation to bids and shall include their legal representative, successors, and assigns. It
shall also include the successful tenderer whose bid has been accepted.
1.9
'Amendment order' shall mean an order given by RCF to effect additions, substitutions or
alterations in the work order.
1.10 'Work' shall mean and include all activities as specified under the scope of work.
1.11 The 'RCF Engineer" means the engineer of RCF who is duly nominated by management for giving
instructions only to the contractor for fulfilment of terms and conditions of the contract.
1.12 'Battery Limit' shall mean boundaries of continuous area within which the plants and equipments
are located.
1.13 Site shall mean that portion in plant / stores / building /open yard at RCF Thal, where work is to be
done.
1.14 'Job order' shall mean the written order issued by the RCF Engineer for a particular job.
2.0 LETTERS OF INTENT/CONTRACTS /AGREEMENTS
2.1
3.0
3.1
Full documentation consisting of either memorandum of agreement or contract letter with all terms
and conditions incorporated will be issued to the selected contractor in duplicate. These will be
signed by the Contractor in token of acceptance. One copy will be returned to RCF as a token of
acceptance and duly signed and stamped on each page. One copy retained by the Contractor for
his use.
LAWS PERTAINING TO LABOUR:
This contract shall be governed by the various labour laws for the time being in force. The
contractor shall comply with all Central, State and Municipal laws and Rules and legislation in force
from time to time and shall be solely responsible to comply with all obligations and payments there
under.
No compensation will be entertained for the liabilities arising out of any provisions of any Act,
Laws, Rules and legislation, in force from time to time. In case RCF has to pay any charges for
non-compliance of any Act, Enactments, laws, Rules and Legislation in force from time to time, by
the contractor, the same shall recovered from the contractor.
3.2
Contractor shall submit all the relevant documents showing compliance of all the relevant Acts,
Laws, Rules and legislations as when called by RCF.
3.3
If the work entails employing more than 19 (Nineteen) contract workers, the contractor should
obtain a licence from competent authority as per provisions of The Contract labour (Regulations
and Abolition) Act, 1970.
3.4
The contractor shall be liable for payment of all claims of damages, compensation or expenses
payable as a result of any accident or injury or death sustained by workmen employed or used by
him in the execution of this contract, which he is liable to pay by rule, law or order of Government.
The expenses, if any incurred by RCF on the above will be realized from the contractor from any
amount that may be due from RCF to the contractor. If any accident or injury or death is sustained
by any worker, the contractor should immediately inform RCF of the same in writing giving full
particulars about the injured person for preparing the accident report and giving the necessary first
aid.
The contractor shall cover the workmen deployed at RCF Thal site under Group Personal Accident
Insurance’ and no expenses on this account shall be borne by RCF.
3.5
The Contractor shall give the address, phone no and the name of the contact person of its local
office in order to give the job order. The contractor shall attend the job immediately on giving the
message at the said address.
3.6
The Contractor shall ensure that at all times the persons appointed by him to serve in the
company's premises are physically fit and are free from any disease, injury or illness, contagious or
otherwise, in order to ensure that a healthy, hygienic and clean services are maintained.
3.7
Contractor shall comply with the provisions of the Minimum Wages Act, 1948 and ensure payment
of minimum wages, as declared by Govt. of Maharashtra from time to time, to the labours engaged
by him.
3.8
The contractor shall ensure that the person or persons appointed or to be appointed by them for
service in the Company's premises do not suffer from any legal disqualification for service by
reason of his age or any law or statute in force from time to time or any other reason whatsoever.
3.9
The contractor's workmen shall be in neat and clean uniforms and with proper safety appliances
while on duty at all times.
3.10 The employees of the contractor shall be liable to be searched by the Company's Security Force
and shall have to strictly observe the Company's directions relating to cleanliness, wearing of
identification badges etc.
3.11 No employees of the contractor shall be allowed to stay on the premises of the Company beyond
the authorised working hours.
3.12 All staff employed by the contractor shall be the Contractor's employees for all intents and
purposes. After expiry/termination of the contract, the contractor shall take out all his employees
from RCF Site. RCF shall not take any responsibility regarding employment of Contractor's
employees.
3.13 The contractor shall have Provident Fund (P.F.) account No. duly obtained from competent
authority under the Provident Fund & M. P. Act, 1952. The contractor shall deposit monthly P. F.
contributions within 15 days of the end of every calendar month and shall submit the list of such
employees along with details of P. F. contribution deducted from the salary of the employees along
with monthly P. F. challans.
The bills of the contractor will be certified and passed for payment only after production of P.F.
challans and all other documents required to be maintained under various laws.
3.14 Contractor shall comply with provisions of Interstate Migrant Labour Act & prior approval of GM (O)
shall be taken before deployment of Interstate Migrant Labour at site.
4.0 SAFETY OF WORKERS:
Contractor shall take clearance from Safety Officer before start of any job within factory premises,
and his advice shall be implemented.
4.1
Report of every accident minor or major must be immediately submitted to the Chief Safety Officer,
RCF Thal by site In-charge of the contractor.
4.2
Contractor's workmen must wear safety appliance e.g. Safety shoes,helmet, gas-masks, safety belt
etc. while working.
4.3
All tools, tackles, etc. used by the contractor shall be in safe working condition and shall be
certified by the competent person as per statutory requirements, and any damaged/unsuitable
tools & tackles must be removed from the site.
4.4
Contractor shall not undertake any work within the Battery Limits of the plants, unless proper and
valid safety permit is obtained.
4.5
For any violation of safety rules, the contractor has to take appropriate action against his labours.
4.6
The contractor shall abide by all the directives of RCF and statutory bodies regarding safety of his
workmen, equipments etc.
4.7
The contractor shall submit within 15 days from date of contract the Names, Permanent & Present
Address / Age / Qualifications, experience & two Passport size photographs of all employees to be
placed at site, along with Proof of Age, to RCF's Personnel Department. Any addition to the
strength of workers shall also be intimated to RCF immediately with all these details.
5.0 PAYMENT OF WAGES:
5.1
Contractor shall make payment of wages to contract labour in presence of RCF's authorised
representative. Contractor shall therewith comply with the provisions of The Payment of Wages
Act, 1936 and The Minimum Wages Act, 1948.
6.0 MAINTENENCE:
6.1
Contractor shall clean up the area after completion of his work by removing all unused materials,
scaffolding etc. provided by him or RCF. All scrap materials shall be removed to RCF Yard, after
weighment. Contractor shall remove daily, all waste materials and shall not permit debris to
accumulate except in area earmarked for this purpose.
7.0 SUPERVISION:
7.1
The contractor will ensure that the instructions of site Engineer In-charge of the job shall be
faithfully and promptly carried out and in case the contractor, his employees or any of their
representative indulge in any illegal/unlawful activities or any misconduct, the contract/work order
may be terminated without any notice at the risks and cost of the contractor.
7.2
The contractor shall maintain continuous supervision by qualified and experienced persons on the
job. The contractor's site in-charge shall be available at site all the time so that RCF Engineer Incharge may give necessary instructions/advice to contractor.
7.3
The contractor shall prepare and submit a CPM/Bar chart on the basis of completion time as
specified by Engineer In-charge and clearly indicate completion time of different activities, which
will be scrupulously followed.
8.0 GATE PASSES:
8.1
The contractor shall obtain gate passes duly signed by Commandant, CISF, RCF Thal or his
representative for his supervisors. For other workmen, the contractor will have to procure tokens
from CISF after depositing Rs.10/- per token. This deposit amount will be refunded after
satisfactory completion of the contract and after returning all the tokens in good condition.
9.0 INCOMING / OUT GOING MATERIALS:
9.1
Contractor shall prepare challans for all incoming materials belonging to him, including tools and
tackles, consumables in triplicate and shall get them endorsed at the materials gate. One copy of
all such challans shall be retained by CISF. One copy shall be deposited by the contractor with
respective plant engineer to facilitate the return of such materials after completion of the job.
10.0 SECURITY OF MATERIALS:
10.1 The contractor has to ensure for safety of his materials, tools and tackles etc.
10.2 The contractor shall at all times protect adjacent equipments or other property and shall clean up
or repair any damage caused through the failure of his protective measures. Extreme care shall be
taken regarding this, since the working place will be an operational area.
11.0 INSPECTION:
11.1 All materials supplied and / or used by contractor shall be subject to inspection by Engineer-Incharge. Any material not meeting specific requirements will be rejected and contractor shall replace
the same immediately with material of specific type and quality.
11.2 Contractor's installation procedure shall also be subject to inspection by Engineer In-charge at all
times. Any material found to have been damaged or improperly installed shall be removed and
reinstalled promptly by the contractor without any extra cost unless the damage was caused by
others.
12.0 SCOPE OF SUPPLY:
12.1 Contractor shall make his own arrangement to carry out the job with his tools, tackles, consumable
etc. RCF shall not supply anything except materials of construction for executing specific jobs.
Contractor shall also make his own arrangement for carrying materials to the site.
12.2 If any tools or tackles are given to contractor on loan basis for purely temporary purpose, the
charges for the same will be deducted from contractor's bills.
12.3 RCF shall supply free of cost, electricity, water and steam at one point only. Further extension shall
be in the contractor's scope.
12.4 In case of emergency, medical facility, to the extent available shall be provided on payment of
usual charges.
13.0 ISSUE OF MATERIAL BY RCF:
13.1 As regards to materials issued from RCF stores is concerned, further handling of the same shall be
in the scope of the contractor.
14.0 WORK SCHEDULE:
14.1 On receipt of the work order, the contractor shall submit to RCF for approval, a detailed work
schedule showing all the activities for completion of the work. The work shall be completed as per
this schedule approved by RCF.
15.0 EXTRA WORK:
15.1 In case any extra work other than the works specified in RCF's order arises, the same shall be done
after RCF's approval and issue of amendment to this affect. Payment for any extra work done
without prior approval of RCF may not be released.
16.0 RETURN OF RCF'S MATERIAL:
16.1 When RCF's material is issued to contractor for repair work, the balance material and the scrap
generated from RCF's materials shall be returned to RCF after completion of the work.
17.0 COMPLETION TIME:
17.1 The completion time shall be as specified in the scope of work or as specified in each job order.
18.0 LIQUIDATED DAMAGES:
18.1 Time is the essence of this contract and in case of non-performance or delay in completion of the
work by the contractor, liquidated damages at 1% of the contract value per week or part thereof,
subject to a maximum of 10% of the contract value, shall be levied.
19.0 CONTRACT VALUE:
The contract value shall be computed as follows:
19.1 The total contract value shall be inclusive of all taxes, duties, octroi etc. and remain firm without
any escalation till the entire work under the order is completed.
19.2 When the contract is awarded on unit rates basis, value of contract mentioned in the order shall be
indicative and payment shall be released depending upon the actual work executed. However, the
unit rates shall remain firm without any escalation, for the entire contract period.
19.3 RCF reserves the right to recover the amount due from the contractor, from the bills payable under
this contract.
20.0 VALIDITY OF OFFER AND CONTRACT:
20.1 The validity of offers shall be 90 days from last date of opening of tender. The tenderer cannot
withdraw/modify his tender or revoke the same within the said period. If the tenderer
withdraws/modifies or revokes the tender or revises the tender rates or any terms within the
aforesaid period of three months, his earnest money deposit if submitted will be forfeited.
20.2 Rates shall be valid for total contract period of TWO year.
21.0 SUB-CONTRACT:
21.1 The contractor shall not subcontract the job or part of it to any other agency without the written
permission of RCF. In case RCF permits to employ a subcontractor if found competent and in the
interest of the work, it shall not imply any limitation of contractor's liability to fulfil the work order.
22.0 INCOME TAX DEDUCTION:
22.1 Income tax as per the provision of Income Tax Act shall be deducted from the contractor's bills and
certificate of 'Tax Deduction at Source' shall be furnished by RCF.
23.0 DISPUTES AND ARBITRATION:
23.1 In the event of any question, dispute or difference arising under this contract, the same shall be
referred to the sole arbitration of a person appointed to be the arbitrator by CMD, RCF. It will be no
objection that the arbitrator is in service of RCF or that he had to deal with the matters to which
the contract relates or that in the course of his duties as an employee of RCF he had expressed
views on all or any of the matter in dispute or difference. The arbitrator shall give a reasoned or
speaking award. The award of the arbitrator shall be final and binding on the parties to this
contract. In the event of the arbitrator dying, neglecting or refusing to act or resigning or being
unable to act for any reason, it shall be lawful for the CMD, RCF to appoint another arbitrator in
place of out going arbitrator, in the manner aforesaid. The venue of Arbitration shall be Mumbai.
The work under the contract shall continue during arbitration proceedings unless the matter is
such that the work cannot be continued until the decision of arbitration is obtained.
23.2 Jurisdiction of Court: The contract shall be deemed to have been entered into at Mumbai and all
courses of action in relation to the contract will thus be deemed to have been arisen only within the
jurisdiction of the Mumbai Court. In the event of any dispute or difference between RCF and any
other public sector undertaking or between RCF and Govt. Department, relating to the
interpretation and application of the provisions of the contract, such dispute or difference shall be
referred by either party to the arbitration machinery provided by the department of Public
Enterprises.
24.0 FORCE MAJEURE:
The force majeure conditions are as follows:
24.1 Neither the contractor nor RCF shall be considered in default in the performance of their obligations
as per the contract, so long as such performance is prevented or delayed because of legal strikes,
war, hostilities revolution, civil commotion, epidemics, accidents, fire, cyclone, flood or because of
any law and order proclamation, regulation or ordinance of government or subdivision thereof or
because of any act of God, provided it shall promptly, in any case not later than 14 days of
happening of the event, notify the other, the details of the force majeure and the influence on its
activities under the contract. The proof of existence of force majeure shall be provided by the party
claiming it, to the satisfaction of the other.
24.2 Should either party be prevented from fulfilling the obligation provided for in the contract by the
existence of cause of force majeure lasting continuously for a period exceeding 8 months, then the
parties shall consult immediately with each other with regard to the future implementation of the
contract.
24.3 In the event of indefinite delay, even if arising out of reasons due to force majeure, RCF shall have
the right to cancel the order or part of the order without any liability on their part to make any
payment to the contractor, while reserving the right to claim refund of any payment if advanced or
paid to the contractor.
25.0 APPLICABILITY OF TERMS AND CONDITIONS:
25.1 The terms and conditions mentioned in the scope of work (Annexure II) shall prevail over the
terms and conditions mentioned elsewhere in the NIT work order.
25.2 In case of contradiction in the specifications, more stringent of them shall prevail. The decision of
RCF Engineer shall be final in this regard and binding on the contractor.
26.0 RCF'S lien on all money dues:
RCF shall have a lien on and over all or any money that may become due and payable to the
contractor under these present, and/or also on and over the deposit or security deposit amount or
amount made under the contract and which may become repayable to the contractor under the
conditions in that behalf herein contained for or in respect of any debt or sum that may become
due and payable to RCF by the contractor either under this or under any other contract or
transaction of any nature whatsoever between RCF and the contractor. In addition RCF shall at all
times be entitled to deduct that paid debt or sum due by the contractor from the money, securities
or deposit which may become payable to the contractor.
27.0 DECLARATION OF RELATIONSHIP:
Contractor shall disclose at the time of tender, the names of relative/persons employed directly
with RCF Thal. Tenderer should also disclose names of his/her shareholder who are employers of
RCF Thal. Should a tenderer have a relation or relations, or in the case of a firm or company, one
or more of its share holders employed in RCF shall be informed at the time of submission of the
tender, failing which RCF may reject the tender or rescind the contract.
28.0 REJECTION OF TENDERS:
Tenderers who do not fulfil any of the conditions mentioned herein above or any incomplete in any
respect are liable to be summarily rejected. Management may accept or reject any or all tenders
without assigning any reasons.
i) To accept the tender in part and not entirely without assigning any reason.
In case the tender is from Govt department, public sector, RCF shall have right to give preference
as per government guidelines. Decision of RCF shall be final in regards to all matters relating to this
tender.
The following tenders will be liable to summarily rejected.
i) Tenders submitted by tenderers who resort to canvassing.
ii) Tenders which do not fulfil all or any of the condition laid down in the tender documents or
incomplete in any respect.
iii) Tenders which contain uncalled remarks or any alternative / additional conditions.
iv) Conditional tender.
29.0 TERMINATION OF CONTRACT:
29.1 RCF may terminate the contract in part or in full for its convenience by giving 3 days notice.
Default on the part of contractor shall be treated as breach of contract, and in that case RCF
reserves the right to terminate the contract and forthwith forfeit earnest money deposit and/or
security deposit and get the job done by a third party in part or in full at the risk and cost of the
contractor. RCF also retains the option of debarring the contractor from participating in future
tenders for any specific period. Payment for the work completed at the time of termination of the
contract shall be mutually settled.
29.2 RCF shall have the right to terminate the contract, if the contractor is unable or fails or neglects to
execute the work covered by the contract. Any loss incurred by RCF in this respect will be to the
'Contractor's account. RCF will also have the right to get the job done by a third party in part or in
full at the risk & cost of the contractor.
29.3 TERMINATION OF CONTRACT FOR CONVENIENCE:
RCF may also by express order/notice terminate the contract, in whole or in part, at any time for
their convenience. The notice of termination shall specify that termination is for RCF's convenience,
the extent to which performance of work under the contract is terminated and date upon which
such termination becomes effective.
Payment shall be made to the contractor for the work that is complete, at the time of issue of
notice of termination as per the terms of the contract.
PRE-QUALIFICATION CRITERIA
ANNEXURE-IB
Sheet 1 of 1
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
Bidders shall submit following documents in envelop title “prequalification documents”.
1. Vendor shall have experience in non-chromate industrial CW treatment with zinc as cathodic
inhibitor and stabilized phosphate as anodic inhibitor on a formulation basis only.
2. Vendor should have experience in non-chromate industrial CW treatment in Ammonia plant of
minimum 900 MTPD capacity for continuous period of minimum two years in the last Seven
years and at minimum two different sites.
3. Vendor shall have experience of treating of cooling towers as above1 with a maximum corrosion
rate of 1.5 mpy (one point five mills per year), measured on MS un-passivated coupons installed
on return CW lines / headers.
4. Vendors shall submit self attested stamped user certificates for satisfactory performance and
work orders copies with the prices banked which shall include the following details for the
experience quoted as above,
A.
B.
C.
D.
E.
Name and Capacities of plants (MTPD)
CW circulation flows (M3/Hr),
Details of the CW treatment chemistry,
Corrosion rates (mpy) guaranteed and achieved
Duration of the program specifying periods.
5. The vendor shall furnish details of their R& D facility available with them including details of
modern
gadgets and tools for on-line flow measurement & monitoring of the system
performance, corrosion rates etc at site directly during the actual running of the programs.
6. Party shall have modern equipment for online cooling water flow measurement and experienced
technician for the said job to optimize the flow with changing weather condition / plant
requirement.
7. Solvency certificate issued latter than 01-01-2014 from the reputed bank or credit ratings from
reputed institution such as CRISIL, ICRA etc., or Financing/Credit limits from banks for ` 28.92
Lakhs.
8. Average annual financial turnover during the last three years, ending 31 st March of the previous
financial year (31st March-2014) should be at least ` 43.38 Lakhs. (Bidders shall submit Profit &
Loss accounts / Balance sheets/CA certificate in support of the same).
9. A statement duly signed declaring the names of related officers at RCF, Thal.
10. Ownership of the company with name, addresses & telephone nos. of the proprietors/partners
/directors. (Copy to be enclosed).
11. Copy of the partnership deed/proprietorship/Memorandum of article of association. (Copy to be
enclosed).
12. PAN details. (Copy to be enclosed)
13. Service tax registration no., ST code no., ST category name, ST category accounting code no.
(Copy to be enclosed) for Indian vendors only.
14. VAT / TIN details. (Copy to be enclosed).
ANNEXURE-II (Page 1 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
SCOPE OF WORK FOR NON CHROMATE COOLING WATER TREATMENT IN
AMMONIA, UREA AND ARGON PLANTS, RCF-THAL:
1.0
SYSTEM DETAILS:
 RCF Thal operates two Ammonia Plants of 1750 MTPD capacity each. There are four
cooling Towers in Ammonia Plant.
 CT-I & II are the identical Cooling Towers, one for each plant (5 cells and 4 nos. of
side stream pressure filters each).
 CT-III is common to both plants (4 cells and 3 nos. of valve less auto backwash gravity
sand filter).

CT-IV is for ammonia storage facility (2 cells) Fan less type. There is no filter for this
cooling tower.
Details are given in Annexure-A1 (Page 17).
 There are three Urea Plants of 1725 MTPD capacity each, with a common cooling tower
consisting of ten cells and 6 nos. of side stream pressure filters.
Details are given in Annexure-B1 (Page 18).
 There is one Argon Plant of 45 MTPD capacity with a cooling tower with two cells.
There is one no. valve less auto backwash gravity sand filter for this cooling tower.
Details are given in Annexure-C1 (Page 19).
 All these cooling towers are open re-circulating type constructed by M/s. Paharpur.
Details of range of quality of raw water used as make up water are given in
ANNEXURE-D (Page 20).
 Presently all the above cooling Towers are being treated with phosphate based, nonchromate CW treatment programme.
 Phosphate based, non-chromate cooling water treatment programme is required for all
the above mentioned cooling towers.
2.0
DURATION OF TREATMENT PROGRAMME:
Duration of the Treatment shall be for two year w.e.f. 01/03/2015 at terms and
conditions detailed here subject to satisfactory performance.
3.0
Prequalification Criteria: (As per above Annexure-IB)
ANNEXURE-II (Page 2 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
4.0
TERMS, CONDITIONS & FEATURES FOR THE PROPOSED PROGRAMME:
Bidder shall provide an inorganic phosphate based, non-chromate Cooling Water treatment
programme for a pH range from 6.5 to 8.0.
The CW treatment programme shall be designed considering specific conditions applicable to
cooling towers of Ammonia Plant, Urea Plant and Argon Plant (refer Annexure-A1, B1 &
C1).
4.1 SCOPE OF BIDDERS:
 The job involves supply of cooling water treatment chemicals and providing the necessary
technical services for smooth implementation and operation of the treatment programme
round the clock, on a day to day basis.
 The treatment programme offered should be lab & field tested with proven formulations.
 The treatment programme should be a package treatment with modern formulations. The
formulations should be able to sustain the quality of cooling water even in adverse
condition with modified dosages. Individual chemicals as cathodic and anodic inhibitors in
basic chemical form are not acceptable.
 The treatment programme shall be suitable for a pH range from 6.5 to 8.0.
 Treatment should tolerate up to 5 ppm of oil/organic matter, 50 ppm of dissolved
Ammonia and corresponding 200 ppm nitrate in circulating cooling water.
 The treatment should be able to sustain the quality of circulating cooling water even in
adverse conditions with modified dosages.
 Bidder should specify the operating limits of all the relevant parameters in the format as
specified in Clause 4.3.5 (Page 11).
 Bidder should give % inorganic phosphate & % zinc in the product. Phosphate is to come
from zinc phosphate and dispersant only. Use of basic chemicals like phosphoric acid for
attaining phosphate level is not allowed.
 A dedicated scale inhibitor cum dispersant shall be included in the programme for
dispersion of iron, general scale and sludge and to take care of chances of scaling due to
operation at higher pH.
 To take care of the adverse effects of higher pH during monsoon season, necessary
changes in doses shall be incorporated to avoid scale formation in critical exchangers
where cooling water is on shell side with low velocity or otherwise.
 Bidders shall note that in order to prevent phosphate deposition in MP Condenser (E7) of
Urea Plant, satellite dosing is required.
 Also in case of any specific requirement, satellite dosing of chemicals will have to be
arranged by the bidder.
 Dosing of all chemicals (regular as well as contingency chemicals) shall be the
responsibility of the bidder.
 Bidder shall ensure consistently stable cooling water parameters, without major
fluctuations throughout the tenure of the treatment programme.
 Continuous monitoring, reporting and supervision during pre-cleaning, initial passivation,
operation on day-to-day basis and during any upsets shall be the responsibility of the
bidder. Bidder shall implement corrective measures during upsets in consultation with
RCF supervisors and their quality control manager.
ANNEXURE-II (Page 3 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF:NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
 Bidder shall give the guarantees as per Clause 8.0 (Page 13), with respect to performance
limits as per Clause 6.0 (Page 12). Penalties would be applicable for failure of
performance as per Clause 9.0 (Page 14).
 RCF being IMS - integrated management system Company, all drums / carboys supplied
by the Bidder have to be collected back by the Bidder and taken out of the works and
maintain cleanliness and housekeeping of the surrounding area.
 Bidders should have trained supervisory team of at least two persons (Chemist /
Supervisor) at site, for the cooling water treatment on all days including holidays. The
qualification & experience of the supervisors in cooling water treatment shall be submitted
along with the technical bid.
 Bidders shall provide Technical Services for any problem in the treatment system and
depute their senior technical experts as and when required in addition to the site
representatives, particularly during passivation of the system, heat exchangers inspection
and acid cleaning of any coolers etc.
 Bidder shall depute their Senior Technical Representative for regular discussion with
Senior Managers of RCF regarding the progress of cooling water treatment on regular
basis, minimum once a month.
 Bidder shall submit reports as mentioned in Clause 7.0 (Page 12).
 Training of RCF personnel w.r.t present cooling water treatment and new developments
shall be arranged at site on regular basis by the bidder.
 A letter of warranty shall be given by bidder that the offered chemicals are not hazardous
as per norms by department of environment or other statutory body. Bidder shall also
provide chemicals/formulations that are bio-degradable, preferably within 24 hrs.
 Bidder shall submit the relevant papers on the evaluation of their chemicals with respect to
inhibition studies, zinc stabilization studies, iron oxide control study, hydraulic stability
study of their inhibitor at pH 3.8 and threshold scale inhibition result.
 The cost of the chemicals shall remain fixed during the tenure of contract of two years.
 Start of treatment with all necessary instrumentation in presence of Bidder’s expert team
within 15 days of issue of LOI / PO shall be ensured by the Bidder.
 All Bidders shall fill the Check-List provided as in Annexure-E3 (Page 23).
NOTE:
1.
2.
3.
4.
Before submitting the offer, representative of the Bidders shall visit the site and discuss
with plant personnel for studying the requirements and CW system details like make up
water quality and recirculating cooling water quality. No excuses/complaints from
Bidders will be entertained after issue of work order regarding this. RCF shall extend all
possible help and hence will not be responsible at later stage for deviating in the
guaranteed performance.
Under normal conditions excess blow-down shall not be allowed without valid reasons.
Process water consumption on daily basis shall be recorded, with remarks for blowdown. Also hardness limits for operation of blow-down shall be included.
If any special reagent / chemical are required for analysis, then the quantity required
along with the cost is to be furnished in the bid. The same shall be added while
evaluation of bids.
The chemicals shall be supplied in batches, as per plant-wise requirement for three
months. Separate purchase orders shall be placed for staggered delivery of chemicals as
ANNEXURE-II (Page 4 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
5.
per requirement from plants. New batch shall be supplied to RCF, before the earlier
stock is consumed. RCF reserves its right to ask for urgent requirement of any
chemicals, in case of emergency. Bidder shall furnish all the relevant data about that
batch of chemicals.
Initially chemical consumption reconciliation shall be done after six months and
subsequently it will be done every three months. In the first six months or in any
subsequent quarter, if actual consumption is more than the quantity specified as per the
treatment programme, then excess quantity shall be supplied by the Bidder free of cost.
If consumption is less, then benefit shall be to RCF’s account. Accordingly, the purchase
order for next quarter shall be for reduced quantity of chemicals.
4.2 DETAILS OF CHEMICALS FOR TREATMENT:
4.2.1 INITIAL PRECLEANING AND PASSIVATION:
 In the CW system, pre-cleaning and passivation is a vital aspect for continuity and ensuring a
healthy system, if the ongoing treatment is changed on line.
 Presently these cooling towers are being treated with non-chromate based CW treatment.
 If the bidder feels a comprehensive pre-cleaning and passivation is required, then detailed
procedure shall be provided by bidder, including reasons for addition of chemicals, quantity
of chemicals required and analysis required and total duration for this activity.
 During Pre-cleaning / passivation pH should not be allowed to fall below 6.5.
 If Pre-cleaning and passivation is required, the Bidder shall provide the details of the initial
change over chemicals as in the format 4.2.1A below (Page 5).
ANNEXURE-II (Page 5 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
4.2.1A Chemicals details for initial Pre-cleaning and Passivation:
(This data shall be given separately for Ammonia, Urea and Argon cooling towers)
Name of Cooling Tower:
Sr.
No
1
2
3
4
5
6
7
8
9
10
11
Type of Chemical
Name of
Chemical
Dosages
(in ppm)
Consumption
quantity (Kg)
Duration
(Hrs)
Corrosion Inhibitor
Dispersant
Bio dispersant
Biocide 1
Biocide 2
Biocide 3
Other Biocides
Chlorine substitute
Chlorine Dioxide
Chemical
Other Chemicals
Copper corrosion
inhibitor
(For Ammonia CT)
 If Bidder feels pre-cleaning and passivation is not required, the same shall be put on
record in the technical bid document, confirming no adverse effects on the cooling
water quality parameters for all the above towers after starting the new treatment
programme.
4.2.2 CORROSION INHIBITOR AND DISPERSANT:
The treatment recommended shall be capable of maintaining effective control over corrosion
and scaling in normal condition and with modified dosages under adverse situations such as
oil leak, high / low pH excursion with special reference to the following.
 Maintenance of Phosphate for Normal treatment:
o For Ammonia and Argon Plants:
Level of Phosphate as a corrosion inhibitor is to be maintained between 6-10 ppm
depending upon cooling water pH. Quantity of inorganic phosphate should be
worked out for 9 ppm orthophosphate dosing.
ANNEXURE-II (Page 6 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
o For Urea Plant:
Total Inorganic Phosphate should be 10 ppm (Min) in regular dosing.
The treatment programme should consist of Zinc polyphosphate or equivalent anodic
cathodic compound as a corrosion inhibitor for effective protection of S.S / C.S.
exchangers or equipment.
The Scale inhibitor should not lose its inhibitive efficiency for complete cooling water
circuit and specifically in M.P. condensers E7, where the temperature can be in the range
of 90 degree centigrade. Satellite dosing on continuous basis is to be provided at E7.






Corrosion inhibition: Corrosion inhibitor should be effective for mixed metallurgy of
equipment in the CW circuit. Equipments in Ammonia plant contain mainly SS and CS
exchangers along with some exchangers of Brass. Equipments in Urea plants contain
mainly SS and CS exchangers. The dispersant should be able to take care of scaling, etc.
for complete cooling water circuit and specifically in M.P. condensers E7 for Urea Plant,
where the temperature can be in the range of 90 degree centigrade.
COC: Bidder shall maintain COC as specified in Annexure A1, B1 and C1 (Page 17, 18,
19), taking in to consideration high retention time due to large system volume with
minimum blow-down.
Changes in raw water quality: Due to seasonal variation (high calcium / Magnesium
hardness, high microbiological counts, etc.). Typical variation in raw water is enclosed in
Annexure-D (Page 20 )
Corrosion rate: Corrosion rate must always be below 1.5 mpy and total iron "pick up"
in recirculating water must always be below 0.35 ppm. (Refer guarantee Clause 8.6 &
8.7 (Page 13). Un-passivated MS Corrosion coupons with no pits on coupon surfaces
shall be used. Corrosion coupons shall be put in the rack and taken out only in presence
of the RCF officials. Corrosion rate should be measured by these coupons in the plant
premises only. Coupon rack shall be locked and all the keys shall be kept with plant
authorities.
For effective control of pH, acid / alkali dosing is resorted to. Bidder shall arrange for
dosing with required safety for the same.
RCF reserves the right to test the offered dispersant. Test for Dispersant : Recommended
dispersant should give min. 95 % of Ca3(PO4)2 inhibition test at 50 % of the
recommended dose level under test condition which are pH 8.6, Ortho PO4 – 6 ppm,
temperature – 90 OC and Ca hardness 300 ppm as CaCO3 in presence of total iron of
1mg / lit in cooling water system.
4.2.3 BIOCIDE AND BIO DISPERSANT:
Special emphasis should be given in the treatment for controlling and dispersing the microbes,
as microbiological fouling is a potential hazard, which may lead to failures in cooling water
system.
The program should incorporate effective non-oxidizing biocides (minimum three), in addition
to chlorination, for microbial control over a wide spectrum of microorganism.
Biocides recommended should be effective on nitrifying & denitrifying bacteria, SRB and other
bacteria if any, up to 50 ppm of dissolved Ammonia and corresponding 200 ppm nitrate in
circulating cooling water. Bidder shall submit procedure for analyzing active ingredient for all
offered biocides.
ANNEXURE-II (Page 7 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
RCF has experience of using following biocides as per doses mentioned:
Biocide Type
Dichlorophene based
Quaternary Ammonium Compound based
Methylene Bis thiocyanate based
Carbamate based
Iso thiazoline based
Minimum %
Active ingredient
Minimum Dosage
based on Hold up
40%
40%
09%
45%
1.4%
30 ppm
25 ppm
25 ppm
30 ppm
30 ppm
If the offered biocides’ active content and / or doses is less than those mentioned as per table
above, then RCF reserves the right to increase the doses to arrive at the minimum requirement as
per table above and load the additional quantity of chemicals. The same will be informed to the
bidder.
If the offered active concentration and / or dose are more than those mentioned as per table
above specified, then the same quantity as offered shall be considered for evaluation.
If the biocide offered is other than described above, then the sufficient proof of adequacy of
doses with offered active ingredient % shall be submitted by bidder in the form of user
certificate from the organizations where it is being successfully used for the total duration of the
treatment.
Chlorination shall be supplemented with these biocides to ensure residual free chlorine in
recirculating water of 0.1 - 0.2 ppm. Biocides shall be shock dosed one after another once a
week to avoid immunization of bacteria.
Bidder shall specify minimum inhibiting concentration dose of each biocide along with its active
ingredient concentration with their percentages present in recommended biocides.
The treatment programme should limit bio-counts or population during all times as below,
 TVC counts below 1, 00,000 counts / ml.
 SRB counts below 50 counts / 100 ml.
 Nitrifying bacteria below 25 counts / ml.
Bidder shall arrange for Bio-dispersant dosing on continuous basis for reducing bio-fouling at
different locations as specified from time to time.
Bidders may note that Bromine based substitute chemical to chlorine is to be provided to take
care of interruption in chlorination (on account of possible breakdown), for a total period of 30
days in a year.
In case the CW system becomes immune to the biocides being used and no biocidal effect is
observed for consecutive three doses, the same shall be reviewed by RCF along with the Bidder
and if needed, alternative effective biocide shall be used at Bidder’s cost.
The effectiveness of the biocide at the quoted dosage levels may be independently
verified by RCF through certified laboratories. If dosage levels are found inadequate,
ANNEXURE-II (Page 8 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
then the quantity may be enhanced and the cost for extra consumption will have to be
borne by the party. The result of the test is binding on the party.
NOTE:
Chlorine and Soda ash Dosing:
The Bidders may note that the supply of chlorine and soda ash is in the scope of RCF. However
the supply of chemical for ClO2 generation including the required equipment shall be in the
scope of Bidder.
It is observed that consumption of soda ash and chlorine increases due to biocides loosing their
effectiveness. In such cases, bidder shall take immediate corrective actions on priority basis to
restore effectiveness of biocides such that soda ash and chlorine demand in CT should remain
within mentioned limits.
If soda ash and Chlorine consumption individually exceeds the limits for each plant, as per
clause 8.8 (Page 14), then excess soda ash and Chlorine, including all associated activities like
handling of these chemicals, shall be supplied by the Bidder free of cost.
Due to any reason FRC is not detected after required chlorine dosing, Party will analyze ClO 2
and will maintain its level at minimum 0.2 ppm.
 FOR AMMONIA PLANT:
In the present set up, continuous chlorination is being done @ 2 to 3 Kg/hr per tower, along with
ClO2 to get around 0.2 ppm of FRC all the time in re-circulating water.
Bidder should clearly mention the rate of chlorination required for all the towers individually to
get around 0.2 ppm of FRC in re-circulating water.
Total chlorine consumption shall not exceed 55 T / year and total soda ash consumption shall
not exceed 30 T / year, for Ammonia Plant (Refer clause 8.8, (Page 14).
 FOR UREA PLANT:
Continuous chlorination is not desirable due to SS equipments in the plant
In the present set up, chlorination is being done @ 1.5 Kg/hr, along with ClO2 to get around 0.2
ppm of FRC all the time in re-circulating water.
Chlorine dioxide was used in the previous programme as biocide for about 90 days during
winter months. The pH excursions were controlled and there was a reduction in the consumption
of chlorine.
Total chlorine consumption shall not exceed 18 T / year and soda ash consumption shall not
exceed 20 T / year for Urea Plant. Refer clause 8.8 (Page 14).
ANNEXURE-II (Page 9 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
 FOR ARGON PLANT:
Chlorination is intermittent to get around 0.1 to 0.2 ppm of FRC in circulating water.
Chlorine consumption shall not exceed 4.5 T / year and soda ash consumption shall not exceed
1.0 T / year for Argon Plant. Refer clause 8.8 (Page 14 )
In an event of increase in the consumption of chlorine and / or soda ash, beyond the specified
limits for each plant, the Bidder shall be charged for the excess consumption of the same as per
the sample calculation shown below:
(e.g.: Cost of excess soda ash consumption = Excess soda ash Consumption in excess of that
given in clause 8.8 x cost of procurement of soda ash per ton).
4.2.4 CONTINGENCY CHEMICALS:
The Bidders should give details including prices and purpose of contingency chemicals required
during different upsets such as pH excursion, oil leak, ammonia and CO2 ingress, iron
dispersion, bacterial proliferation etc.
The Bidder shall provide a complete contingency program for upset conditions (separately for
each upset condition).
The doses of contingency chemicals during these contingencies should be submitted with the
main programme.
Bidder shall indicate the minimum quantities of contingency chemicals to be maintained at site
considering Urea cooling tower and either CT-I or CT-II in Ammonia plant and CT of Argon
plant.
RCF intends to keep a minimum quantity of contingency chemicals in stock.
It may be necessary that additional contingency chemicals would have to be arranged by
contractor within maximum 72 hrs from observation and reporting of emergency situation of the
cooling waters. If contractor fails to do so, RCF may arrange the same from other reputed parties
at contractor's risk and cost.
4.3 REGULAR CHEMICAL TREATMENT:
4.3.1
For normal treatment, the following products and dosages shall be followed:
 Corrosion Inhibitor: Should be able to tackle the adverse situation with modified
dosages and should be effective for the metallurgy of individual system (mainly SS &
CS). It should withstand high temperature of up to 90 degree Celsius, specifically for E7
of Urea plant.
 In normal condition corrosion rate shall always be below 1.5 mpy and iron pickup from
the system shall be below 0.35 ppm.
 Dispersant: Should restrict scale formation. During adverse conditions it should restrict
scaling with modified dosages.
ANNEXURE-II (Page 10 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF:NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
 Biocide and Bio-dispersant: Should keep the system clean by reducing biofouling.
4.3.2
Bidder shall furnish Chemicals details in following format for regular treatment
(Plant-wise for each tower as in Annexure A1, B1 & C1),
considering 365 days operation in a year.
Name of Cooling Tower:
Sr.
No
Type of Chemical
Name of
Active
chemicals Ingredients
(%)
Dosages
( ppm)
Consumption Details
Kg/day Kg/month Kg/year
1
Corrosion
Inhibitor
2 Dispersant
3 Bio dispersant
4 Biocide 1
5 Biocide 2
6 Biocide 3
7 Other Biocides
8 Chlorine
substitute
9 Chlorine Dioxide
Chemical
10 Other Chemicals
11 Copper corrosion
inhibitor
(For Ammonia
CT I & II)
*Bidder should quote biocides for all 52 weeks in a year
4.3.3
RCF reserves the right to change and enhance the chemical dosages and load the
offer accordingly, if it is found insufficient to take care of existing system
requirements based on past experience while evaluating technical offer.
Bidders should note that the successful performance of the offered cooling water treatment
depends upon healthy doses of biocides, good dispersant to inhibit scale formation on shell
side exchanger and in areas of low velocity, quantity of regular treatment should be based on
blow down, windage loss offered in Annexure A1, B1 & C1 as applicable to Ammonia, Urea
and Argon plants.
In abnormal situations, extra chemicals required to rectify the cooling water quality should be
certified by RCF officials.
4.3.4 Initial start up after shut down of Cooling Tower:
Re-passivation and initial fill chemicals quantities (for all the towers individually) after cleaning
of basin during annual shutdown (once in a year for 5 days) should be mentioned separately for
individual cooling towers and to be included in the offer. During initial start up, after Cooling
Tower shut down, dosages of the chemicals in re-circulating cooling water is essential to restore
the CW system within normal operating limits. Bidder should give the quantities of the
chemicals to be dosed in CW system during start up as per following table (Plant-wise for each
tower as in Annexure A1, B1 & C1):
ANNEXURE-II (Page 11 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
4.3.4A Bidder shall furnish Chemicals details in following format for Initial start up after
shut down of Cooling Tower (Plant-wise for each tower as in Annexure A1, B1 & C1)
Name of Cooling Tower:
Sr.No
Type of
Name of
Dosages
Total Quantity
Chemical
Chemical
(ppm)
required
(kg)

Bidder shall give comprehensive chemical consumption sheet addressing Clause 4.2.1A,
4.3.2 and 4.3.4A in the format as shown in Annexure E1.
4.3.5 OPERATING PARAMETERS LIMITS TO BE PROVIDED BY BIDDER:
Name of Cooling Tower:
Sr. No.
PARAMETERS
RANGE
pH
1.
2.
Conductivity, mmhos
3.
Silica, ppm as SiO2
4.
Total Hardness, ppm as CaCO3
5.
Calcium Hardness, ppm as CaCO3
6.
Magnesium Hardness as CaCO3
7.
M-Alkalinity, ppm as CaCO3
8.
Sulphate, ppm as SO4
9.
Chlorides, ppm
10.
Zinc
11.
Iron, ppm as Fe
12.
O-phosphate, ppm as PO4
13.
Total Phosphate, ppm as PO4
14.
Dispersant, ppm
15.
Bio-dispersant, ppm
16.
Biocide (s), ppm
17.
Turbidity, NTU
18.
Free Residual Chlorine (FRC), ppm as Cl2
19.
Concentration Cycle (COC)
20.
CW velocity permissible in heat exchangers.
21.
Corrosion Rate (mpy)
22.
TDS
23.
Holding time index
Note: pH and other critical parameters shall be monitored, recorded and reported round the
clock whenever required. Otherwise, the same shall be monitored, recorded and reported during
general shift hours along with proposed actions and reasons thereof on daily basis.
5.0 MONITORING INSTRUMENTS:
Complete monitoring tools for day to day monitoring of corrosion, scaling / deposition, biofouling, pitting tendency (if possible) etc. should be provided by the Bidder.
Bidders should clearly mention the details of the monitoring instruments which will be supplied
for use at site on loan. Following online / other monitoring instruments are required for each
tower.
ANNEXURE-II (Page 12 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
1.
2.
3.
Bio-fouling monitors (with differential pressure gauge)
Deposit monitors with heating system which is intrinsically safe in cooling tower area.
MS un-passivated Corrosion coupons & coupon racks with locking arrangement. Analytical
kits for field testing (with reagents replenishment).
4. PC based Software and hardware for regular trend check.
5. Any other instruments for simulation and diagnostic study.
6. Corrator facility for instantaneous corrosion rate (Twice in month during normal operation).
7. Metering pumps for all the chemicals which are to be used regularly and sufficient stand by
pumps for all towers. These pumps should be intrinsically safe in plant area.
8. ClO2 generating equipment for ClO2 dosing for all towers.
9. Ultrasonic flow meter (as and when required).
10. Dry bulb and wet bulb temperature monitoring (daily basis).
6.0
PERFORMANCE LIMITS
5.1. Corrosion rate should be less than 1.5 mpy on MS un-passivated coupons, total iron content
in re-circulating CW should be less than 1.0 ppm and Iron pick-up from the system should
be less than 0.35 ppm.
5.2. Microbiological count (TVC) should be less than 100,000 count/ml.
5.3. Sulphate reducing bacteria (SRB) counts should be less than 50 counts/100 ml.
5.4. Nitrifying bacteria (NRB) counts should be less than 25 counts/ml.
5.5. Differential pressure across bio-fouling monitors should not exceed more than 3.2 inches of
water column (or equivalent in other scale) or should not be higher than 10% of the initial
value with a flow of 2 gpm or equivalent continuously for more than 7 days.
7.0
DATA & REPORTS TO BE SUBMITTED BY THE SUCCESSFUL BIDDER:
Following data and reports have to be submitted by the Bidder after award of the contract by
RCF and also during the course of treatment.
A)
After Award of Contract by RCF:
 Nature of chemicals and their safety data sheet and procedure for safe handling and
first aid requirement in case of any incident (MSDS).
 Analytical procedure for estimation of concentration of all chemicals in the circulating
water for the purpose of correct doses and methods to monitor the chemical treatment
programme effectiveness including orthophosphate by filtration and by colorimetric
methods.
B) During the course of CW Treatment:
 Monthly flow measurements for all critical exchangers by ultrasonic flow meter shall
be arranged by Bidder and as and when required.
 Reporting & submission of daily analysis and chemicals consumption reports,
specifying activities carried out along with reasons to Plant in-charge & Quality control
manager by 4.00 pm every day. Bidder to keep concerned RCF personnel involved in
the operation and control of the CW treatment.
Submission of monthly report giving details of water quality, temperature profile of all
exchangers, corrosion rates, TVC, CW flows, ORPs, CLO2 readings, delta phosphate
ANNEXURE-II (Page 13 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
8.0
analysis etc. and monthly consumption and cost of chemicals consumed including
reasons for deviation if any & corrective measures taken and any areas of concern.
 Party shall organize for the measurement of ORP and ClO2 readings, minimum
weekly once and as and when found essential, at pre-decided locations. If ORP at
any location in the CW system is found less than the average ORP value, then party
shall take appropriate actions like satellite dosing of chemicals so that ORP at that
location will get restored to average value. ClO2 readings shall be positive at all predecided locations.
 Bidder shall study and submit a report on Cooling Tower Performance twice in a year.
 A separate report to be submitted after any shut down specifying actions needed for
any problems observed. This shall also include comparison of performance parameters
for all exchangers before and after shut down.
 A separate report in the form of check list, with list of parameters for analysis of root
cause identifications for any upset condition and corrective actions needed shall be
mentioned for all individual upset conditions.
 Bidder shall study the temperature, pH and pressure profile of all heat exchangers and
collect data regarding differential pressure and differential temperature during the
tenure of the treatment in consultation with RCF officials, minimum one set of readings
every fifteen days, and record shall be maintained for evaluating the efficiency of
treatment as per Annexure-E2.
 The requirement for Hydro-jet / chemical cleaning of exchangers may also be
recommended with the relevant set of parameters for performance improvement.
Whenever Hydro-jet / chemical cleaning of exchangers are carried out, the relevant set
of parameters before and after the activity should be submitted.
 Make up water being a precious commodity, party should try to devise scheme for
conservation with gradual increase of COC and reduction in make up water
consumption. Party should try to furnish a definite target for % reduction in the makeup water consumption.
CW TREATMENT GUARANTEES:
The treatment programme shall be designed for maintaining continuous operation of the
plants for one year without limitation on account of the problems associated with cooling
water system.
Bidders shall give following guarantees in writing for the programme recommended by
them.
8.1
The quantity of maintenance dosages should be guaranteed, with the raw water quality
within the range as given in Annexure-D.
8.2
TVC Bio counts shall be below 1, 00,000 counts / ml or less than present counts.
8.3
SRB Bio counts shall be below 50 counts / 100 ml or less than present counts.
8.4
Nitrifying bacteria shall be below 25 counts/ ml or less than present counts.
8.5
Differential pressure across the Bio-Fouling Monitor shall be maximum 3.2 inches of
water column (or equivalent in other scale) with a flow of 2 GPM (or equivalent) in the
measuring tube, or should not be more than 10% of the initial value.
8.6
Iron pick-up from the system shall be below 0.35 ppm.
8.7
Corrosion rate shall be below 1.5 mpy on un-passivated MS-coupons with no pits on
coupon surface.
ANNEXURE-II (Page 14 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF:
9.0 NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
8.8
Chemicals Guarantee:
Consumption of following shall not exceed the following limits in each of the plants:
Name of the plant
Soda Ash
(Tons per year)
Chlorine
(Tons per year)
Urea
20
18
Ammonia
30
55
Argon
1.0
4.5
Deviations from guarantee clause will lead to penalty as given below:
9 .0 PENALTY CLAUSES:
9.1 In case any four or less than four items of clause 8.1 to 8.7 individually exceed
performance figures / limits as mentioned above,
Vendor will be allowed to modify their treatment programme at their own cost, initially,
for 15 days period and 20% of their security deposit will be forfeited.
In case, Vendor is unable to control and correct the CW quality parameters within the
given period of 15 days, another 15 days period may be given with deduction of 40% of
the security deposit.
In case, party is unable to control and correct within the total given period of 30 days as
above, treatment contract is liable to be terminated and security deposit forfeited.
Decision of the Head of the Thal Unit shall be final and binding in this regard.
9.2
In case any five items, as in clause 8.1 to 8.7, individually exceed the performance
figures/ limits as mentioned above during any period of treatment then,
Vendor will be allowed to modify their treatment programme, for effecting corrective
measures at their own cost, for Maximum 30 days period and 40% of their security deposit
will be forfeited.
In case, Vendor is unable to control and correct within the total given period of 30 days as
above, treatment will be terminated and security deposit forfeited.
9.3
In case all seven items as in clause 8.1 to 8.7 exceeding limits of individually as in clause
8.1 to 8.7 Vendor will be allowed 15 days for correcting chemicals/formulation etc., with
proper justification and failure to achieve the guaranteed figures,
Another 15 days time will be allowed to correct the treatment with further deduction of
security deposit up to 50%.
Even after that if the Bidder is unable to achieve the guaranteed figures the order will be
terminated and security deposit forfeited.
ANNEXURE-II (Page 15 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
Despite all the permissible period for changing line of treatment to establish guaranteed
parameters (without any major variation in make up water quality and C.W. ingress of
Ammonia, oil etc.),
Plant authority and technical services will jointly make performance report and submit to
Head of Thal unit and he may terminate the treatment contract with Bidder with 10 days
prior intimation to the party.
Decision of the Head of the Thal Unit shall be final and binding.
9.4
Corrosion rate being a critical parameter, it must not exceed value greater than 1.5 mpy
during regular treatment as per clause 8.7. If Corrosion rate is found to be greater than 1.5
mpy for consecutive two readings, the contract may be terminated within 10 days of notice
and entire amount of security will be forfeited.
9.5
However, even after termination of contract, party may have to supply chemicals at the
existing rates till new party is lined-up. The usual services (including analysis and other
technical help) will be rendered by the party till the new Bidder is lined up.
In case of any dispute in the analysis, third party analysis will be carried out at the cost of
Bidder which will be binding on both the parties. Selection of third party will be done by
RCF Ltd. only.
9.6
If consumption of soda ash and / or Chlorine individually exceeds the limits for each
plant, as per clause 8.8 (Page 14), then cost of excess soda ash and Chlorine and all
associated activities like handling of these chemicals, shall be in the scope of Bidder. Cost
of these chemicals will be considered as per the last procurement.
10.0 SECURITY DEPOSITS:
The successful Bidder will have to deposit 10% of the cost of chemicals which are estimated
to be consumed over the period of contract towards security deposit for faithful performance
of the contract.
The security deposit shall be submitted within 15 days of issue of LOI / firm work order /
purchase order in the form of DD or bank guarantee in RCF’s proforma from any
nationalized bank. The security deposit shall be released within three months of completion
of contract / guarantee period subject to satisfactory execution of the contract.
On submission of security deposit, the EMD of the contractor shall be returned. No interest
shall be payable by RCF on the security deposit.
11.0 TERMS OF PAYMENT:
90% of invoice value shall be released after receipt of material at RCF’s site and certification
of quality by RCF’s Engineer. 5% of the invoice value shall be released after consumption of
chemicals and satisfactory monitoring of the system as certified by RCF Engineer.
Balance 5% of the invoice value shall be released within 3 months from the date of invoice
and submission of report that the chemicals were consumed as per norms stated in the offer.
If the excess consumption occurred then a proper report justifying the excess consumption
shall be submitted stating the abnormal conditions in the plant which led to excess
consumption and corrective action taken.
Such report shall be authenticated by
representative of plant and Technical Services jointly. Normally, payment shall be released
within 30 days from the date of receipt of bill, complete in all respects. No claim for interest
or any other compensation shall be entertained in respect of earnest money or in respect of
any money which may be in RCF's hand owing to any dispute between RCF and Contractor
or in respect of any delay on the part of RCF in making interim or final payment
ANNEXURE-II (Page 16 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
12.0 TERMINATION OF CONTRACT:
If, in the opinion of RCF, the performance of cooling water treatment at any time is not
satisfactory, then RCF will give a further one month’s notice to the Bidder for rectification.
If still, in the opinion of RCF, the cooling water treatment is not satisfactory then RCF can
terminate the contract. Please refer to penalty clauses in clause 9.0 for details. Also refer
Clause no. 26.0 to 26.3 of Annexure-I.
13.0 ACCEPTANCE & REJECTION:
RCF reserves the right to accept or reject any or all the offers without giving any reasons.
14.0 EVALUATION PROCEDURE:
Bidders are requested to note that Basic cost + Taxes and duties and Set off shall be
considered during evaluation of offer . Cost of contingency chemical shall not be
considered during evaluation of offer.
NOTE: The terms and conditions mentioned in the scope of work (Annexure II) shall
prevail over the terms and conditions mentioned elsewhere in the NIT. In case of
contradiction in the specifications and clauses, more stringent of them shall prevail. The
decision of RCF Engineer shall be final in this regard and binding on the contractor.
ANNEXURE-II (Page 17 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
ANNEXURE-A1
CW SYSTEM DETAILS OF AMMONIA PLANT:
a) Main Cooling Towers (CT-I & II)
DETAILS
Hold up
Recirculation rate
Evaporation rate
Windage
Blow down (Calculated)
Blow down & Windage
Make up
COC required
UNITS
M3
M3 /hr
M3 /hr
M3 /hr
M3 /hr
M3 /hr
M3 /hr
----
VALUES
6750
17500
275
17
28
45
320
7.0
b) Revamp (common) Cooling Tower (CT-III)
DETAILS
Hold up
Recirculation rate
Evaporation rate
Blow down & Windage
Make up
COC required
UNITS
M3
M3/hr
M3/hr
M3/hr
M3/hr
----
VALUES
2805
8415
106
21
127
7.0
c) Cooling Tower for Ammonia Storage (CT-IV) Fan less type – with Spray Nozzles
DETAILS
Hold up
Recirculation rate
Evaporation rate
Blow down & Windage
Make up
COC required
UNITS
M3
M3/hr
M3/hr
M3/hr
M3/hr
---
VALUES
100
475
5.25
1.05
6.3
7.0
ANNEXURE-II (Page 18 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
ANNEXURE-B1
CW SYSTEM DETAILS OF UREA PLANT:
DETAILS
System Volume
Recirculation rate
Evaporation rate
Blow down + Windage
Make up (Total)
COC required (Min)
UNITS
M3
M3/hr
M3/hr
M3/hr
M3/hr
---
VALUES
10,000
33,000
589
147
736
5.0
ANNEXURE-II (Page 19 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
ANNEXURE-C1
CW SYSTEM DETAILS OF ARGON PLANT:
DETAILS
System Volume
Recirculation rate
Evaporation rate
Blow down + Windage
Make up (Total)
COC required (Min)
UNITS
M3
M3/hr
M3/hr
M3/hr
M3/hr
---
VALUES
380
1400
6.0
1.0
7.0
5.0
ANNEXURE-II (Page 20 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
ANNEXURE-D
Normal range of quality parameters of Make up raw water to all Cooling Towers:
PARAMETERS
pH
Conductivity, micro-mhos
Silica, ppm as SiO2
Total Hardness, ppm (as CaCO3)
Calcium Hardness, ppm (as CaCO3)
M-Alkalinity, ppm as CaCO3
Sulphate, ppm as SO4
Chloride, ppm as CaCO3
Iron, ppm as Fe
Turbidity, NTU
TVC / ml
SRB /100 ml
Oil / Organics
Ammonia, ppm
RANGE
6.7
60
10
20
10
15
1
10
0.015
NT
20 x 103
Nil
Nil
Nil
7.7
150
26
65
30
50
10
20
0.15
1.5
350 x 103
30
Up to 5 ppm
50
NOTE:
1. In Ammonia Plants, for Cooling Towers I & II as shown in ANNEXURE A1, about 10
M3/hr each of boiler blow-down condensate water at 60 deg C is being used as part of
make up. The treatment programme should be able to take care of this make up water.
Normal range of Boiler Blow-down quality is as follows:
pH
Phosphate, ppm as PO4
Conductivity, micro-mhos
Silica, ppm as SiO2
Iron, ppm as Fe
8.8 to 9.8
3 to 7 ppm
10 to 30
0.1 to 0.4
N.T.
2. The two cooling towers of line I and II (CT I & II) in Ammonia Plant have been provided
with inter-connection. These inter-connections normally are closed and isolated. However,
there are a few occasions of mixing up of the water from one cooling tower to another due
to passing. This should be taken care while planning the day to day treatment.
ANNEXURE-II (Page 21 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
ANNEXURE-E1:
Comprehensive chemical consumption sheet for individual towers addressing
Sr. Type of chemicals & brand
Regular
On line
Initial fill Total
No name
Treatment
change
up after
(kg/year)
(kg/year)
over
CT shut
(kg)
down (kg)
1
Corrosion Inhibitor
2
Dispersant
3
Bio dispersant
4
Biocide 1
5
Biocide 2
6
Biocide 3
7
Other Biocides
8
Chlorine substitute
9
Chlorine Dioxide Chemical
10 Other Chemicals
11 Copper corrosion inhibitor
(For Ammonia CT I & II)
Clauses 4.2.1A, 4.3.2 and 4.3.4A.
Name of Cooling Tower:
Bidder should quote biocides for 52 weeks in a year.
Bidder shall consider Chemicals requirement for 365 days in a year.
ANNEXURE-II (Page 22 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
ANNEXURE-E2:
Format of Reports for Performance monitoring of water coolers
1. Date / Time
2. Plant Load (MTPD)
3. No. of CT pumps running
4. No. of CT fans running
5. Dry bulb temperature & Wet bulb temperature (deg C)
6. Approach (deg C)
7. CW supply at CT pumps discharge: pH, temperature, conductivity, ORP and
Ammonia content.
8. CW return to CT: pH, temperature, conductivity, ORP and Ammonia content
9.
Temperature at individual cooler (at CW outlet in deg C)
10. CW Flows in M3/Hr
Cooler Flow Conductivity pH Ammonia ORP Temperature Differential Remarks
tag no
Temperature
ANNEXURE-II (Page 23 of 23)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
ANNEXURE-E3:
Check-List to be filled by Bidders
1.
2.
3.
4.
5.
6.
7.
8.
9
10
11
12
13
14
15
16
17
Recommended products/chemicals are proven in
other fertilizer plants with same or higher doses
and are in operation for the last two years
Performance certificate of experience using same
chemicals in large sized fertilizer plant
Recommended products are single formulations
and not basic chemicals
RCF will reject or load the quantity of chemicals in
case found inadequate based on experience
Quantity is based on blow down, windage losses
given as in Annexure I
Chemicals are environment friendly
Active in-gradients of all chemicals given
MSDS of all chemicals
Qualification & experience of Site Engineers and
Senior Technical Representative enclosed.
Chlorine Dioxide with proper generating
equipment included in the offered programme
Chorine substitute bromine based biocide included
in the programme
Flow measurement study every month or as and
when required.
Any major deviation from the scope requirements
If yes, then mentioned in the bid
Offered products are not commodity chemicals
Yes/No
Enclosed/ not enclosed
Yes/No
Agreed/not agreed
Yes/No
Yes/No
Yes/No
Enclosed/ not enclosed
Yes/ No
Yes / No
Yes / No
Agreed/not agreed
Yes/No
Yes/No
Agreed / Not Agreed
Visited the site for understanding of the treatment Yes / No.
programme and raw water and other parameters
before quoting.
Corrosion rate < 1.5 mpy
Yes
Details of chemicals along with the regular Yes / No.
treatment quantities are furnished including in the
basis of calculation
ANNEXURE-IID
Sheet 1 of 1
CHECKLIST
(To be enclosed along with tech bid in envelope-3)
JOB: ARC for Non Chromate CW Treatment in Ammonia, Urea & Argon Plants at RCF Thal.
REF: NIT NO :TH/MES/ABW/14/D1-58/247 Dt: 01/12/2014, Rev-1 Dt: 26/12/2014
SR.
NO.
1
2
3
4
5
6
7
8
9
10
11
ITEM
Prequalification criteria documents (Annexure-IB)
submitted in Envelope-2
Stamped and signed copy of General terms &
conditions (Annexure-IA) submitted in evelope-3
Stamped and signed copy of instructions to tenders
(Annexure-I) submitted in evelope-3
Stamped and signed copy of scope of work (AnnexureII) submitted in evelope-3
Checklist filled & submitted (Annexure-IIB) in evelope-3
ERA procedure agreed and submitted stamped and
signed copy of instructions for E-Reverse Auction.
(Annexure-IIC). in evelope-3
Stamped & signed copy of Un priced price bid clearly
mentioning only applicable taxes & duties
submitted in envelope-3
16
Validity of offers 90 days agreed.
14
17
18
19
20
21
22
Date
NO
NOT APPLICABLE
Stamped & signed copy of price bid clearly mentioning
price and applicable taxes & duties submitted in
envelope-4.
Separate deviation list if any submitted in envelope-3
15
13
REMARK (If answer is
Yes give details in this
column)
Name of bidder along with phone no. and Valid Email
ID:
Note: Further correspondence if any shall be
done on this Email ID only. No Postal/ Courier
correspondence done.
EMD of Rs. 1,00,000/- Submitted in envelope-1
Liquidated damage clause no 18.0 of Annexure-I is
agreed.
Agreed guarantee & penalty clause no: 8 & 9 of
Annexure-II.
Security deposit clause no: 10 of Annexure-II is
agreed.
Payment terms clause no: 11 of Annexure-II is agreed.
12
YES/
NO
All quoted rates shall be firm till completion of contract
(i.e. TWO YEARS).
Confirmed that Quoted prices are FOR (Thal. )
Agreed that Tax Invoice shall be submitted during
billing.
Registered under micro, small, medium enterprises
development act Yes/No, please mention category in
which registered & submit the copy of the same
Confirmed that separate Bill of quantity for all
chemicals for all 3 plants is mentioned in the
offer.
Note that treatment program in all the 3 plants
shall be awarded to single party and evaluation
shall be done accordingly.
Signature and Seal of the bidder
ANNEXURE- IIE
(FORMAT FOR SOLVENCY CERTIFICATE)
( on Bank’s Letter Head )
______________________________________________________________________
REF NO:…………………
DATE:……………,,,,,,,,,
To Whomsoever Concerned
This is to certify that to the best of our knowledge and information, M/s
_______________________
________________________(Bidders name with complete address), a customer of our Bank,
is
respectable, and is capable of executing orders to the extent of Rs. ________
(Rupees___________________________________). M/s _________________ have been our
customer since _____________to date and has been granted the following limits, at present,
against various facilities granted by the Bank:
……………………… ……………..
……………………… ……………...
This certificate is issued without any guarantee, risk or responsibility on behalf of the Bank or
any of its officials.
This certificate is issued at the specific request of the customer.
Yours faithfully,
(Bank Official’s signature & stamp)