Upload
haanh
View
232
Download
2
Embed Size (px)
Citation preview
1
National Fertilizers Limited
Panipat
Tender For
“Retrofitting /Replacement of old lift installed in Urea Prilling tower with new
state of art LIFT (for six persons and of similar capacity)”
Tender No. NFP/PUR/SB/150231/1616316
Date: 07.04.2016
2
National Fertilizers Limited
(A Govt. of India Undertaking) Panipat-132106, (Haryana)
NOTICE INVITING TENDER
Sealed Tenders are invited in Two Part Bid System for following item:-
Sl.No
Tender No. Description of Items Quantity
Tender Cost (Rs. )
Part-I bid opening
date
1 NFP/PUR/SB/150231/1616316
Supply & Replacement of
Lift in Urea Prilling
tower
No.1 1000/- (non
Refundable)
20-May-2016 at
10.00 AM onwards
For further details, visit websites: http://www.nationalfertilizers.com/ https://nfl.etenders.in . Any
future amendment/modification to the NIT will be displayed only on our website.
Dy. Gen. Manager (Materials)
3
TENDER DETAILS
Tender ID : Tender Notice No : NFP/PUR/SB/150231/1616316; Retrofitting /Replacement of old lift installed in Urea
Prilling tower with new state of art LIFT (for six persons
and of similar capacity) Tender Notice Date : 07 April 2016 Regions : NFL - Panipat Officer Name : Kumar Gautam Designation : ASSISTANT MANAGER (Matls)
Tender Notice
National Fertilizers Limited Panipat, Haryana - 132106 NATIONAL FERTILIZERS LIMITED (NFL), a Govt. of India Enterprise referred to herein as the Owner intends to enter into contract for procurement of Retrofitting /Replacement of old lift installed in Urea Prilling tower with new state of
art LIFT (for six persons and of similar capacity)to its Plant located at
Panipat (Haryana). The PARTY’S CONFIRMING TO ELIGIBILITY CRITERIA of Retrofitting /Replacement of LIFT (for six persons and of similar
capacity)are invited to submit a Techno-commercial proposal and Price proposal for the said item through e-Tendering. Methodology for submission of proposal has been detailed here under in this document. Special:
4
1.The procurement shall be made through e-tendering process. The offers in this process are required to be submitted electronically in place of offers in 'hard copy under sealed envelope' as being done conventionally. 2.In case the earnest money deposit is preferred to be deposited by way of demand draft, then the DD must reach us before the techno-commercial opening (as per tender schedule) though vendor is required to enter the DD no and other related details on line. In case vendor fails to submit the requisite EMD, prior to bid opening (as per tender schedule), the offer is liable to be rejected and may not be opened. 3.The system requirements to participate in the e-tendering are as under: a. PC with Microsoft Windows 98 SE or Higher Operating System & Internet connection. b. Internet Explorer 6 or above with cipher strength of 128 bits. c. Adobe Acrobat Profession 6 or above for Digitally Sign Document d. Digital Certificate, class-IIor Class III(Signing + Encryption). The digital certificates are being provided by many Govt. approved agencies. However, for your convenience we have also made arrangement to provide the digital certificates through our service provider M/s. e-Procurement Technologies Ltd. (abcProcure). For obtaining the digital certificate from them please contact them Note :- Please refer our Bidder manual which is available in the home page – https://nfl.etenders.in/ 5.The above referenced tender shall be available on URLhttps://nfl.etenders.in/. The interested vendors shall visit URL https://nfl.etenders.in/ for downloading of the tender documents, bid preparation, hash submission, bid submission For any queries, regarding e-tendering process, you may contact: National Fertilizers Limited M/s. Next Tender
a)
Mr. Kumar Gautam ASSISTANT MANAGER (Matls) Mobile No. 8901502667 Phone: 0180- 2652481, 83, 85 (Extn:1216) Fax:0180- 2652515 Email: kumar.gautam@@nfl.co.in
Name –Nilesh Alekar [email protected]
Phone: 9811038892 /08879656082
Name – Barkha Hassija: (M) 8879976220
Email - Barkha Hassija
Phone Nos. : + b)
For Digital certificate:-
i)
5
Sr. No. Tender Stage Date & Time
1 Start Document Download 07/04/2016 from 17:00
2 End document Download 20/05/2016 upto 09:00
3 Due/ Submission Date 20/05/2016 upto 09.00 AM
4 Techno commercial Bid Opening 20/05/2016 from 10:00 AM onwards
5 Price Bid Opening To be intimated later to Technically Qualified Bidders
6
Tender No
Item Code
Description U.O.M. Total Quantity
1 2815130 Retrofitting /Replacement of old lift (Capacity-408Kg/
6-persons,Passenger Car) installed in Urea Prilling
tower with new state of art microprocessor based AC
variable voltage variable frequency VVVF)driven
LIFT(for six persons and of similar capacity) using
Existing hoist way and guide rail.
Party scope include Design, Manufacture, Supply,
installation, erection of new lift, its testing,
commissioning and handing over in satisfactory working
condition including free comprehensive maintenance for
one years after handing over complete lift as per
technical specifications (enclosed as Annexure-1)and
including dismantling of existing lift of OTIS make.
NOTE: (1) Design/material of the lift components shall
be such that it is fire resistant, dust and dirt proof,
resistant to urea and chemical dust so that the lift
does not get corroded and smooth operation is ensured.
(2)Commissioned lift should comply all statutory
requirements as per Lift Inspectorate Haryana.
(3) All necessary documents required for registration
of lift shall be provided by the party within two weeks
of handing over the lift and to get the same registered
from the lift Inspectorate, Haryana shall be in the
scope of party.
(4) Related Civil and Mechanical jobs are also in party
scope.
5) Party must visit NFL site before quoting for actual
assessment of job.
NO 1.000
1.0.0 BIDDER SHALL INFORM THE PAN & BANK DETAIL WHILE SUBMITTING THE BID ON LETTER
HEAD PAD.
2.0.0 Tenders are invited Two Part Part-Bid system. The offer shall be submitted, electronically.
3.0.0 For this Tender, following may be noted:- 3.1.0 Tenderer must read the following clause carefully. If reply is positive then detail information may please be given in
the offer.
“Should a tenderer or contractor have a relation or in the case of a firm or company of contractors, one or more of
its share holders employed in NFL the authority inviting tenders shall be informed of the fact at the time of
submission of the tender; availing which NFL may in its discretion reject the tender or rescind the contract.”
3.2.0 In case a tendered is not interested to quote, a regret letter giving reasons of the same must be sent to us. In case any
tenderer regularly abstains from submitting quotation, we may be constrained to delist the tenderer from our vendor
list.
3.3.0 You have the option to receive payment through Electronics Fund Transfer (EFT) / RTGS Process. For this option,
you may submit your bank particulars i.e. Name of the Party/Beneficiary, Party‟s Banker Name and Address,
Branch Name, City, Branch Code, IFSC Code of Bank, Bank Account No. ( All digits in case of CBS Branches),
Type of Account, E-Mail of Beneficiary to enable us to release payment accordingly. All bank charges will be to
your account.
3.4.0 In case your rates are F.O.R. Ex-Works / Ex-Shop, please mention freight charges from dispatching station to
Panipat to evaluate your offer on landed cost basis. Please do not use the word (extra as applicable) towards freight,
sales tax, Excise Duty & P&F Charges etc. Please mention specific rate / charges for above.
7
3.5.0 a) All Supplier/Service Providers/Contractors are requested to furnish the details regarding their status of Micro,
Small and Medium Enterprise under the MSMED Act-2006 at the time of submission of their quotation to us
and also send a copy of your Registration Certificate. The same is toward compliance of the provision of the
MSMED Act-2006 for identification of MSME Parties. Complete Small, Medium Enterprise Development Act-
2006 can be downloaded from www. and.nic.in / Charter/induct/msmeac.2006.fdf. In case no information is
given by you, it will be presumed that you are not covered by the Act and consequently are not eligible to
benefit admissible under the Act. (New Addition)
b) Status of MSEs owned by SC/ST Entrepreneurs, if applicable, may also be furnished in quotation alongwith
documentary evidence.
c) If any benefit is desired by you as per The Gazette of India, Part-II, Section 3, Subsection (ii) dated 26-03-2012,
then copy of valid MSE‟s registration certificate is required to be submitted alongwith quotation, failing which
no benefit shall be applicable.
3.6.0 1. “The tenderer shall quote the price strictly as per the Proforma enclosed for schedule of prices. Parties should
quote one rate for specific quantity quoted by them. Tenders with quotation of different rate for different
quantities shall be rejected without any further reference.”
2. “One person will be allowed to represent only one company during discussions / negotiations with NFL. If
same person is representing different companies with authorization letter from more than one company, such
person will be allowed to represent only the first company called for negotiations”.
3. “Bidders may ensure that tender documents / offer has been signed by appropriate / authorized representative
of the company. Withdrawal of offer / non-acceptance of orders placed based on offers submitted by bidders
on their letter head, will not be allowed on the grounds that offer was not signed by authorized person”.
3.7.0 Whenever the bidder is silent about the acceptance of NIT conditions such as bank guarantee, warranty period,
liquidated damages, certification of relation clause no. 17 given on back side of NIT Covering Letter etc. it shall be
presumed that the bidder has accepted and certified NIT conditions and no further correspondence seeking specific
confirmation about acceptance of these conditions shall be made.
3.8.0 For tenders received in unsealed/stapled/open condition or without superscription, resulting in opening of tender
before due date, the risk and responsibility of losing confidentiality shall rest with the tenderer.
3.9.0 If any offer, have any error in computing (in such cases, if there is error in calculation with respect to rate and the
total value, the total value quoted by the bidder will be taken into account for 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).
4.0.0 AWARD OF CONTRACT
Award of contract will be made at the sole and absolute discretion of National Fertilizers Ltd., which shall not be
disputed. The terms & conditions as embodied in the purchase order shall be final and shall supersede any other
terms & condition that might have been indicated in the tender submitted by the Bidders.
5.0.0 FORCE MAJEURE The terms and conditions agreed upon under the contract shall be subject to force majeure. Neither the tenderer
nor NFL shall be considered in default in the performance of their obligations contained therein, if such
performance is prevented or delayed or restricted or interrupted with by reasons of war, hostilities, revolution,
civil commotion, strike, epidemics, accident, fire, floods, earthquake, regulation or ordinance or requirement of
any government or any sub-division thereof or authority of representative of any such government and / or due to
technical snag / reasons or any other act whatsoever whether similar or dissimilar to those enumerated, beyond
the reasonable control of the parties hereto or because of any Act of God. The party so effected, upon giving
prompt notice to the other party shall be excused from such performance to the extent of such prevention, delay,
restriction or interference for the period it persists provided that the party so effected shall use its best efforts to
avoid or remove such causes of non-performance if possible and shall continue performance hereunder with the
utmost dispatch when ever such causes are removed. Should one or both parties be prevented from fulfilling their
contractual obligations by a state of force majeure lasting continuously for a period of one week, the two parties
to the contract shall meet and decide about the future course of action for implementation of the contract.
6.0.0 ARBITRATION Except where otherwise provided in the contract all matters, questions, disputes or differences whatsoever, which
shall at any time arise between the parties hereto, touching the construction, meaning, operation or effect of the
contract, or out of the matters relating to the contract or breach thereof, or the respective rights or liabilities of the
parties, whether during or after completion of works or whether before or after termination shall after written
notice by either party to the contract be referred to the arbitration of Designated Unit Head / Executive Director /
8
Functional Director / Chairman & Managing Director, National Fertilizers Limited or his / her nominee.
(Appropriate designated authority for arbitration as per contract value, is as follows :-
Upto Contract Value R` 10 lakhs - Designated unit Head / Executive Director,
above R` 10 lakhs to Rs` 25 lakhs - Functional Director and
above R` 25 lakhs – Chairman & Managing Director
The Arbitration & Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rules
made there under shall govern the Arbitration proceedings.
The contractor/vendor hereby agrees that he shall have no objection if the arbitrator so appointed is an employee
of NFL and he had to deal with the matter to which the contract relates and that in the course of his duties as such
he has expressed his views on all or any of the matter in dispute or differences.
If the arbitrator to whom matter is referred, vacates his / her office by any reason whatsoever then the next
arbitrator so appointed by the authority referred above may start the proceedings from where his predecessor left
or at any such stage he may deem fit.
It is agreed by and between the parties that in case a reference is made to the Arbitrator or the Arbitral Tribunal
for the purpose of resolving the disputes / differences arising out of the contract by and between the parties
hereto, the Arbitrator or the Arbitral Tribunal shall not award interest on the awarded amount more than the rate
SBI PLR / Base Rate as applicable to NFL on the date of award of contract.
7.0.0 The rates quoted must per unit rate basis.
8.0.0 POSTPONEMENT OF TENDER OPENING DATE
NFL reserves the right to postpone the tender opening date and/or time and will intimate all the tenderers well in
time, of such postponement along with notice of revised opening date and time.
9.0.0 ACCEPTANCE/REJECTION OF TENDER
NFL reserves the right to accept or reject, at its sole discretion, any bid/all bids, in whole or in part and/or accept
other than the lowest bid without assigning any reasons thereof.
10.0.0 NFL has the right to vary quantity and split order wherever considered necessary without any liability of any kind
what so ever
11.0.0 The price shall remain firm for entire contract period except for statutory variations.
12.0.0 Please submit unpriced sign hard copy of Tender Documents /unpriced offers separately through courier
towards the confirmation of acceptance of all the above terms and conditions of Tender Documents.
13.0.0 Eligibility Criteria is attached as Annexure-A
9
Annexure-A
ELIGIBILITY CRITERIA FOR PROCUREMENT OF UREA PT LIFT
Sr. No.
Conditions Documents Required
1
The bidder should be a manufacturer and should have supplied at least 05 nos.,408 KG PASSANGER (6 PERSONS) LIFT OR HIGHER CAPACITY during the last 07 years as on previous to the month in which NIT is published with satisfactory performance.
Bidder will submit the following documents:
I. The copies of Purchase Orders for the supplied 408 KG ( Cap. 6 persons) or higher capacity passenger lift.
II. The performance certificate for at least 05 no. 408 KG, Passenger lift or above for a minimum perid of 3 years on continuous basis, during the last 07 years as on previous to the month in which NIT is published.
III. Detailed address and contact No. of the company/person to whom this equipment has been supplied
2 Manufacturer should have permanent service facilities in India for technical support and spare part supply at short notice and should be capable to provide spare & service support for a period of at least 15 years from the date of supply of equipment at NFL Panipat.
I. Detail indicating complete address of their establishments in India with their contact person name, address and phone numbers etc on its letter head pad
II. Undertaking on their letter head pad that they shall provide spare & service support for quoted 408 KG Passenger Lift for a period of at least 15 years from the date of supply of the Lift at NFL Panipat.
3 Average annual financial turnover of the company during last three (3) years ending 31st March – 2015 should be at least Rs. 20 Lacs.
Party shall submit financial standing through Audited Balance sheet / Profit & Loss account for the last three years (for the year 2012-13, 2013-14 & 2014-15).
5 Party will have to undertake AMC of 408 KG PASSENGER LIFT for a period of 3 years after the expiry of Guarantee/ warrantee period.
Party shall submit undertaking on their Letter Head with applicable charges indicating in the price bid.
10
Work Type : Material Contract Validity Period : 4 Months
EMD Pay Details
Formula Description : Retrofitting /Replacement of old lift installed in Urea Prilling tower with new
state of art LIFT (for six persons and of
similar capacity)
Currency Based Rates : Yes Sr.No Currency Amount 1 INR 50,000/- Work : Retrofitting /Replacement of old lift
installed in Urea Prilling tower with new
state of art LIFT (for six persons and of
11
similar capacity)
Page No : 1
Sr.No Description NFL Requirement As Per NIT Vendors Comment (Agreed / If not Agreed, Please Comment)
1. 2815130 Retrofitting /Replacement of old lift (Capacity: 408Kg./6-
Person, Passenger Car) installed in Urea Prilling tower with
new state of art microprocessor based AC variable voltage
variable frequency (ACVVVF)driven lift using existing hoist
way and guide rail.
2. Party scope include Design, Manufacture, Supply, installation,
erection of new lift, its testing, commissioning and handing
over in satisfactory working condition including free
comprehensive maintenance for one years after handing over
complete lift as per technical specifications and including
dismantling of existing lift of OTIS make.
3. Design/Material of the lift components shall be such that it
is fire resistant; dust and dirt proof; resistant to urea &
chemical dust so that the liftdoes not get corroded and
smooth operation is ensured.
4. Commissioned lift should comply all statutory requirements as
per Lift Inspectorate, Haryana
5. All necessary documents required for registration of lift shall
be provided by the party within two weeks of handing over the
lift and to get the same registered from Lift Inspectorate,
Haryana shall be in the scope of party
6. Technical detail of existing lift and Scope for the new lift are
given below:
7. Technical Details of Existing OTIS Make Lift
8. Type of Lift Passenger Elevator
9. Capacity 6 Passengers /408 Kg
10. Floors G+2
11. Opening 3 Openings same side
12. Door Type Manual Doors
13. Travel Height 52.480 Meters (i.e. G -1st. Floor =46.380Mtr. + 1
st. to 2
nd
Floor= 6.1Mtr)
14. Lift Shaft
Diameter
2100mm
15. Cabin Size 980mmX 1250 mm X 2115mm (appx)
12
16. Car Body
(MoC)
Aluminium
17. Door Opening 760 mm x 2000mm (appx.)
18. Speed 0.66meter/second
19. Pit depth 2000mm
20. Total Clear
Height
9070 mm (From 2nd
Floor to Machine Room Top)
21. Machine Room 2100mmX3900mmX2400mm
22. Machine Type Traction with C.W.T. (Counter Weight Type), Single Wrap
23. Control Electromagnetic Type
24. Design, Manufacture, Supply, Installation, Erection ,
Testing, commissioning of New Lift
25. A-
STANDARDS
The following Indian Standard, Specifications and Codes of
Practice, currently applicable and updated as of date
irrespective of dates given below, shall apply to the equipment‟
s and the work covered by this contract. In addition the
relevant clauses of the Indian Electricity Act 2003 and Indian
Electricity Rules 1956 as amended up to date shall also apply.
Wherever appropriate Indian Standards are not available,
relevant British and/or IEC Standards shall be applicable
26. 1- Code of Practice for installation, operation and IS-14665 (Part
2) Sec-1: maintenance of electric passenger & goods lifts. 2000
27. 2- Code of practice for installation, operation and IS-14665 (Part 2) Sec-2: 2000 maintenance of electric service lift.
28. 3- Safety Rules Section-1 Passenger and Good lifts IS-14665 (Part 3) Sec-1 : 2000
29. 4- Safety Rules Section-2 - Service Lifts IS-14665 (Part 3) Sec-2 : 2000
30. 5- Outline dimension for electric lifts. IS-14665 (Part-1): 2000 6
31. 6- Inspection Manual for Electric Lifts IS-14665 (Part 5) : 1999
32. 7- Electric Traction Lifts - Components IS-14665 (Part 4) Sec-1 to 9 : 2001
33. 8- Installation And Maintenance of Lifts For Handicapped IS 15330 :2003 Persons (Code of Practice)
34. 9- Specification for lifts cables. IS-4289 (Par-1) : 1984 Reaffirmed 1991
35. 10- 1. In addition the relevant clauses of the following, as amended up to date shall apply.
36. A-The Indian Electricity Rules 1956
37. B-The Indian Electricity Act 2003
38. C-Bombay Lift Act 1939
39. D-Delhi Lift Rules
40. E-Haryana Lifts and Escalators Act, 2008
41. F-Fire safety regulations pertaining to lifts
42. H-The tenderers shall also take into account local and State regulations as in vogue for the design and installation of lifts.
13
43. B- OVERLOAD DEVICE:Load weighing devices shall operate
when the load in the car exceeds the rated capacity
44. The operation of the device shall activate buzzer sound and flashing 'overload' signals
45. At the same time the car doors shall be prevented from closing
46. When the excess load is removed from the car, the buzzer alarm shall be muted automatically and the car shall function normally
47. C-
AUTOMATIC RESCUE DEVICE (ARD) :The Automatic Rescue Devices (ARD) meant for the purpose of bringing the lift car to the nearest Landing doors. The ARD shall have the following specifications
48. ARD should move the elevator to the nearest landing in case of power failure during normal Operation of elevator.
49. ARD should be suitable for operating for maximum floor distance 46 .380meter between ground and first floor
50. ARD should monitor the normal power Supply in the main controller and shall activate rescue operation within the time period as per manufacturer’s standard subject to approval of lift /safety Inspector.
51. It should bring the elevator to the nearest floor at a slower speed than the normal run.
52. While proceeding to the nearest floor the elevator will detect the zone and stop
53. After the elevator has stopped, it automatically opens the doors and parks with door open
54. After the operation is completed by the ARD, the elevator is automatically switched over to normal operation as soon as normal power Supply resumes back
55. In case the normal Supply resumes during ARD in operation, the elevator will continue to run in ARD mode until it reaches the nearest landing and the doors are fully opened.
56. If normal power Supply resumes when the elevator is at the landing, it will automatically be switched to normal power operation.
57. All the lift safeties shall remain active during the ARD mode of operation
58. The battery capacity should be adequate so as to ensure the satisfactory operation of ARD at least seven times a day with a minimum time gap of 30 minutes
59. Detail of battery, its back up time and load on the battery during ARD mode at lift rated capacity shall be provided by the party.
60. Battery shall be capable to carry out when fully charged and at rated lift capacity with interval specified (as 30 minutes) between each operation for maximum floor distance 46.380 meter between Ground and first floor
14
61. D-
CARENCLO
SURESGEN
ERAL
REQUIREM
ENT
1. Frame: Lift car body shall be carried of Aluminum/stainless steel which shall have sufficient mechanical strength to resist the forces applied by the safety gear or impact of the car on the buffers. At least four renewable guide shoes or shoes with renewable linings or sets of guide’s rollers shall be provided, two at the top and two at the bottom of the car frame assembly.
62. 2. Alarm System: An emergency alarm buzzer, including wiring shall be provided and connected to plainly marked push button in the car operating panel. The alarm bell shall be located in Central Control Room and near the Lift Door at Ground Floor. The alarm unit shall be solid- state siren type, to give a waxing and waning siren when the alarm button in the car is pressed momentarily.
63. 3. Communication Facility: Provision shall be made for connecting Telephone connections with necessary wiring in Machine Room and Lift-Car
64. 4. Operation Panel: A full length car operating panel incorporating following control/indications shall be provided in the lift
65. *LED Illuminated touch push buttons of micro pressure type corresponding to the floors served at Ground floor and Inside Car. For Other floors LED Illuminated touch push buttons of micro pressure type to be provided
66. *Emergency stop button with Alarm, Two position key operated switch for ‘with attendant' and 'without attendant ‘operation, Ventilation fan ON/OFF switch with auto OFF when there is no call after 120 seconds (Two Speed &concealed vents)
67. *Dynamic car direction display, Car position indicator (digital),Audio/Visual overload warning indicator
68. CABIN FAN & Lighting Noiseless pressure fan shall be
provided in the lift cabin.
69. Cabin Lighting also to be provided with sufficient illumination in Twin Tube fixture arrangement
70. E-
HOIST ROPES:Hoist way material shall be non-flammable
(02 hrs. fire rated) except travelling cables which shall be
flame resistant. Lift Ropes - IS 14665 (Part 4 / Sec 8)-2001
71. F- ROPE FASTENINGS:The ends of lift ropes shall be
properly secured to the car and counter weight hitch plates
as the case may be with adjustable rope shackles having
individual tapers babbit sockets, or any other suitable
arrangement
72. Each lift rope shackle shall be fitted with a suitable shackle
spring, seat washer, shackle nut& lock & shackle nut split
pin
15
73. G-
GUARDS FOR LIFT ROPES Where lift ropes run round a
sheave or sheaves on the car and/ or counterweight of geared/
gearless machine suitable guards shall be provided to prevent
injury to maintenance personnel
74. H-
NUMBER & SIZE OF ROPES :The supplier must indicate
the number and size of lift ropes and governor ropes
proposed to be used, their origin, type, ultimate strength and
factor of safety
75. The supplier should furnish test certificate or ropes from the
rope manufacturers issued by competent authority
76. I- COUNTER WEIGHT:The counter weight for lift cars shall
be in accordance with clause 6 of IS 14665 (Part 4-Sec-3):
2001and shall be designed to balance the weight of empty lift
car plus approximately 50 percent of the rated load
77. It shall consist of cast sections firmly secured in relative
movement by at least two numbers steel tie rods having lock
nuts/split pins at each end and passing through each section
and Housed in rigid steel frame work
78. Cracked and broken sub weights shall not be accepted.
Counter weight for passenger lifts should be able to
accommodate suitable weight of Interior finishes
79. In case interior finishes material exceeds this provision, then
the elevator supplier shall adjust the Counter Weight
accordingly, however this will be decided and intimated
much before the delivery of the elevator
80. J-
COUNTER WEIGHT GUARDS Guards of wire metal /
mesh shall be provided in the lift pit at a suitable height
above the pit floor to eliminate the possibility of injuries to
the maintenance personnel
81. K-
GUIDES / GUIDE RAILS :Car and counterweight guide
shall be machined T section as per relevant Indian Standards
IS-14665 of 2000 revised up to date
82. L-
SAFETY DEVICES Safety devices shall be capable of
operating only in the downward direction and stopping fully
loaded car, at the tripping speed of the over speed governor,
even if the suspension devices break, by gripping the guides,
and holding the car there. All safety devises statutorily
required for the lift shall be provided
83. OVER TRAVEL LIMIT SWITCHES: These shall be
provided and installed to stop the car within the top and
bottom clearance, independent of the normal car operating
device. The bottom over travel limit switch shall become
operative when the bottom of the car touches the buffer.
When the over travel limit switches are operative, it should
be impossible to operate the car until the car has been hand
would to a position within the normal travel limits
84. PIT SWITCH: An emergency stop switch shall be located
in the pit which when operated shall stop the car regardless
of the position of hoist way
16
85. TERMINAL BUFFERS: Suitable spring buffers mounted
on RCC foundation blocks shall be provided in the pit in
compliance with ANSI/ASME/CENEN-81 /JIS codes for
stopping the car in case of mal-operation. If required Floor
reinforcement could be exposed by chipping for welding
additional reinforcement for Dowels. However clearance
from underside of the car resting on a fully compressed
buffer shall not be less than 1.20 mtr. Buffers shall be
designed for a design speed + 15%. Party shall specify the
type of buffer to be used by the party
86. INTERLOCKING: Adequate interlocking is to be provided so that the car shall not move if the landing doors are even partially open and/or the lift is overloaded.
87. OVER SPEED GOVERNOR: Over speed governor shall be of centrifugal type and shall operate the safety gear at a speed at least equal to 115% of the rated speed and less than the over speed, governors shall be driven by flexible Wire ropes with the following requirements
88. (a)The breaking load of ropes shall be related to the force required to operate the safety gear by the safety factor of at least 8
89. (b)The over speed governors shall be sealed after setting the tripping speed
90. (c)The breaking or slackening of the governor rope shall cause the motor to stop by an electric safety device
91. ALARM BELLS: A Concealed 200 mm diameter alarm bell shall be installed near the ground floor lift door area. The alarm bell shall sound when the alarm bell button in the car operating panel is pressed. The bell shall mute when the pressure on the alarm bell button is released
92. EMERGENCY STOP SWITCHES: An emergency stop for use during emergency / by maintenance personal shall be provided in Lift car. This emergency stop switch must be provided inside the car with suitable transparent protection enclose to ensure visibility of switch and to prevent un-wanted operation of switch
93. FIREMAN SWITCH: Lift shall have a Fireman switch with glass front for access by the Firemen
94. The operation of this switch shall cancel all calls to this lift and shall stop at the next nearest landing if traveling upwards. The doors shall not open at this landing and the lift shall return to the ground floor. In case the lift is traveling downwards when the fireman's switch is operated it shall go straight to the ground floor, by-passing all calls in-route. The emergency stop button inside the car shall be rendered inoperative
95. The fireman's switch shall be located adjacent to the lift opening at the terminal floor and shall be at height of approximately 2 m above the floor level. For easy identification of firemen’s lift that conform to the local authorities requirements, a red and white diagonal striped backing shall be provided behind the glass of the firemen's switch
17
96. A permanent notice of prominent size indicating the floors served shall be provided and displayed adjacent to the firemen's lift at the terminal floor. The notice shall be made of laminated plastic sheet or other approved materials with red letters on white background
97. IN BUILT SAFETY
FEATURES OF
CONTROLLER
: Controller shall be provided to control starting and stopping the speed of the elevator motor and also to automatically apply the brake if any of the safety devices operate
98. REVERSE PHASE
RELAY: A reverse phase relay shall be provided on the controller which is designed to protect the lift equipment against phase reversal and phase failure
99. BRAKE: The direct current break shall be spring applied and electrically released and designed to provide smooth stops at variable loads
100. Attendant Mode
Operation of
Lift
: Lift must be provided with feature of “Attendant Mode Operational Switch” mounted inside the car operating panel
101. M-
MACHINES
The machine shall be of single/double wrap traction type and will include a specially designed Motor, Steel worm, Electro mechanical brake, Bronze gear, Steel sheave, Shaft and a Sheave; compactly mounted on a single base or bed plate
102. The driving sheave will be grooved to ensure sufficient traction and minimize rope wear
103. Adequate means of lubrication will be provided for all bearings, the worm gear or wherever required
104. N-MOTOR The motor shall be designed so as to suit AC Variable Voltage Variable Frequency (ACVVVF) drive
105. O- SUPPLY,ERECTION, COMMISONING ,TESTING OF THE LIFT:
106. Party shall supply, erect, commission, Test and handover the lift to M/s NFL
107. All Civil & Mechanical work related to erection of new lift shall be in the scope of party
108. The following activities /work shall be in the scope of party:
109. 1-Complete Arrangement/fixing of all the scaffolding for working in hoist way as required
110. 2-Dismantling of the existing controller, lift, rope, hoist-way switches fixtures, wiring and all other accessories needs to be removed
111. 3-Supply, installation and commissioning of new machine, panel, worm gear & shaft, motor and microprocessor based AC variable voltage variable frequency (ACVVVF) based controller
112. 4-Supply ,installation and commissioning of new closed loop controller with suitable dust protective cabinet and compatible for ambient temperature 500c
113. 5-Supply, installation and commissioning of new buffers with support
18
114. Supply, installation and commissioning of Dust Proof (DP) type Top of Car Inspection (TOCI) Box, Car Operating Panel (COP), Hall Position Indicator (HPI), Car Position Indicator (CPI), Hall Button (HB) fixtures with dust protective enclosures. All these components / fixtures /installations shall be suitable for highly corrosive Urea dust/environment
115. Supply, installation and commissioning of complete wiring materials suitable for heavy corrosive Urea dust/environment including junction boxes, harness, Travelling cable, Troughs, Glands, Pit switches, Limit switches, control panels, lighting fixtures, safety operated switch (SOS), car gate switch etc
116. Supply, installation and commissioning of Main hoist ropes of standard type suitable for new machine along with fasteners
117. Supply, installation and commissioning of governor with rope and fasteners
118. Supply, installation and commissioning of Complete Car in Aluminium /Stainless Steel (SS) along with Collapsible SS gate
119. Supply, installation and commissioning of ARD
120. Lift must be provided with overload protection and display of weight/load
121. Car Door shall be Manual operating type
122. Supply and installation of suitable lighting fixture for Lift shaft room and its wiring. All lighting fixture shall be controlled by single phase RCBO of suitable rating with proper distribution. Lighting fixture shall be provided at every 5 meter distance and also must cover the three door opening floor
123. Party shall submit all technical detail, GA Drawing, Engineering drawing control schematic, operation and maintenance manual of new lift
124. Supply, installation & commissioning of material for complete re-wiring of lift with copper wires including new travelling cables, junction boxes, trough and covers material etc. as required. The size of copper control wiring cable should not be less than 1.5 Sq.mm
125. Party shall simulate all the safety features/points & shall test the lift as per relevant standard in the presence of NFL representative and handed over all the documents, fitness certificate required for registration/licensing of new lift. Lift shall be handed over to M/s NFL only when all works related to erection, commissioning testing is complete as per standard mentioned at Point, Sl. No.-2 A
19
126. The safety of all supplied material shall be in party scope, for which one store room shall be provided by M/s NFL
127. Supplied and installation of Exhaust Fan in machine room for ventilation of lift shaft
128. Any other job not mentioned above but required for dismantling of old Lift and Erection/commissioning of New Lift shall be in the scope of the party
129. Supply and installation of Power Supply ON/OFF TPN switch at Main Incoming and TPN MCB for Controller Panel and ARD Device in Machine Room in a suitable enclosure
130. Supply & installation of Lift Name Plate, Danger Plate, Warning Plate, Operating Instruction/Emergency Number Plate to be fixed inside the lift Car cabin and Machine room etc.
131. All the components, Fixtures/installations mentioned above shall be suitable for an Environment i.e. DUSTY, FOGGY, HEAVILY
POLLUTED/CORROSIVE DUE TO PRESENCE OF AMMONIA VAPORS, UREA DUST, COAL DUST, COTTON FIBERS. ETC
132. Party shall supply / recommended spare for two years (minimum qty. 1No.) against all important/critical components such as various safety devices, Fuses, Electronic cards, Contactors, Relays, MCB’s, ELCBs/RCBO, Motor, limit switches, Safety switches etc. and Mechanical components such as Sheave, Rope, Worm Gear, Brake Shoe/coil etc
133. P-: DATA SHEET OF NEW LIFT While quoting, party must fill and submit following data. Any deviation must be clearly mentioned
134. Type of Lift : Passenger Elevator
135. Lift Qty. : 1No.
136. Capacity : 6 Passengers /408 Kg
137. Floors : G+2
138. Opening : 3 Openings same side
139. Door Type : Manual Doors
140. Travel Height : 52.480 Meters
(i.e. G -1st. Floor =46.380Mtr. + 1st. to 2nd Floor= 6.1Mtr)
141. Lift Shaft diameter : 2100mm
142. Cabin Size : Party to specify
143. Car Body (MoC) : Aluminum/SS (Party to specify)
144. Cabin Finish : Complete Lighting (double
fitting) & Fan must be provided
145. Door Opening : 760 mm x 2000mm
146. Speed : 0.66 meter/second
147. Pit depth : 2000 mm
20
148. Over Height : To be specified by party
149. Total Clear Height : To be specified by party
150. Machine Room : 2100mmX3900mmX2400mm
151. Machine Type : Traction with C.W.T. (Counter Weight
Type), Single/Double Wrap
152. Control : Microprocessor based, ACVVVF
Drive
153. Break : Electromagnetic Type
154. Sound Level : To be specified by party
155. Power Supply : Four wire 415 Volt +-10%, 50 Hz AC
Supply
156. Over Load Protection & Indication : Must be
provided as stated above, party to confirm
157. ARD : Must be provided as stated above, party to
confirm
158. Lift Attendant Mode Operational Function: Must be
provided in lift car
159. Emergency Lighting: Must be provided (with testing
facility)
160. Emergency Stop Switch : Must be provided in the car
with suitable transparent protection enclose to ensure
visibility of switch and to prevent un-wanted operation of
switch
161. Emergency Exit at Car Top: Must be provided with safety
interlock including control circuit
162. Safety/Personal Protective Equipment Mounting
Arrangement inside the car (for Breathing Set, Telephone
Set etc.) : To be provided
163. Q-: SCOPE OF WORK of M/s NFL Following activity/job
shall be in M/s NFL scope
164. Reconditioning of machine room, shaft well wall repair
165. Power Supply, Three Phase Four wire 415 Volt +-10%, 50
Hz AC Supply, Rating, 63Amp (3-Phase-Neutral) is
available in Existing Lift Machine Room
166. Power Cable size of existing Lift, 4Cx16 Sq.mm
Aluminum Armour Cable
167. Temporary hand lamps and flood light for working in
hoist way shall be provided
168. Storage room shall be provided for keeping the material
169. GA drawing of existing Lift is enclosed as NFL Lift. Drg.
No-1
21
170. R-
COMPLETION TIME :Dismantling & shifting of all
removed old panel, machine, gear, rope, lift car etc. along with
shifting, erection, testing & commissioning of new Lift with
controller panel etc. shall be completed in all respect within 45
days from the date of handing over of site including notice
period of 7 days for mobilization after receipt of material at
NFL Site. Communication shall be through Phone/E-mail or
letter by Speed post
171. S; CLIMATIC CONDITION :Lift is required to operate
satisfactorily under following site condition
172. MAX. TEMPERATURE : 50 DEG. C
173. MIN. TEMPERATURE : 0 DEG. C
174. MAX. RELATIVE HUMIDITY : 100% NON-CONDENSING
175. MIN. RELATIVE HUMIDITY : 26 %
176. AVERAGE NUMBER OF RAINY DAYS PER ANNUM :
NEARLY120 DAYS
177. AVERAGE ANNUAL RAIN FALL : 900 MM
178. AVERAGE NUMBER OF DUST STORM DAYS PER ANNUM. : 35
179. ISOCERAUNIC LEVEL : 45
180. MAX. WIND PRESSURES : 195 KG/SQ. METER
181. ALTITUDE ABOVE MEAN SEA LEVEL : LESS THAN 1000
METER
182. SISMIC ZONE : ZONE-4
183. ATMOSPHERIC CONDITIONS: DUSTY, FOGGY, HEAVILY
POLLUTED/CORROSIVE DUE TO PRESENCE OF AMMONIA
VAPORS, UREA DUST, COAL DUST AND COTTON FIBERS. ETC
184. T: Party shall undertake three years Annual Maintenance
contract of supplied Lift after expiry of Guarantee Period
as per below SCOPE OF WORK:
185. Party shall visit once in a month to check the operation & shall
do monthly preventive maintenance of lifts on the schedule
date and to attend the fault (if any) also
186. In case of any Break down, party shall be intimated on phone
and party shall visit & shall attend the same on priority basis
(on the same day /at the earliest possible) without asking any
extra charges for same
187. Any part/spare found defective /damaged in the lift shall be
replaced by the party for smooth/trouble free operation of the
lift. However, replacement of spare parts would be free of cost.
In case, if any spare not available with NFL,the same shall be
arranged by the party on emergent basis so that the lift does not
remain out of order. Payment for the supplied material
/component will be borne by NFL on submitting the bills for
payment.
188. All the safety switches, Limit Switches, and Door switches etc.
shall be checked for its operation & lubrication/greasing etc is
to be done wherever required on each visit.
189. All ropes including Governor rope, counter weight ,
compensating chain, Guide Rail etc. shall be checked for
proper lubrication and Greasing
22
190. Level of Gearbox oil shall be checked regularly, in case the oil
level is less or the quality of the oil is deteriorated, the party
shall replace the same free of cost
191. Maintenance of controller, Automatic Rescue Device & its de-
dusting, cleaning & checking of components, connections etc.
shall be done by the party
192. Checking of indication lamps/ LED lamps & replacement of
the defective one
193. Load Testing of the lifts as per statutory provisions/norms
194. Party shall issue lift fitness certificate once in every six months
195. After attending the preventive maintenance of attending the
fault on the lift, NFL engineer shall check the operation of the
lift to his satisfaction
196. Any other job not mentioned above but required for routine
maintenance of lift to ensure the smooth/trouble free operation
of the lift shall be done by party
197. Party shall fill the respective proforma/check –list at the each
visit
198. NOTE Dismantled/ Removed old material of existing shall be retained
by party and shall be lifted at their own cost/expense within 15
days after successful erection/Commissioning of New Lift
199. Deployment of Man Power shall be in the scope of party. Also
party shall furnish the documents such as ESI Challan, ESI
Return / Insurance, PF, Punjab welfare fund, undertaking of
compliance of work completion, certificate of compliance etc.
required w.r.t. deputation of Man Power for the release of
payment
200. Please confirm in your offer that, offered material shall be Guaranteed
for a period of 12 months from the date of installation / commissioning
or 18 months from the date of dispatch / supply whichever is earlier
and that Guarantee Certificate to this effect will be submitted along
with dispatch documents / supply.
201. Party shall carryout free maintenance for twelve months after installation of new lift /controller (retrofitting). Period of free maintenance will be deemed to commence from the date of installation and Commissioning and signing of MOM
202. During this free servicing/Guarantee period, Party shall also carry out routine inspection/ maintenance of lift every month at a scheduled time. In addition, party shall also attend & rectify the breakdown of lift.
203. Party must submit the related General Arrangement (GA), Schematic, Wiring Diagrams in 3-sets along with the offer and complete as built final GA drawings, Schematic, and Wiring Diagrams, Operating Manual in 6-sets (both soft & hard copy) while supplying/handing the Lift
204. All cutting of marble architraves/RCC/wall to fix the hall boxes at landings and filling up of the cutouts, architraves, fixing of buffer etc. shall be in Party scope of work
205. Mechanical work such as gas cutting, welding job, required for dismantling & shifting of old controller / lift and shifting, erection & commissioning of new controller panels / lift will be in party scope
23
206. Party will submit related Test certificates for motor, lift, rope, controller etc.along with supply of material
207. Required tool & tackles for the execution of work shall be in the scope of party
208. All necessary documents/drawings required for the inspection, registration of lift & safety certificates/test certificates of lift will be provided by the party after completion of installation & commissioning of work
209. Registration & Licensing of Lift (to be installed/re-commissioned) shall be in party scope
210. The Job will be carried out by the party within 12 months of Supply/inspection clearance of all material. However exact dates shall be communicated by NFL minimum 15days in advance
211. Completion
Time:
Total job of Dismantling Old Lift and Installation of New Lift must be completed within 45 days including notice/mobilization period of 7days. A LD of 1% per day or part thereof limited to 10 % of WO value shall be levied
212. Requirement
of Crane &
Hydra:
NFL may provide necessary support for crane / Hydra free of cost for the execution of job, shifting of controller/panel/motor inside the NFL premises subject to availability
213. Boarding Lodging, Travelling expenses, Local transportation charges of the deployed staff shall in the party scope. However accommodation in the NFL Township/Guest House can be provided if available, on payment basis
214. All type of scaffolding, platform and mechanical arrange-ment if required shall be arranged and installed by party
215. Temporary lighting & Extension board required for carrying out the job shall be provided by NFL
216. GA drawing of existing Lift is enclosed as NFL Lift Drg. No-1 for reference
217. All instruction /notice/warning/ nomenclatures shall be written in dual language (English & Hindi) and must be legible
218. Party shall confirm for minimum 15 years spares & service support
219. Sound level of machine shall be within specified level/meet the statutory requirements as per IS
220. Party must have supplied and commissioned minimum 5 No lifts of similar/higher capacity Lifts during the last SEVEN years. Party shall submit relevant documents/Executed PO for the same, without which their offer may not be considered
221. No RA payment for supply, erection /commissioning shall be given
222. Party must go-through the existing Lift GA drawing enclosed with NIT (NFL Lift Drg. No-1) and also must visit NFL site for all clarifications before submitting quotation for actual assessment of Job/work
24
223. Party shall supply all material within 6 months after placement of PO
224. Please submit E.M.D. by way of Demand Draft of Rs. 50,000/-
favouring NFL, Panipat alongwith quotation.
225. VALIDITY OF
PRICE BID
Tenders must be valid for acceptance for 120 days from the tender
opening date.
226. SECURITY
DEPOSIT CUM
PERFORMANC
E GUARANTEE
Security Deposit cum Performance Guarantee will be furnished by the successful
tenderer, for the faithful performance of the Contract, within 15 days of issue of
Purchase Order . The Deposit will be @ 10% of the value of the PO.
If Security Deposit cum Performance Guarantee is deposited in the form of
Crossed Demand Draft in favour of National Fertilizers Limited, it should be
payable on any Nationalized / scheduled bank payable at Panipat, preferably Bank
of India, Ext. Counter, NFL Panipat . D.D. payable at locations other than Panipat
will not be accepted.
The tenderer will, however, have the option to furnish a Bank Guarantee from any
of the Nationalised or Scheduled Bank excluding Rural and Co-operative Banks, in
the performa specified by NFL. The Bank Guarantee must be valid for a
Delivery period + Guarantee period and additional claim period of 3 months
after expiry of the contract.
The tenderer will also have the option to furnish Security Deposit cum
Performance Guarantee by way of pledging of FDRs / Govt. Securities or Call
Deposits.
Cheques will not be accepted in any case.
The Security Deposit cum Performance Guarantee will be retained by NFL
during the currency of contract or till settlement of all the accounts thereof,
whichever is later. In case any dispute or difference not settled within the validity of
Bank Guarantee, tenderer will arrange to get the bank guarantee extended as asked
for. NFL, at its sole discretion can call in the Bank to pay the whole or part of the
amount of Bank Guarantee.
The above deposit will be deemed to be security for the faithful performance of the
contract and for the purpose of Section 74 of the Indian Contract Act, 1872 and for
the extension of that section. In the event of any breach of any terms and conditions
of the contract, NFL will have the right to draw from the Bank Guarantee/ Security
Deposit cum Performance Guarantee either the whole or part of value of Bank
Guarantee or Security Deposit cum Performance Guarantee and tenderer will
make good the value of Bank Guarantee/ Security deposit to the extent of the
amount so drawn within 15 days of receipt of intimation from NFL to this effect.
The amount so drawn will not in any way effect any remedy, to which NFL may
otherwise be entitled or any liability incurred by tenderer under the contract or any
law for the time being in force relating thereto or bearing thereupon.
In the event of the forfeiture of whole or part of Security Deposit cum
Performance Guarantee, the tenderer will deposit further sum/sums, so as to
maintain the full security deposit amount .
The Security Deposit cum Performance Guarantee will be refunded after
contract has been successfully completed. It will be lawful for NFL, if any
difference or dispute is likely to exist, to defer payment of the security deposit or
any portion thereof which may be due for release until such difference and dispute
had been finally settled or adjusted.
The Security Deposit cum Performance Guarantee will not bear any interest.
25
227. PAYMENT
TERMS
No advance payment are allowed, The payment may also be released by
ECS System if desired by supplier provided facility for such system
exists at NFL end.
Excise Duty portion of the invoice shall be reimbursed only against
submission of documentary evidence of having deposited the same.
In case, supplier is a dealer, he shall have to submit the invoices issued
from manufacturer for supplies on account of NFL, as evidence of
having deposited the Excise Duty.
In this case the Excise Duty shall be reimbursed on the basis of Excise
Duty actually deposited subject to maximum of Excise Duty Amount
applicable on the Basic Price contracted by NFL with the supplier.
Manufacturer invoice is solely & exclusively meant to verify the amount
of Excise Duty only and shall be basis of E.D. reimbursement.
228. 70% payments of PO value of supply portion only shall be
released within 30 days after receipt & acceptance of
complete material at site in Good condition.
229. Balance 30 % of PO value for supply portion shall be
released within 30 days after successful erection &
commissioning.
230. PENALTY FOR
LATE
DELIVERY
Time shall be deemed to be the essence of contract, in case of delay in
supplies, unless extension of delivery has been granted, in writing by
NFL on application by the supplier NFL may, at their option (i) recover
from the supplier as penalty a sum of equal to ½% (half percent) per
week or part thereof the value of stores not delivered subject to max. 5%
of the value of the order or (ii) purchase elsewhere on account of and at
the risk and cost of the supplier, the stores not delivered, or (iii) cancel
the order without prejudice the right of NFL under (i) & (ii) above.
231. RIGHT TO VARY QUANTITIES AND SPLIT ORDER
NFL shall have right to vary quantities and split order, wherever
considered necessary, without any liability of any kind whatsoever.
232. SUBLETTING
OF CONTRACT
The successful tenderer shall not sublet or assign the contract or any part
of it without obtaining the written permission of NFL in advance. In the
event of the successful tenderer's subletting or assigning the contract or
any part thereof without such permission, NFL shall be entitled to cancel
the contact and to purchase the goods elsewhere and successful Bidder
shall be liable to the National Fertilizers Ltd., for any loss or damage
which NFL may sustain in consequence or arising out of such purchases.
Even in case NFL permits subletting, NFL shall not recognize any
contractual obligation with the person or party to whom subletting is
permitted and shall hold the successful Bidder responsible for
satisfactory and due & proper fulfillment of the contract.
26
233. FORCE
MAJEURE
The terms and conditions agreed upon under the contract shall be subject
to force majeure. Neither the tenderer nor NFL shall be considered in
default in the performance of their obligations contained therein, if such
performance is prevented or delayed or restricted or interrupted with by
reasons of war, hostilities, revolution, civil commotion, strike,
epidemics, accident, fire, floods, earthquake, regulation or ordinance or
requirement of any government or any sub-division thereof or authority
of representative of any such government and / or due to technical snag /
reasons or any other act whatsoever whether similar or dissimilar to
those enumerated, beyond the reasonable control of the parties hereto or
because of any Act of God. The party so effected, upon giving prompt
notice to the other party shall be excused from such performance to the
extent of such prevention, delay, restriction or interference for the period
it persists provided that the party so effected shall use its best efforts to
avoid or remove such causes of non-performance if possible and shall
continue performance hereunder with the utmost dispatch when ever
such causes are removed. Should one or both parties be prevented from
fulfilling their contractual obligations by a state of force majeure lasting
continuously for a period of one week, the two parties to the contract
shall meet and decide about the future course of action for
implementation of the contract.
234. ARBITRATION Except where otherwise provided in the contract all matters, questions,
disputes or differences whatsoever, which shall at any time arise between
the parties hereto, touching the construction, meaning, operation or effect
of the contract, or out of the matters relating to the contract or breach
thereof, or the respective rights or liabilities of the parties, whether
during or after completion of works or whether before or after
termination shall after written notice by either party to the contract be
referred to the arbitration of Designated Unit Head / Executive Director /
Functional Director / Chairman & Managing Director, National
Fertilizers Limited or his / her nominee. (Appropriate designated
authority for arbitration as per contract value, is as follows :-
Upto Contract Value R` 10 lakhs - Designated unit Head / Executive
Director,
above R` 10 lakhs to Rs` 25 lakhs - Functional Director and
above R` 25 lakhs – Chairman & Managing Director
The Arbitration & Conciliation Act, 1996 or any statutory modification
or re-enactment thereof and the rules made there under shall govern the
Arbitration proceedings.
The contractor/vendor hereby agrees that he shall have no objection if
the arbitrator so appointed is an employee of NFL and he had to deal
with the matter to which the contract relates and that in the course of his
duties as such he has expressed his views on all or any of the matter in
dispute or differences.
If the arbitrator to whom matter is referred, vacates his / her office by
any reason whatsoever then the next arbitrator so appointed by the
authority referred above may start the proceedings from where his
predecessor left or at any such stage he may deem fit.
It is agreed by and between the parties that in case a reference is made to
the Arbitrator or the Arbitral Tribunal for the purpose of resolving the
disputes / differences arising out of the contract by and between the
parties hereto, the Arbitrator or the Arbitral Tribunal shall not award
interest on the awarded amount more than the rate SBI PLR / Base Rate
as applicable to NFL on the date of award of contract.
27
235. JURISDICTION
All actions at law or suits arising out of or in connection with this
contract or the subject matter thereof will be instituted in Panipat court in
Panipat district in the State of Haryana.
236. CLEAR
UNDERSTANDI
NG
When a tenderer submits his tender in response to this tender document,
he will be deemed to have understood fully all requirements, terms and
conditions. No request will be entertained on a pretext that the tenderer
did not have a clear idea on any particular point and/or a clause of the
tender.
237. SECRECY
Any information delivered or otherwise communicated by NFL to
supplier in connection with the contract shall be regarded as secret and
confidential and shall not without the written consent of NFL be
published or disclosed to any third party or made use of by the supplier
except for the purpose of implementing the contract.
238. T LAWS GOVERNING PURCHASE ORDER:he purchase order shall
be governed by the laws or Union of India for the time being in force.
239. BANK
CHARGES
Bank Charges shall be to supplier‟s account unless specifically
mentioned to the contrary or otherwise in the quotation.
240. Excise Duty The rate (%) of Excise Duty including Education Cess thereon quoted &
considered in Total Price to be mentioned by Vendor
241. (a)
PAN NO. BIDDER SHALL INFORM THE PANDETAILWHILE SUBMITTING
THE BID ON LETTER HEAD PAD.
20 (b) RELATIONS Tenderer must read the following clause carefully. If reply is positive
then detail information may please be given in the offer.
“Should a tenderer or contractor have a relation or in the case of a firm
or company of contractors, one or more of its share holders employed in
NFL the authority inviting tenders shall be informed of the fact at the
time of submission of the tender; availing which NFL may in its
discretion reject the tender or rescind the contract.”
20 (c) In case your rates are F.O.R. Ex-Works / Ex-Shop, please mention
freight charges from dispatching station to Panipat to evaluate your offer
on landed cost basis. Please do not use the word (extra as applicable)
towards freight, sales tax, Excise Duty & P&F Charges etc. Please
mention specific rate / charges for above.
20(d) MSMED ACT All Supplier/Service Providers/Contractors are requested to furnish the
details regarding their status of Micro, Small and Medium Enterprise
under the MSMED Act-2006 at the time of submission of their quotation
to us and also send a copy of your Registration Certificate. The same is
toward compliance of the provision of the MSMED Act-2006 for
identification of MSME Parties. Complete Small, Medium Enterprise
Development Act-2006 can be downloaded from www.and.nic.in /
C_charter/indust/msmeac.2006.fdf. In case no information is given by
you, it will be presumed that you are not covered by the Act and
consequently are not eligible to benefit admissible under the Act.
28
20(e) AUTHORIZATION
“The tenderer shall quote the price strictly as per the Proforma enclosed
for schedule of prices. Parties should quote one rate for specific quantity
quoted by them. Tenders with quotation of different rate for different
quantities shall be rejected without any further reference.”
“One person will be allowed to represent only one company during
discussions / negotiations with NFL. If same person is representing
different companies with authorization letter from more than one
company, such person will be allowed to represent only the first
company called for negotiations”.
“Bidders may ensure that tender documents / offer has been signed by
appropriate / authorized representative of the company. Withdrawal of
offer / non-acceptance of orders placed based on offers submitted by
bidders on their letter head, will not be allowed on the grounds that offer
was not signed by authorized person”.
242. VAT / Sales Tax THE RATE (%) OF SALES TAX / VAT QUOTED & CONSIDERED IN TOTAL PRICE TO BE MENTIONED BY VENDOR
243. 'C' Form VENDOR TO CONFIRM REQUIREMENT (REQUIRED / NOT REQUIRED)
244. CONFIRM EACH CLAUSE
YOU MUST CONFIRM EACH CLAUSE OF OUR THIS NIT SPECIFICALLY. IN CASE, YOU DO NOT COMMENT ON ANY OF THE CLAUSE, WE SHALL PRESUME THAT THE SAME HAS BEEN ACCEPTED BY YOU UNCONDITIONALY. DEVIATION, IF ANY, MUST BE MENTIONED EXPLICITLY. HOWEVER, IN CASE OF ANY DEVIATION FROM OUR ABOVE SAID TERMS & CONDITIONS, WE RESERVE OUR RIGHT EITHER TO IGNORE YOUR OFFER OR LOAD THE SAME SUITABLY AT OUR SOLE DISCRETION.
245. Any Other Comment / Information /Remarks
NO DEVIATION TO THE TERMS & CONDITIONS OF NIT ARE ALLOWED. THE OFFER WITH ANY CONDITION / DEVIATIONS ARE LIABLE TO BE REJECTED AT SOLE OPTION OF NFL.
HOWEVER VENDOR MAY OFFER COMMENT, IF ANY.
246. Black-listing/ Delisting
TENDERER MUST CONFIRM THAT THEY DO NOT BEEN DELISTED / BLACK LISTED IN ANY UNIT OF NFL
247. DELIVERY PERIOD
Delivery period in which the order/supply of the material would be
executed.
248. INSURANCE Insurance shall be arranged by us against NFL Open Policy. 249. Please confirm specifically the status of individual cost component of
your price bid without disclosing the basic price i.e. whether the same has been “filled in price bid or Nil or Inclusive in quoted basic price” against each Sr. No. as per following details :
Sr. No. Individual cost component : Confirmation to be given by party 1 Basic Price per No.
(Filled in price bid)
2 Packing & Forwarding Charges (in %)
(Filled in price bid or Nil or Inclusive in quoted basic price)
3 Excise Duty including Education Cess (in %)
(Filled in price bid or Nil or Inclusive in quoted basic price)
2 Sales Tax against Form „C‟ or against VAT D1 withing Haryana (in %)
(Filled in price bid or Nil or Inclusive in quoted basic price)
29
5 Freight Charges including of Service Tax upto NFL, Stores, PANIPAT
(Filled in price bid or Nil or Inclusive in quoted basic price)
6 Any other charges, if any
(Filled in price bid or Nil or Inclusive in quoted basic price)
8 Confirm that you have submitted prices strictly as pr Price Bid Performa
30
Work : Retrofitting /Replacement of old lift installed in Urea
Prilling tower with new state of art LIFT (for six persons and
of similar capacity)Page No : 7 Up Load Signed Tender doc We hereby declare that we have read, understood and accepted all terms & conditions of NIT without any deviation. As a token of same, we are uploading herewith digitally signed Tender Document. Up Load Signed Tender doc : Upload duly Digitally Signed Tender Document; else your Bid will be rejected.
31
Work : Retrofitting /Replacement of old lift installed in Urea Prilling
tower with new state of art LIFT (for six persons and of similar capacity) Page No : 4 Terms & Condition PANIPAT Terms and Conditions Sr.No NFL Description Vendors Comment (Agreed / If
not Agreed, Please Comment) 1.1 The Price should be FOR PANIPAT Goods Train(in case of toll
wagon load) or by Road Transport approved by Bankers, in case of material constitues wagon load the pricesshould be FOR NFL siding served by DEWANA Railway Station.
1.2 In case CST/VAT chargeable extra, the rate of sales tax applicable must be clearly mentioned in the quotation. Tenderers must also mention their CST/VAT Regn.No in the quotations.
1.3 Excise Duty/Other levies should be indicated separately. The same shall be paid against submission of documentary evidence.
2 If for any reason, prices tendered are for delivery FOR forwarding station, the freight charges together with the gross weight of the material should be clearly mentioned in the quotation. In case the rates quoted are ex-godown ex-factory, the packing & forwarding charges, if leviable, may be specifically indicated.
3 If the weight of the material permit despatched by post parcel, this may clearly be stated in the quotations.
4 Complete specifications of the stores offered together with manufacturer's name,brand etc of each of the item must be given in the quotations & descriptive literature and samples (wherever necessary if required) should be sent along with the quotations.
5 Price and delivery quoted by supplier must be firm & valid for a minimum period of three months from the due date of opening of quotation.
6 It Shall be obligatory on the part of suppliers to adhere strictly to the deliveries quoted and accdepted by us in our orders. In case of delay in supplies unless extension of delivery has been granted by us on application by the suppliers, we may at our option either (i) recover liquidated damages from supplier at a sum equal to 1/2 % per week or part thereof of the value stores not delivered subject to maximum of 5 % of the value of the order or (ii) purchase elsewhere on account and the risk and cost of the suppliers the stores not delivered or (iii) cancel the contract without prejudice to our rights under (i) and (ii)
7 Subsequent to an order being placed against your quotation recieved in responce to this 'enquiry' if it found that the materials supplied are not of the right quality or not in accordance with our specifications (required by us) or recieved in damaged or broken conditions, not satisfactory owing to any reason of which we shall be the sole judge, we shall be entitled to reject the materials, cancel the contract and buy or required from the market / other source and recover the loss, if any from supplier reserving to our self the right to forfeit the security deposit, furnished by the supplier against the contract. The supplier will make his own arrangements to remove the rejected materials within fortnight of instruction to do so. Thereafter, materials will be lie entirely at supplier's risk and responsibility and storage charges, along with any other charges applicable will be recoverable from the supplier.
32
8 The manufacturers, or thier authorised representatives, quoting for items of machinery and equipped must state in thier quotations whether they are licences under the industries ( Development & Regulations ) Act 1951 for the production of the equipment and arrangements (are) proposed for assembly and supply.
9 We reserve the right to accept or reject any quotation in full or in part without assigning any reason thereof. We also reserve the right to split and place order on more than one suppliers.
10 Quotations must be legible, clear and free from overwriting / erasions. Incomplete quotations are liable to be summarily rejected.
11 In all cases of disputes, the decision of this company shall be final. Failing this, the matter will be referred to the Arbitration in accordance with the Indian Arbitration Act and amendments thereof.
12 Our standard terms of payments are within 30 days of the receipt of the material in good condition.
13 Bidders may ensure that tender documents/offer has been signed by appropriate/authorized representative of the company. Withdrawal of offer/non-acceptance of orders placed, based on offers submitted by bidders on their letter head, will not be allowed on the ground that offer was not signed by the authorized person.
14 In case, due to some unforeseen circumstances, the date of receiving / opening of the tender happens to be a holiday/ closed day, the tender will be received and opened on the next tender opening working day.
15 In case you have any local agent/dealer, you must indicate their name and address in the quotation itself enabling your local agent / dealer to be associated at the time of opening of the tenders. However, if you associate a local agent / dealer at a later stage i.e after the opening of quotations, NFL shall have the right to reject your quotation forthwith without any further reference to you.
16 Jurisdiction: All actions at law or suits arising out of or in connection with this contract or the subject matter thereof will be instituted in the PANIPAT Court in PANIPAT Distt. In the State of HARYANA.
33
For supply: Retrofitting /Replacement of old lift installed in Urea
Prilling tower with new state of art LIFT (for six persons and of similar
capacity) ONE FIXED BASIC RATE Per No. HAS TO BE QUOTED for Supply of New Lift Sr.No Item Description QTY. Basi
c Price per MTR.
Packaging &
Forwarding
Charges ( In %) If any
Excise Duty
including Education Cess (in
%)
Sales Tax
against form ‘c’
or against VAT D1 within Haryan
a (In %)
Freight Charges including
of Service
Tax Upto NFL,
Stores, PANIPAT
Any Other
Charges If any
Total Landed
Rate (F.O.R.
NFL Stores,
PANIPAT)
1 Supply of new state of art
microprocessor based AC
variable voltage variable
frequency (ACVVVF)driven
LIFT(for six persons and of
similar capacity) using
existing hoist way and guide
rail
(including free comprehensive
maintenance for one years
after handing over complete
lift as per technical
specifications (enclosed as
Annexure-1)
.
1No.
Price of recommended 2 years
mandatory spare list detail
as per Table point No. 132
1 Set
Total Cost: ( F.O.R. Supply ) (A) :____________________________
(B) Work : Retrofitting /Replacement of old lift installed in Urea Prilling tower with new
LIFT
ONE FIXED BASIC RATE Per NO. HAS TO BE QUOTED for Retrofitting /Replacement of old lift installed in Urea Prilling tower with new LIFT
Sr.No Item Description Quantity
Offered Basic Price per NO.
Service Tax
Education Cess (in
%)
Any Other
Charges If any
Total Landed Rate (F.O.R. NFL Stores, PANIPAT)
1 Retrofitting
/Replacement of
old lift
installed in
Urea Prilling
tower with
SUPPLIED new
LIFT
1 No
34
(B) Work : Annual Maintenance Contract for Urea Prilling Tower Lift (Microprocessor Based)
after expiry of Guarantee Period
ONE FIXED BASIC RATE Per anu,. HAS TO BE QUOTED for Annual Maintenance Contract for Urea Prilling Tower Lift (Microprocessor Based) after expiry of Guarantee Period
Sr.No Item Description Quantity
Offered Basic Price per NO.
Service Tax Education Cess (in
%)
Any Other Charges If any
Total Landed Rate (F.O.R. NFL Stores, PANIPAT)
1 Annual Maintenance Contract
for Urea Prilling Tower Lift
(Microprocessor Based) after
expiry of Guarantee Period For 1st Year
1 No
For 2nd Year 1 No.
For 3rd Year 1No.
NOTE :- The above quotation has been prepared after taking into account all the terms and conditions of Tender Documen The Total Landed Cost (A+B+C) shall be taken for complete Retrofitting /Replacement of old lift installed in Urea Prilling tower with new state of art LIFT (
NOTE: .
N.B.
1. NFL shall be responsible for arrangement of transit insurance from your warehouse to our works.
2. NFL shall be responsible for payment of Octroi / Entry Tax applicable, if any at Panipat.
3. Kindly note that responsibility of quoting of rate and amount and their deposit of excise; CST &
Service Tax would be of the contractor. No additional claim will be accepted. TDS toward
Income Tax would be deducted on total value as per applicable rules / prevailing laws.
Dated : ______________
Signature of Tenderer or
their Authorised
Representative
:
____________________
Place : ______________ Name & Address of
Tenderer :
____________________
Phone No. : ____________________
Fax No. : ____________________
E.Mail Address : ____________________
35
Work : Retrofitting /Replacement of old lift installed in Urea
Prilling tower with new state of art LIFT (for six persons
and of similar capacity) Page No : 8 Loading Criterion The tenderers must accept the terms and conditions stipulated in NIT failing which the offer is liable to be rejected
at the sole discretion of NFL. NFL however, may at its sole discretion accept offers having deviation to NIT terms
and conditions in respect of EMD, Security Deposit and Liquidated Damages etc. by adopting the loading criteria
as per the following details. All loadings shall be on CIF (Import)/ Ex-Works (Domestic) prices.
Sr.No Loading Criterion Description Comment
1 Packing/Forwarding Charges Wherever bidders are not indicating packing/
forwarding charges, their prices shall be loaded @
1.0% Ex-works prices or the maximum amount as
quoted by any other bidder whichever is higher.
Also NFL‟s maximum liability to pay such charges
shall be limited to the amount loaded for evaluation
purpose.
2 Deviation in Payment Terms NFL will not make any advance/progressive
payments. In exceptional cases, advance payments
can be agreed subject to payment of interest @ SBI
PLR + 1% and submission of acceptable
unconditional Bank Guarantee (BG) of equivalent
amount as per „NFL‟ format. The BG shall have
sufficient validity, i.e., quoted delivery period +
three months.
The deviation in payment terms with respect to
NIT clause shall be loaded as under for interest @
prime landing rate of SBI (PLR) + 1% for the
period:
Sr No. Payment Terms Period of loading. -
(a) Interest calculation against Mobilization advance.
Mobilization advance exceeding 10% contact value shall not be considered under any circumstances.
1. Advance against L.O.I./P.O. Full delivery Period+ 30 days
(b) Interest calculation on progressive payment
Interest on Progressive payment shall be calculated on FOB/Ex-Works price for the following period
-
i Against submission of Drawing. Full delivery Period – One Month.
ii Against drawing approval Full delivery Period-Two month
iii Against placement of PO for raw
materials
a)If delivery period<Eight months
Full delivery period – Two months
b) If delivery period>8 months Full delivery
period- three month
iv Against shipment of raw materials Full delivery Period – five Months or five
months which ever is more
v
Against Receipt of Raw materials Full delivery Period – Six Months or four
months which ever is more
vi Against Payment for despatch of
materials
a) Foreign Bidders
b) Indian Bidders
Three month
Depending on delivery conditions viz. Ex-
works – one and half months FOR Destination-
one month
vii Against Payment within 30 days NIL
36
Full delivery period means effective delivery period as mentioned below. Delivery period basis for Foreign Bidder is FOB
port of loading and Indian Bidder EXW shop
3 Inland Transportation Charges -
A While undertaking item-wise
evaluation, difficulties are being faced
for calculating transportation charges to
site, because of non-
availability/difficulty in obtaining
weight of the individual items like
pipes, valves etc.
To overcome this problem, the
following procedure shall be adopted
for calculating transportation charges to
site
i Transportation from the vendors
situated within a distance of 400 KMS.
1% of CIF/Ex-works Prices
ii Transportation from the vendors
situated within a distance of 401 to 800
KMS.
2% of CIF/Ex-works Prices
iii Transportation from the vendors
situated at a distance of more than 800
KMS.
3% of CIF/Ex-works Prices
Based on the above formula, the guidelines shall be followed for calculation of transportation charges.
However, if any bidder has quoted firm freight charges, which are lower than the above percentages, the
same shall be considered at the time of placement of order.
B In Case weights and distances are
known for all suppliers
-
i FOR SMALLS: Inland transportation charges shall be calculated at the rate of Rs.4.50 per
KM/MT.
ii FOR TRUCK LOADS: @ Rs.3/ per KM/MT
All Indian parties are requested to quote EXW price and freight charges up to NFL Site, compulsorily. If all the parties have
given freight charges upto site the same shall be considered for evaluation. However, if only some parties have given freight
charges, NFL reserves the right to load for such parties who have not quoted freight charges with freight charges as above.
NFL‟s decision on this regard shall be final and binding on these Bidders.
4 Inland Insurance The inland insurance shall be calculated at the
rate of 0.15% of CIF/FOR prices.
5 Loading on account of Higher
Delivery Period
5.1 Wherever Bidders quoted delivery is
higher than the preferred delivery
period as indicated in the ITB
document, the following loading
criterion shall be applied:-
Loading @ 2% per month on FOB/Ex-Works price for the following periods:
Delivery Quoted Loading Period
Foreign Bidders (Effective Delivery-Preferred delivery)
Indian Bidders (Effective Delivery-Preferred delivery)
In order to account for Sea shipment and port clearance time the difference between FOB delivery date
and EXW delivery date is considered 1.5 Month.
No credit shall be given for early delivery period. Quoted delivery has to be computed for effective
delivery as given below. Preferred delivery for Foreign Bidder is as per FOB delivery at port of loading
and for Indian Bidder EXW as per invitation to Bid.
5.2 The loading as mentioned at (a) shall
not be applied in case the quoted
delivery does not meet the project
requirement and the Bid shall not be
qualified.
Calculation of Effective Delivery
Period
The enquiry provides the delivery to be counted
from LOI. Wherever the Bidder does not agree to
the above condition following criteria will be
37
used for calculating the effective delivery period
for evaluation purpose:
Delivery basis as per Bidder Offer Loading in months to be added to quoted
delivery
-
5.2.1 EXW basis for Foreign Bidder 0.50 Months
5.2.2 On readiness for Inspection for Foreign
Bidders
One Month
5.2.3 From receipt of P.O. One Month
5.2.4 From drawing approval Two Months or time indicated for Submission of
approval, which ever is more
5.2.5 On receipt of Letter of Credit Two Months
When the Bidders ask for grace period for applicability of damages, the same shall be added to the
quoted delivery period.
The delivery period computed on the above basis shall be taken as delivery period for each Bidder for the
purpose of evaluation.
6 Offers received without EMD EMD amount (absolute value), as required in the
NIT shall be loaded on landed cost of total offer
value.
7 Loading on account of discrepancy in
the Warranty/Guarantee Period
Wherever bidders quote reduced warranty
period, following loading criteria shall be
adopted:
[10% of CIF/ex-works price x (No. Of Months as
per NIT– No. of Months quoted)] /
No. Of Months as per NIT
8 Loading on account of discrepancy in
Performance Bank Guarantee
-
PBG Quoted Loading Criteria -
8.1 Less than 10% 10% - quoted percentage of CIF/Ex-works
prices.
NOTE : Over-riding Conditions for 7 & 8 above.
If the sum of 7 and 8 above is more than 10% of CIF/ex-works prices, then the loading shall be limited to
10%
9 Non-submission of SD The loading shall be adopted for shortfall in the
bank guarantee agreed by the bidder, for
example, NIT calls for bank guarantee for 10%,
then loading shall be done as under @ prevailing
cash credit (c.c.) rate of NFL on short fall in
Bank Guarantee value agreed by the bidder for
delivery period with additional one month
period.
Bank guarantee for SD Loading Criteria -
9.1
Less than 10%.
(10% - quoted percentage) of basic price @
prevailing cash credit (c.c.) rate of NFL on short
fall in Bank Guarantee value agreed by the
bidder for delivery period with additional one
month period.
10 Loading for discrepancy in
acceptance of Liquidated damages
Clause
If deviation is noted in quoted damages, the
proportionate loading for shortfall shall be added
as follows:
Quoted Damages Loading Criteria -
10.1 ½% per week subject to a ceiling of 5%
of total order value (Ex-works/CIF
value)
NO LOADING
10.2 ½% per week subject to a ceiling of 2 ½
% of total order value.
2.5% LOADING
10.3 Damages accepted on undelivered value
Instead of total order value.
2.5% Loading
10.4 Non-acceptance of damages 5% loading
38
11 NIT CONDITIONS Whenever the bidder is silent about the
acceptance of NIT conditions such as
performance bank guarantee, warranty period,
liquidated damages etc, it shall be presumed that
the bidder has accepted these conditions and no
loading shall be done while undertaking
evaluation.
(A) Loading Taxes and Duties for Indian
Bidders:-
As quoted by Indian Bidders, otherwise as
applicable.
(B) Any clarification/ confirmation having reduced
price implications received from Bidder after
price bid opening shall be considered only for
ordering purpose and not for evaluation
purposes. However, clarification/confirmations
having additional price implication if accepted
shall also be considered for evaluation purpose.
(c) Discount
Any conditional discount given by the Bidder
such as minimum order value on certain group of
items etc. is not to be considered for evaluation
purpose. However, conditional discount offered
by Bidder on total order value will be considered
if the evaluation of the enquiry is carried out for
all items of the enquiry. For ordering purpose all
such discount shall be considered.
(D) Other Charges
Other charges, if any such as documentation
charges for providing extra sets of
Drawings/reproducible etc. shall be considered
as under:
In case of item wise evaluation, the
documentation charges quoted by the Bidder will
be loaded on each item. In other cases, it will be
loaded on total cost.
(E) Third Party Inspection Charges
Wherever Bidders have not indicated third party
Inspection charges, highest third party Inspection
charges quoted by other Bidders shall be loaded
for comparison purpose
(F) No Modvat credit will be considered for
evaluation purposes but excise registration will
be insisted upon:
39
Annexure-1 Retrofitting /Replacement of old lift (Capacity: 408Kg./6-Person, Passenger Car) installed in Urea
Prilling tower with new state of art microprocessor based AC variable voltage variable frequency
(ACVVVF)driven lift using existing hoist way and guide rail.
Party scope include Design, Manufacture, Supply,installation, erection of new lift,its testing,
commissioning and handing over in satisfactory working condition including free comprehensive
maintenance for one years after handing over complete lift as per technical specifications and
including dismantling of existing lift of OTIS make. Design/Material of the lift components shall
be such that it is fire resistant; dust and dirt proof; resistant to urea & chemical dust so that
the liftdoes not get corroded and smooth operation is ensured. Commissioned lift should comply
all statutory requirements as per Lift Inspectorate, Haryana. All necessary documents required for
registration of lift shall be provided by the party within two weeks of handing over the lift and to get
the same registered from Lift Inspectorate, Haryana shall be in the scope of party.Technical detail of
existing lift and Scope for the new lift aregiven below.
1. Technical Details of Existing OTIS Make Lift
Type of Lift : Passenger Elevator.
Capacity : 6 Passengers /408 Kg.
Floors : G+2
Opening : 3 Openings same side
Door Type : Manual Doors
Travel Height : 52.480 Meters (i.e. G -1st. Floor =46.380Mtr.
+ 1st. to 2
nd Floor= 6.1Mtr)
Lift Shaft Diameter : 2100mm
Cabin Size : 980mmX 1250 mm X 2115mm (appx)
Car Body (MoC) : Aluminium
Door Opening : 760 mm x 2000mm (appx.)
Speed : 0.66meter/second.
Pit depth : 2000mm
Total Clear Height : 9070 mm (From 2nd
Floor to Machine Room
Top)
Machine Room : 2100mmX3900mmX2400mm
Machine Type : Traction with C.W.T. (Counter Weight
Type), Single Wrap
Control : Electromagnetic Type.
2. Design, Manufacture, Supply, Installation, Erection , Testing, commissioning of New
Lift
A. STANDARDS
The following Indian Standard, Specifications and Codes of Practice, currently applicable and
updated as of date irrespective of dates given below, shall apply to the equipment‟ s and the
work covered by this contract. In addition the relevant clauses of the Indian Electricity Act 2003
and Indian Electricity Rules 1956 as amended up to date shall also apply. Wherever appropriate
Indian Standards are not available, relevant British and/or IEC Standards shall be applicable.
S.NO.
40
1 Code of Practice for installation, operation and IS-14665 (Part 2) Sec-1: maintenance of electric passenger & goods lifts. 2000
2 Code of practice for installation, operation and IS-14665 (Part 2) Sec-2: 2000 maintenance of electric service lift.
3 Safety Rules Section-1 Passenger and Good lifts IS-14665 (Part 3) Sec-1 : 2000
4 Safety Rules Section-2 - Service Lifts IS-14665 (Part 3) Sec-2 : 2000
5 Outline dimension for electric lifts. IS-14665 (Part-1): 2000 6.
6 Inspection Manual for Electric Lifts IS-14665 (Part 5) : 1999
7 Electric Traction Lifts - Components IS-14665 (Part 4) Sec-1 to 9 : 2001
8 Installation And Maintenance of Lifts For Handicapped IS 15330 :2003 Persons (Code of
Practice)
9 Specification for lifts cables. IS-4289 (Par-1) : 1984 Reaffirmed 1991
10 In addition the relevant clauses of the following, as amended up to date shall apply. a. The Indian Electricity Rules 1956 b. The Indian Electricity Act 2003 c. Bombay Lift Act 1939 d. Delhi Lift Rules e. Haryana Lifts and Escalators Act, 2008 f. Fire safety regulations pertaining to lifts g. The tenderers shall also take into account local and State regulations as in vogue for the
design and installation of lifts.
B. OVERLOAD DEVICE
Load weighing devices shall operate when the load in the car exceeds the rated capacity. The
operation of the device shall activate buzzer sound and flashing 'overload' signals. At the
same time the car doors shall be prevented from closing. When the excess load is removed
from the car, the buzzer alarm shall be muted automatically and the car shall function
normally.
C. AUTOMATIC RESCUE DEVICE (ARD) :
The Automatic Rescue Devices (ARD) meant for the purpose of bringing the lift car to the
nearest Landing doors. The ARD shall have the following specifications:
1 ARD should move the elevator to the nearest landing in case of power failure during normal Operation of elevator.
2 ARD should be suitable for operating for maximum floor distance 46
.380meter between ground and first floor.
3 ARD should monitor the normal power Supply in the main controller and shall activate rescue
operation within the time period as per manufacturer‟s standard subject to approval of lift
/safety Inspector. It should bring the elevator to the nearest floor at a slower speed than the
normal run. While proceeding to the nearest floor the elevator will detect the zone and stop.
After the elevator has stopped, it automatically opens the doors and parks with door open.
After the operation is completed by the ARD, the elevator is automatically switched over to
normal operation as soon as normal power Supply resumes back.
4 In case the normal Supply resumes during ARD in operation, the elevator will continue to run in ARD mode until it reaches the nearest landing and the doors are fully opened. If normal power Supply resumes when the elevator is at the landing, it will automatically be switched to normal power operation.
5 All the lift safeties shall remain active during the ARD mode of operation.
6 The battery capacity should be adequate so as to ensure the satisfactory operation of ARD at least seven times a day with a minimum time gap of 30 minutes. Detail of battery, its back up time and load
41
on the battery during ARD mode at lift rated capacity shall be provided by the party.
7 Battery shall be capable to carry out when fully charged and at rated lift capacity with interval specified (as 30 minutes) between each operation for maximum floor distance 46.380 meter between Ground and first floor.
D. CARENCLOSURESGENERAL REQUIREMENTS:
5. Frame: Lift car body shall be carried of Aluminum/stainless steel which shall have sufficient mechanical strength to resist the forces applied by the safety gear or impact of the car on the buffers. At least four renewable guide shoes or shoes with renewable linings or sets of guide’s rollers shall be provided ,two at the top and two at the bottom of the car frame assembly.
6. Alarm System: An emergency alarm buzzer, including wiring shall be provided and connected to plainly marked push button in the car operating panel. The alarm bell shall be located in Central Control Room and near the Lift Door at Ground Floor. The alarm unit shall be solid- state siren type, to give a waxing and waning siren when the alarm button in the car is pressedmomentarily.
7. Communication Facility: Provision shall be made for connecting Telephone connectionswith necessary wiring in Machine Room and Lift-Car.
4. Operation Panel: A full length car operating panel incorporating following control/indications shall be provided in the lift.
a. LED Illuminated touch push buttons of micro pressure type corresponding to the
floors served at Ground floor and Inside Car. For Other floors LED Illuminated touch
push buttons of micro pressure type to be provided.
b. Emergency stop button with Alarm, Two position key operated switch for „with
attendant' and 'without attendant „operation, Ventilation fan ON/OFF switch with auto
OFF when there is no call after 120 seconds (Two Speed &concealed vents).
c. Dynamic car direction display, Car position indicator (digital),Audio/Visual overload
warning indicator
5. CABIN FAN & Lighting: Noiseless pressure fan shall be provided in the lift cabin. Cabin Lighting also to be provided with sufficient illumination in Twin Tube fixture arrangement.
E. HOIST ROPES: Hoist way material shall be non-flammable (02 hrs. fire rated) except travelling cables which
shall be flame resistant. Lift Ropes - IS 14665 (Part 4 / Sec 8)-2001
F. ROPE FASTENINGS
The ends of lift ropes shall be properly secured to the car and counter weight hitch plates as
the case may be with adjustable rope shackles having individual tapers babbit sockets, or any
other suitable arrangement. Each lift rope shackle shall be fitted with a suitable shackle
spring, seat washer, shackle nut& lock & shackle nut split pin.
G. GUARDS FOR LIFT ROPES
Where lift ropes run round a sheave or sheaves on the car and/ or counterweight of geared/
gearless machine suitable guards shall be provided to prevent injury to maintenance
personnel.
H. NUMBER & SIZE OF ROPES
The supplier must indicate the number and size of lift ropes and governor ropes proposed to
be used, their origin, type, ultimate strength and factor of safety. The supplier should furnish
test certificate or ropes from the rope manufacturers issued by competent authority.
I. COUNTER WEIGHT The counter weight for lift cars shall be in accordance with clause 6 of IS 14665 (Part 4-Sec-
3): 2001and shall be designed to balance the weight of empty lift car plus approximately 50
42
percent of the rated load. It shall consist of cast sections firmly secured in relative movement
by at least two numbers steel tie rods having lock nuts/split pins at each end and passing
through each section and Housed in rigid steelframe work. Cracked and broken sub weights
shall not be accepted. Counter weight for passenger lifts should be able to accommodate
suitable weight of Interior finishes. In case interior finishes material exceeds this provision,
then the elevator supplier shall adjust the Counter Weight accordingly, however this will be
decided and intimated much before the delivery of the elevator.
J. COUNTER WEIGHT GUARDS
Guards of wire metal / mesh shall be provided in the lift pit at a suitable height above the pit
floor to eliminate the possibility of injuries to the maintenance personnel.
K. GUIDES / GUIDE RAILS
Car and counterweight guide shall be machined T section as per relevant Indian Standards IS-
14665 of 2000 revised up to date.
L. SAFETY DEVICES 1. Safety devices shall be capable of operating only in the downward direction and stopping fully
loaded car, at the tripping speed of the over speed governor, even if the suspension devices break, by gripping the guides, and holding the car there. All safety devises statutorily required for the lift shall be provided.
2. OVER TRAVEL LIMIT SWITCHES: These shall be provided and installed to stop the car within the top and bottom clearance, independent of the normal car operating device. The bottom over travel limit switch shall become operative when the bottom of the car touches the buffer. When the over travel limit switches are operative, it should be impossible to operate the car until the car has been hand would to a position within the normal travel limits.
3. PIT SWITCH: An emergency stop switch shall be located in the pit which when operated shall stop the car regardless of the position of hoist way.
4. TERMINAL BUFFERS: Suitable spring buffers mounted on RCC foundation blocks shall be provided in the pit in compliance with ANSI/ASME/CENEN-81 /JIS codes for stopping the car in case of mal-operation. If required Floor reinforcement could be exposed by chipping for welding additional reinforcement for Dowels. However clearance from underside of the car resting on a fully compressed buffer shall not be less than 1.20 mtr. Buffers shall be designed for a design speed + 15%. Party shall specify the type of buffer to be used by the party.
5. INTERLOCKING: Adequate interlocking is to be provided so that the car shall not move if the landing doors are even partially open and/or the lift is overloaded.
6. OVER SPEED GOVERNOR: Over speed governor shall be of centrifugal type and shall operate the safety gear at a speed at least equal to 115% of the rated speed and less than the over speed, governors shall be driven by flexible Wire ropes with the following requirements. (a) The breaking load of ropes shall be related to the force required to operate the safety gear
by the safety factor of at least 8. (b) The over speed governors shall be sealed after setting the tripping speed. (c) The breaking or slackening of the governor rope shall cause the motor to stop by an electric
safety device. 7. ALARM BELLS: A Concealed 200 mm diameter alarm bell shall be installed near the ground floor
lift door area. The alarm bell shall sound when the alarm bell button in the car operating panel is pressed. The bell shall mute when the pressure on the alarm bell button is released.
8. EMERGENCY STOP SWITCHES: An emergency stop for use during emergency / by maintenance personal shall be provided in Lift car. This emergency stop switch must be provided inside the car with suitable transparent protection enclose to ensure visibility of switch and to prevent un-wanted operation of switch.
9. FIREMAN SWITCH: Lift shall have a Fireman switch with glass front for access by the Firemen. The operation of this switch shall cancel all calls to this lift and shall stop at the next nearest landing if traveling upwards. The doors shall not open at this landing and the lift shall return to the ground floor. In case the lift is traveling downwards when the fireman's switch is operated it shall go straight to the ground floor, by-passing all calls in-route. The emergency stop button
43
inside the car shall be rendered inoperative. The fireman's switch shall be located adjacent to the lift opening at the terminal floor and shall be at height of approximately 2 m above the floor level. For easy identification of firemen’s lift that conform to the local authorities requirements, a red and white diagonal striped backing shall be provided behind the glass of the firemen's switch. A permanent notice of prominent size indicating the floors served shall be provided and displayed adjacent to the firemen's lift at the terminal floor. The notice shall be made of laminated plastic sheet or other approved materials with red letters on white background.
10. IN BUILT SAFETY FEATURES OF CONTROLLER: Controller shall be provided to control starting and stopping the speed of the elevator motor and also to automatically apply the brake if any of the safety devices operate.
11. REVERSE PHASE RELAY: A reverse phase relay shall be provided on the controller which is designed to protect the lift equipment against phase reversal and phase failure.
12. BRAKE: The direct current break shall be spring applied and electrically released and designed to provide smooth stops at variable loads.
13. Attendant Mode Operation of Lift: Lift must be provided with feature of “Attendant Mode Operational Switch” mounted inside the car operating panel.
M. MACHINES: The machine shall be of single/double wrap traction type and will include a
specially designed Motor, Steel worm, Electro mechanical brake, Bronze gear, Steel sheave,
Shaft and a Sheave; compactly mounted on a single base or bed plate. The driving sheave will
be grooved to ensure sufficient traction and minimize rope wear. Adequate means of
lubrication will be provided for all bearings, the worm gear or wherever required.
N. MOTOR: The motor shall be designed so as to suit AC Variable Voltage Variable Frequency
(ACVVVF) drive.
O. DATA SHEET OF NEW LIFT:
While quoting, party must fill and submit following data. Any deviation must be clearly
mentioned.
1. Type of Lift : Passenger Elevator.
2. Lift Qty. : 1No.
3. Capacity : 6 Passengers /408 Kg.
4. Floors : G+2
5. Opening : 3 Openings same side
6. Door Type : Manual Doors
7. Travel Height : 52.480 Meters (i.e. G -1st. Floor =46.380Mtr. + 1st. to 2nd Floor= 6.1Mtr)
8. Lift Shaft diameter : 2100mm
9. Cabin Size : Party to specify
10. Car Body (MoC) : Aluminum/SS (Party to specify)
11. Cabin Finish : Complete Lighting (double fitting) & Fan must be provided
12. Door Opening : 760 mm x 2000mm
13. Speed : 0.66 meter/second.
14. Pit depth : 2000 mm
15. Over Height : To be specified by party
16. Total Clear Height: To be specified by party
17. Machine Room : 2100mmX3900mmX2400mm
18. Machine Type : Traction with C.W.T. (Counter Weight Type), Single/Double Wrap.
19. Control : Microprocessor based, ACVVVF Drive.
20. Break : Electromagnetic Type
21. Sound Level : To be specified by party
22. Power Supply : Four wire 415 Volt +-10%, 50 Hz AC Supply.
23. Over Load Protection & Indication : Must be provided as stated above, party to
confirm
24. ARD : Must be provided as stated above, party to confirm.
25. Lift Attendant Mode Operational Function: Must be provided in lift car.
44
26. Emergency Lighting: Must be provided (with testing facility).
27. Emergency Stop Switch : Must be provided in the car with suitable transparent
protection enclose to ensure visibility of switch and to prevent un-wanted operation of
switch.
28. Emergency Exit at Car Top: Must be provided with safety interlock including control
circuit.
29. Safety/Personal Protective Equipment Mounting Arrangement inside the car (for
Breathing Set, Telephone Set etc.) : To be provided
P. SCOPE OF WORK of M/s NFL:
Following activity/job shall be in M/s NFL scope.
1. Reconditioning of machine room, shaft well wall repair.
2. Power Supply, Three Phase Four wire 415 Volt +-10%, 50 Hz AC Supply, Rating, 63Amp
(3-Phase-Neutral) is available in Existing Lift Machine Room.
3. Power Cable size of existing Lift, 4Cx16 Sq.mm Aluminum Armour Cable.
4. Temporary hand lamps and flood light for working in hoist way shall be provided.
5. Storage room shall be provided for keeping the material.
6. GA drawing of existing Lift is enclosed as NFL Lift. Drg. No-1
Q. COMPLETION TIME:
Dismantling & shifting of all removed old panel, machine, gear, rope, lift car etc. along with
shifting, erection, testing & commissioning of new Lift with controller panel etc. shall be
completed in all respect within 45 days from the date of handing over of site including notice
period of 7 days for mobilization after receipt of material at NFL Site. Communication shall
be through Phone/E-mail or letter by Speed post.
R. CLIMATIC CONDITION:
Lift is required to operate satisfactorily under following site condition
1. MAX. TEMPERATURE : 50 DEG. C
2. MIN. TEMPERATURE : 0 DEG. C
3. MAX. RELATIVE HUMIDITY : 100% NON-CONDENSING
4. MIN. RELATIVE HUMIDITY : 26 %
5. AVERAGE NUMBER OF RAINY DAYS PER ANNUM : NEARLY120 DAYS
6. AVERAGE ANNUAL RAIN FALL : 900 MM
7. AVERAGE NUMBER OF DUST STORM DAYS PER ANNUM. : 35
8. ISOCERAUNIC LEVEL : 45
9. MAX. WIND PRESSURES : 195 KG/SQ. METER.
10. ALTITUDE ABOVE MEAN SEA LEVEL : LESS THAN 1000 METER.
11. SISMIC ZONE : ZONE-4
12. ATMOSPHERIC CONDITIONS: DUSTY, FOGGY, HEAVILY POLLUTED/CORROSIVE DUE TO
PRESENCE OF AMMONIA VAPORS, UREA DUST, COAL DUST AND COTTON FIBERS. ETC.
NOTE:
1. Dismantled/ Removed old material of existing shall be retained by party and shall be lifted at their own cost/expense within 15 days after successful erection/Commissioning of New Lift.
2. Deployment of Man Power shall be in the scope of party. Also party shall furnish the documents such as ESI Challan, ESI Return / Insurance, PF, Punjab welfare fund, undertaking of compliance of work completion, certificate of compliance etc. required w.r.t. deputation of Man Power for the release of payment.
3. Supplied material shall be guaranteed for 18 months from the date of Supply and 12 months from the date of commissioning.
4. Party shall carryout free maintenance for twelve months after installation of new lift /controller (retrofitting). Period of free maintenance will be deemed to commence from the date of installation and Commissioning and signing of MOM.
45
5. Party must submit the related General Arrangement (GA), Schematic, Wiring Diagrams in 3-sets along with the offer and complete as built final GAdrawings, Schematic, and Wiring Diagrams, Operating Manual in 6-sets (both soft & hard copy) while supplying/handingthe Lift.
6. All cutting of marble architraves/RCC/wall to fix the hall boxes at landings and filling up of the cutouts, architraves, fixing of buffer etc. shall be in Party scope of work.
7. Mechanical work such as gas cutting, welding job, required for dismantling & shifting of old controller / lift and shifting, erection & commissioning of new controller panels / lift will be in party scope.
8. Party will submit related Test certificates for motor, lift, rope, controller etc.along with supply
of material.
9. Required tool & tackles for the execution of work shall be in the scope of party.
10. All necessary documents/drawings required for the inspection, registration of lift & safety
certificates/test certificates of lift will be provided by the party after completion of installation
& commissioning of work.
11. Registration & Licensing of Lift (to be installed/re-commissioned) shall be in party scope.
12. The Job will be carried out by the party within 12 months of Supply/inspection
clearance of all material. However exact dates shall be communicated by NFL minimum
15days in advance.
13. Completion Time: Total job of Dismantling Old Lift and Installation of New Lift must be
completed within 45 days including notice/mobilization period of 7days. A LD of 1% per day
or part thereof limited to 10 % of WO value shall be levied.
14. Requirement of Crane & Hydra: NFL may provide necessary support for crane / Hydra free
of cost for the execution of job, shifting of controller/panel/motor inside the NFL premises
subject to availability.
15. Boarding Lodging, Travelling expenses, Local transportation charges of the deployed
staff shall in the party scope. However accommodation in the NFL Township/Guest House
can be provided if available, on payment basis.
16. All type of scaffolding, platform and mechanical arrangement if required shall be arranged
and installed by party.
17. Temporary lighting & Extension board required for carrying out the job shall be provided by
NFL.
18. GA drawing of existing Lift is enclosed as NFL Lift Drg. No-1 for reference.
19. All instruction /notice/warning/ nomenclatures shall be written in dual language (English &
Hindi) and must be legible.
20. Party shall confirm for minimum 15 years spares & service support.
21. Sound level of machine shall be within specified level/meet the statutory requirements as per
IS.
22. Party must have supplied and commissioned minimum 5 No lifts of similar/higher capacity
Lifts during the last five years. Party shall submit relevant documents/Executed PO for the
same, without which their offer may not be considered.
23. No RA payment for supply, erection /commissioning shall be given.
24. Party must go-through the existing Lift GA drawing enclosed with NIT (NFL Lift Drg. No-1)
and also must visit NFL site for all clarifications before submitting quotation for actual
assessment of Job/work.
25. Party shall supply all material within 6 months after placement of PO.
46
SCOPE OF WORK
Subject: Annual Maintenance Contract for Urea Prilling Tower Lift (Microprocessor
Based)
1-Party shall visit once in a month to check the operation & shall do monthly preventive
maintenance of lifts on the schedule date and to attend the fault (if any) also.
2-In case of any Break down, party shall be intimated on phone and party shall visit & shall
attend the same on priority basis (on the same day /at the earliest possible) without asking any
extra charges for same.
3-Any part/spare found defective /damaged in the lift shall be replaced by the party for
smooth/trouble free operation of the lift. However, replacement of spare parts would be free
of cost. In case, if any spare not available with NFL,the same shall be arranged by the party
on emergent basis so that the lift does not remain out of order. Payment for the supplied
material /component will be borne by NFL on submitting the bills for payment.
4-All the safety switches, Limit Switches, and Door switches etc. shall be checked for its
operation & lubrication/greasing etc is to be done wherever required on each visit.
5-All ropes including Governor rope, counter weight , compensating chain, Guide Rail etc.
shall be checked for proper lubrication and Greasing.
6-Level of Gearbox oil shall be checked regularly, in case the oil level is less or the quality of
the oil is deteriorated, the party shall replace the same free of cost.
7-Maintenance of controller, Automatic Rescue Device & its de-dusting, cleaning & checking
of components, connections etc. shall be done by the party.
8-Checking of indication lamps/ LED lamps & replacement of the defective one.
9- Load Testing of the lifts as per statutory provisions/norms.
10-Party shall issue lift fitness certificate once in six months.
11-After attending the preventive maintenance of attending the fault on the lift, NFL engineer
shall check the operation of the lift to his satisfaction.
12-Any other job not mentioned above but required for routine maintenance of lift to ensure
the smooth/trouble free operation of the lift shall be done by party.
13-Party shall fill the respective proforma/check –list at the each visit