You are on page 1of 40

TENDER DOCUMENT

NFP/PUR/SE/170019/Feb- 2018 dated 13.02.2018

FOR

COOLING WATER TREATMENT


PROGRAMME
COMMERCIAL – SECTION

NATIONAL FERTILIZERS LIMITED


PANIPAT UNIT

FEB 2018

Page 1 of 40
TENDER DOCUMENTS FOR COOLING WATER TREATMENT PROGRAMME

(COMMERCIAL SECTION)
The Tender Particulars:-

1 i) Tender No. : NFP/PUR/SE/170019/FEB-2018 DATED 13.02.2018

ii) Requirement a) To provide Non-Chromate, ortho-phosphate- Zinc, based cooling water


treatment package for Ammonia, Urea and CPP Cooling Tower. The
cooling water treatment shall comprise of Zinc as the cathodic inhibitor and
stabilized ortho-phosphate as the anodic inhibitor combined as a single
formulation, in addition to above, vendor can offer molybdate as a separate
formulation, as per bidders assessment. Individual chemicals as cathodic and
anodic inhibitors in basic chemical form are not acceptable. The products
offered should be filed tested and proven.
b) To supply chemicals so as to meet the Performance Guarantees, as
specified under Article 3.7 of Technical Section.
c) To provide chemical dosing pumps and monitoring equipmentsfree of charge
on returnable basis as per Article 3.6 of Technical Section

iii) Quantity of offered : To be specified by Vendor.


chemicals
iv) Type of Tender : Two stage bidding through e tendering as per details given in Clause No. 15.
v) Earnest Money Deposit : Rs.1.00 Lacs (Rs.One Lac.only) as per clause No.13.
vi) Security Deposit cum 10% of order value as per Clause No. 14
Performance Guarantee
vii) Tender closing Date & Time As per tender schedule
viii) Tender Opening Date & As per tender schedule
Time
ix) Tender validity Must be initially valid for 90 days from date of opening of tender.
x) Delivery Please quote your earliest possible delivery schedule.
xi) Mode of dispatch By Road
xii) Tender shall be addressed to Dy. Gen. Manager (Materials) NFL, Panipat.
xiii) In Technical Section (Section C). The scope of supply and responsibility of the supplier have been defined
along with following:-

4.0 INSTRUCTIONS TO BIDDERS


4.1 Technical Quote
4.2 Bid Evaluation
4.3 Guaranteed overall annual cost
4.4 Vendor‟s Scope
4.5 Owners Scope
4.6 Trial order
4.7 Contents of Offer
4.8 Splitting of Contract
4.9 Availability of chemicals without interruption

xiv) Period of Contract:

Page 2 of 40
a) The contract shall valid for a period of one year from the date of contract. The contract can be further
extendable for the period of one year after successful completion of one year, at the sole discretion of
M/s NFL. The quoted rates must be firm and valid for the period of two years.

b) If vendor has been prequalified/ eligible for placement of order on trial basis then contract shall be
placed on trial basis for a period of six months (Including stablization period). The contract can be
extended for the period of further six months after successful completion of trial period at the sole
discreation of M/s NFL. Thereafter on successful completion of one year ( i.e 6 months trial period +
6 months extended period) the contract can be further extended for the period of one year, at the sole
discretion of M/s NFL.

xv) Staggered supply of Chemicals


At the commencement of the contract, supply shall be made for three months requirement along with one lot of
pre-cleaning, Passivation and contingency chemicals for each tower and payment shall be made as per 1 (xvii)
below. There after, against supply of monthly requirement, payment shall be restricted to 1/12 th of the
Guaranteed overall annual cost.

The running inventory of one month‟s requirement shall be included in the aforesaid inventory on three
months. Monthly deliveries will be made in lots of one months requirement by 15 th of every month so as to
ensure that inventory at NFL Stores does not fall below 2 months requirement at any given point of time. The
reserve stock of 2 months requirement shall be made till the 11th month of the contract.

xvi) Firm Prices


Prices offered shall remain firm during the currency of the contract except variation of statutory levies. Vendor
should confirm the same specifically in the offer.

xvii) Payment Terms


No advance payments are allowed. 100% Payments are made within 30 days of receipt and acceptance of
material at site as per following details:

i) At the commencement of the contract, supply shall be made for three months requirement along
with one lot of pre-cleaning, Passivation and contingency chemicals for each tower and payment
shall be made as above.

ii) There after, against supply of monthly requirement, payment shall be restricted to 1/12th of the
Guaranteed overall annual cost. Payment shall be released based on actual consumption of
chemicals limited to overall guaranteed cost of all towers taken together on yearly basis.

However, during last month of the contract period, spare inventory of regular chemicals as mentioned above shall
not fall below one month‟s requirement.

Further, the pre-cleaning, Passivation and contingency chemicals left over at the end of the contract shall be taken
back by the vendor and NFL shall recover the corresponding amount from the vendor.

Reference of payment in Clause No. 4.1(h) (Stabilization period) of Section C, Clause No. 3.3 of Section B
(Contingencies Chemicals), may be read as „that stated in Clause XVII, above payment term Clause of
Commercial Section. However for precleaning, Passivation & contingency chemicals, payment shall be adjusted
later on as per the event of actual consumption on the occurrence of these events. Payment for stabilization stated
at clause 4.1(h) is for adjustment based on actual consumption but limited to overall cost of all towers taken
together on yearly basis.

Payment Shall be made through Electronics Fund Transfer (EFT) / RTGS Process. Kindly submit your bank
particulars i.e. Name of the Party/Beneficiary, Partys Banker Name and Address, Branch Name, City,
Branch Code, IFSC Code of Bank, Bank Account No. (All digits in case of CBS Branches), E-Mail of
Beneficiary, Type of Account, MICR No. to enable us to release payment accordingly. All bank charges will be
to your account.

xviii) Transportation

Page 3 of 40
The responsibility of transportation of cooling water chemicals along with accessories from vendor's works to
NFL site shall be entirely of the vendor.

Supplier has to ensure that all statutory requirements are fulfilled which are needed for the transportation of
cooling water chemicals as per rules.

xix) Cost of Chemicals Consumed


Monthlyconsumption of the chemicals shall be indicated by the bidder based on the design water analysis
specified in clause-2.7.1 of Technical Section.

The annual cost of chemicals consumption on the above basis shall guaranteed by the bidder. Any excess cost due
to excess consumption of chemicals over the guaranteed one shall be borne by the supplier.

xx) Maintenance of their own equipment supplied to NFL on loan basis required for cooling water treatment shall be
done by the vendor and at the end of the contract; same shall be taken back by the vendor. The above will be at
the risk and cost of the vendor.

xxi) Eligibility Criterion:

Please refer to attached Annexure-VI of Technical Section. Bids of only those bidders will be considered, who
fulfill the eligibility criteria.

2. Evaluation of bids shall be done with suitable loading, in case of any deviation to NFL terms & conditions. NFL at its sole
discretion may reject offer in case of any deviation to NFL terms & conditions

3. Any deviation in Technical and Commercial terms of NIT should be highlighted separately in technical bid,
"Technical and Commercial un-priced Offer."

4. Tender must be submitted as per tender schedule only.

5. Request for extension of time for submission of tender shall not be entertained.

6. Only online offers submitted on our e-tender portal https://nfl.etenders.in; will be considered for evaluation.

7. Tenders shall be submitted electronically only.

8. EMD shall be submitted either online or in form of Bank Guarantee as per format attached in Annexure- III as detailed at
Sl. No 13 below:
- .

9. If the tenders are opened before due date because of tenderer/failing to comply with Para 7 & 8 above the
risk & responsibilities for losing tender confidentially shall rest with tenderer. NFL shall have no obligation as
consequences thereof.

10. Any clarifications on procedure, tender specifications both technical & commercial can be had from Dy. Gen
Manager (Materials) any time before tender closing date and time either personally or by email/post. Postal delays
shall not cause postponement of tender processing dates & tenderers in their own interest shall take all steps that are
necessary for them to participate in tender well in time.

11. All information sought by NFL during tender evaluation shall be provided within the time set out in the
communication on the subject. Failure of tenderer to comply with requirements of NFL within stipulated time shall
entitle NFL to proceed with the tenders on the basis of information available. No responsibility for postal delays shall rest
on NFL.

12. NFL shall reserve the right to postpone tender opening under intimation to the bidders without assigning any reason
thereof.

13. Earnest Money Deposit (EMD)

Page 4 of 40
a) Tenders must be accompanied by Earnest Money Deposit of Rs. 1,00,000.00. (One Lakh Only). EMD can be
submitted through e-transfer in NFL account through RTGS/NEFT OR Bank Guarantee from any of the
Nationalized Bank or scheduled Bank except Rural/ Cooperative Banks, Earnest Money in the proforma specified
by NFL for Bid EMD (as per ANNEXURE-III). Cheques will not be accepted.

NFL‟s Bank Details:


Bank Name: Bank of India
A/C No: 675130100009001
IFSC Code: BKID0006751
Branch Name: Panipat Branch, Haryana-132103

b) Earnest money deposit shall be forfeited at the sole discretion of NFL in case the tenderer, after intimation
from NFL of the acceptance of his tender, either wholly or in part fails to enter into a contract with NFL and/
or changes any of price and terms & conditions of the tender within the validity period of the tender.

c) EMD shall be refunded to the unsuccessful tenderers after placement of order on successful bidder.

d) No interest will be paid on the E.M.D. of either the successful tenderer (s) or successful tenderer (s).

14. Security Deposit-cum- Performance Guarantee


a) Successful bidder shall submit a Security deposit -cum-Performance guarantee equivalent to 10% of the order value
for faithful performance of the contract Terms & Conditions within 15 days from the date of issue of Order. The
order value shall be guaranteed overall annual cost as detailed in section c of Technical section of Tender
Documents

b) The Security Deposit cum Performance Guarantee should be initially valid for the period of one year period plus 3
months claim period and can be extended for another one year, in case extension is granted as per clause 1 xiv) of
commercial section with the same value. Security Deposit cum Performance Guarantee can be furnished by either
of following modes.

i) e-transfer in NFL account through RTGS/NEFT.


ii) Bank Guarantees in prescribed form (as per ANNEXURE- IV) from Nationalized Banks valid till completion of
the contract period with claim period of 3 months.

The Bank Guarantee to be submitted by you shall be sent to NFL directly by your banker under Regd. Post
A.D.

c) The Security-cum-Performance Guarantee shall be retained by NFL till successful completion of the contract.

d) In the event of termination of contract as per clause 3.8 of Section-B, NFL shall have the right to forfeit the
amount of Security-cum-Performance Guarantee as per clause 3.8 of Section-B, without assigning any reason
thereof and in case of failure of trial order (for six months) SD cum PBG shall be forfeited as per clause no. 4.6.4
of section C.
e) The Security Deposit -cum- Performance Guarantee shall not bear any interest.

Page 5 of 40
15. Tender shall be submitted in following manners
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.
In case the earnest money deposit is preferred to be deposited by way of BG, then the BG must reach us before the techno-
commercial opening (as per tender schedule) though vendor is required to enter the BG 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.
The system requirements to participate in the e-tendering are as under:
a. PC with Microsoft Windows XP Service Pack 3 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-II or 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:
For Digital certificate:-

Name Email /Address Contact No. Responsibility

Mr. Aziz Adweb Techno Trade Pvt. Ltd. 022 2879 0311 All type of support required in
Kariyania 309,Krishna Commercial 98203 98781 / 92234 issuance and problems faced
Center, 00489 related to Digital certificates.
6, Udyog Nagar, Off S. V. Road,
Goregaon (West),
Mumbai –400 062

For any queries, regarding e-tendering ,you may contact our service provider M/s Nextenders (India)
Pvt. Ltd. or NFL :

Technical service provider NFL:

M/s Nextenders (India) Pvt. Ltd. Sh M R SISODIYA


Pune Office: Sr.. Manager (Mlts),
Plot No.6, Swastishree society, National Fertilizers Limited
Above JeevanJyot Hospital, Gohana Road,Panipat - 132 106
Karve Nagar,Pune-411 052 Phone: : 8685820046
E mail: Support.nfl@nextenders.com Fax: : 0180-2652515
Ph - 020-30187400 Email: mrsisodia@nfl.co.in;

The offer shall be submitted, electronically only on portal URL https://nfl.etenders.in/. The tenders
will be submitted online on this portal and the same will be opened electronically by us from our Panipat office. Hard
copies shall not be accepted in any case.

Tender Schedule:
Sr. No Tender Stage Date & Time
1 Start Document Download From the date of press notice.
2 End document Download 06.03.2018, 10:00 AM
3 Due/ Submission Date 06.03.2018-, 10:00 AM
4 Techno commercial Bid Opening 06.03.2018, 10:01 AM onwards
5 Price Bid Opening To be intimated later to Technically Accepted Bidders

Page 6 of 40
Tenderer shall upload the following:

a) Entire information sought under clause 4.7 Section-C pertaining to "Contents of the Offer".
b) Scope & technical specifications of services and materials offered along with its quantities (without
prices) as stated in your price bid & detailed literature and drawing if any etc.
c) All relevant documents pertaining to eligibility criteria.
d) One set of tender document duly signed on each page as token of acceptance of NFL's terms and conditions.
e) Letter stating acceptance of terms and conditions of tender documents. No deviations from the stipulated
terms & conditions is acceptable and bids with any such deviation shall be rejected without any
correspondence, at sole discretion of NFL.
f) Earnest Money deposit of Rs.1.00 lakh (Rupees One Lakh only) by way of e-transfer. or Bank Guarantee
(Scaned copy).
g) Tender validity
h) Tender shall be submitted electronically only.

i) Tender fees of Rs. 1000.00 shall be submitted in advance only through e-transfer in NFL account through
RTGS/NEFT though vendor is required to enter the UTR No. & Date online. Without tender fees, bids will
not be entertained of those vendors.

Price bid

Item wise price of chemicals must be quoted on line only. Price bid submitted in hard copy shall not be considered
for opening.

16. Destination for Dispatch of Chemicals


Road Door delivery at PANIPAT Unit
17. Consignee Chief Manager (Materials)
18. Our Banker BANK OF INDIA, NFL EXTN COUNTER, PANIPAT.
19. Transit Insurance will be arranged by Vendor.

20. Packing and Forwarding Charges


These shall be included in the price which is on FOR destination basis.

21. Price
The tenderer shall state item wise and total prices as under
i) Ex-works price (Basic price) Exclusive of all taxes and duties/ freight/ insurance etc.
ii) Packing & Forwarding charges, GST etc.
iii) FOR station of dispatch.
iv) Estimated freight by Road
v) FOR destination price.
The supply shall be made on FOR destination basis.

22. Taxes and Duties


Shall be payable extra on actual. Documentary evidence wherever applicable shall be furnished. The rates as prevailing on
the date of submitting tender shall be specified.

23. All cooling towers in the Unit shall be clubbed in a single package for the purpose of bid evaluation and subsequently
placement of order.

24. Clear understanding


When a tenderer submits his tender in response to this tender document, he will be deemed to have understood fully about
requirements, terms & conditions. No claim from tenderer shall be entertained whatsoever on the plea that the tenderer did
not have a clear idea on any particular point and / or a clause of the tender.

25. Award of contract

Page 7 of 40
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 tenderers.

26. Subletting of contract


The successful tender 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 successful tender's subletting or assigning the contract or any part thereof without such
permission, NFL shall be entitled to cancel the contract and to purchase the goods elsewhere and successful tenderer 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 subletting is permitted by NFL, NFL shall not recognize any contractual obligation
with the person or party to whom subletting is permitted and shall hold the successful tenderer responsible for
satisfactory and due & proper fulfillment of the contract.

27. Force-Majeure
Neither party will be liable for any claim on account of any loss, damage or compensation, whatsoever, arising out of any
failure to carry out the terms of this contract, where such failure is caused due to war, rebellion, mutiny, civil commotion,
fire, riots, earthquake, drought, flood crop failure, or Act of God or due to any restraint or regulation of the State or Central
Government or a local authority/authorities, provided a notice of such occurrence is given to the other party in writing
within 10 days from the date of occurrence of the force majeure condition, furnishing therewith a documentary evidence
supporting the invoking of the force majeure clause. On cessation of the force majeure, the party invoking force majeure
will inform the other party of the period for which the force majeure condition continued and will also give documentary
evidence there of this effect
28. Arbitration

The contract shall be governed by and construed in accordance with the laws of India.
1. 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
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 to
be referred to Designated Unit Head / E.D. / Functional Director / Chairman & Managing Director, National Fertilizers
Limited for appointment of Arbitrator. The Arbitration proceeding shall be governed by the Arbitration & Conciliation
Act. 1996, The Arbitration & Conciliation (Amendment Act 2015) or any further statutory modification or re-enactment
thereof and the rules made there under. 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 of SBI MCLR / Base rate applicable to NFL on the date of award of contract.
Arbitration for Foreign Vendors/Parties:
Arbitration provision in accordance with the rules of International Chamber of Commerce (ICC) Will be applicable which
may be as under:- “All disputes arising out of or in connection with the present contract shall be finally settled under the
Rules of Arbitration of the International Chamber of Commerce, India by one or more arbitration appointed in accordance
with the said Rules”.
Arbitration for PSEs and Government Department:-
In case of Contract with other PSEs / Government Department as described in circular NFL /LAW/64 dated 17.03.2016
the arbitration shall be through PMA, DPE. For ready reference, The Arbitration Clause in that case shall be as follows:-
“In the event of any disputes or difference relating to the interpretation and application of the provision of the contracts,
Such disputes or difference shall be referred by either party for Arbitration to the sole Arbitration in the Department of
Public Enterprises to be nominated by the Secretary to the Government of India in-charge of the Department of Public
Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The award
of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved by such award
may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs,
Ministry of Law & Justice, Government of India. Upon such reference the dispute shall be decided by the Law Secretary
or the Special Secretary/ Additional Secretary, When so authorized by the Law Secretary, whose decision shall bind the
Parties finally and conclusively. The Parties to the disputes will share the cost arbitration as intimated by the Arbitrator

29. JURISDICTION

Page 8 of 40
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

30. PENALTY FOR LATE DELIVERY

Time shall be deemed to be essence of the contract. Supplier should maintain minimum level of stock as per clause 1 (xv),
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 half percent per week or part thereof the value of
stores not delivered subject to a maximum of 5% of 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 to the rights of NFL under (i) and (ii) above.

31. SECRECY
Any information delivered or otherwise communicated by NFL to supplier in connection with the contract shall be
regarded as and confidential and shall not without the written consent of NFL be published or disclosed to any third
party or made use or by the supplier except for the purpose of implementing the contract.

32 A) The tenderer shall indemnify NFL with all Statutory requirements and laws in performing the contract.
The responsibility for action / safety of his employees during the contract period shall be solely his.

B) Compliance of Labour Laws:-

i) The Contractor shall be solely responsible for compliance of various Labour Laws as applicable in the
State of Haryana, as amended from time to time, mentioned below in respect of employees deployed by him
at NFL site:-

1. The Minimum Wages Act, 1948


2. The Employee‟s Provident Fund & Miscellaneous Provisions Act, 1952
3. The Employees State Insurance Act, 1948/Workmen‟s Compensation Act,1923
4. The Factories Act, 1948
5. The Punjab Labour Welfare Fund Act, 1965
6. The Payment of Wages Act, 1936
7. Any other Act formed by the State/Central Govt. from time to time and relevant to the above Contract.

ii) In support of proof of having complied with provisions of the aforesaid Acts, the Contractor will
be required to submit:-

Page 9 of 40
Copy of Wage Sheet/PF & ESI challans on monthly basis,
Copy of ESI Return on Half yearly basis,
Copy of P.F. Return in Form 6-A on yearly basis and proof of having deposited contribution under
Labour Welfare Fund in respect of employees deputed/deployed for execution of the contract.
The Contractor will be required to obtain Insurance cover under Workmen‟s Compensation Act, where
its employees are not covered under ESI Act and he will submit a copy of the same before start of work
for entire period of Contract.

iii) Medical examination:


As per provisions of Factories Act, 1948 the contract labour working are required to be medically examined in
following manner;
I. One before employment to ascertain physical suitability of the person to do the particular job.
II. Once in a period of six months, to ascertain the health status of the workers.
III. The details of medical examination shall be recorded in prescribed Form and no person shall be engaged to
work without certificate of fitness granted by authorized Medical Officer.

iv) Employees Provident Fund & Miscellaneous Provisions Act, 1952.: The contract labour employed by Contractor in
connection with the work of NFL is eligible for membership of Employees Provident Fund / Employees Pension Scheme
from the date of joining. The Contractors‟ workers shall subscribe to the Fund a sum equivalent to 12% of the wages
including DA rounding to the nearest quarter of a rupee. The Contractors shall also contribute a sum equal to the total of
each such compulsory subscription, every month plus allied charges like DLIS and administrative charges etc. Contractor
will deposit PF accumulations in respect of the contract labour employed by the Contractor in his own PF Account
Number. For this purpose the Contractor must have their own PF Account Numbers.

33. a) It shall be certified by the tenderer that none of the NFL employee is related to owners/directors. (In case any
relative is working in NFL, furnish details separately).
b) It shall be certified by the tenderer that none of NFL‟s ex-employee is employed with them. (In case any ex-
employee of NFL is employed, furnish details separately).
c) It shall be certified by the tenderer that none of blood relation of the owners/directors is participating in this tender
in the name of other firm.

34. Laws Governing Purchase Order

The purchase order shall be governed by the Laws or Union of India for the time being in force.

35. Contractor must confirm whether any ex-employee (s) of NFL, is/are employed with you, if so the name, designation,
department and employee number of such employee(s) be indicated.

36. 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 towards compliance of the provision of the MSMED Act-2006 for identification
of MSE 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. Status of MSEs owned by SC/ST
Entrepreneurs, if applicable, may also be furnished in quotation alongwith documentary evidence. 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.
However, NFL reserve the right to cancel the order (if any) and blacklist / debar a firm for a period of three years, in case,
it is determined that the firm benefitted wrongly from the Public Procurement Policy..

37. Tenderers have to declare in their techno-commercial bid that:


a No other Firm/Sister concern/Associate belonging to the same group of Vendor is participating/ submitting this
tender.

38. In case a supplier/ contractor is found guilty of bribery, corruption, dishonesty, malpractice, submission of forged
documents, mis-representation, spurious supplies, fails to return the material issued for reprocessing/ manufacturing, such
supplier / contractor will be blacklisted alongwith other penal actions.

39 Anti-Fraud Policy: All bidders/service providers/ vendors/ consultants etc. shall be required to certify that they would
adhere to Anti-Fraud Policy of NFL and not indulge or allow anybody else working in the Company to indulge in
fraudulent activities and would immediately apprise the Company of the fraud/suspected fraud as soon as it comes to their

Page 10 of 40
notice. In case of failure to do so, the Company may debar them for future transactions. The Policy has been uploaded on
the Company‟s website (www.nationalfertilizers.com under investor desk column) for public information.
(Direct link: http://nationalfertilizers.com/images/pdf/investorsdesk/Anti%20Fraud%20Policy.pdf )

40 If a tenderer resorts to any frivolous, malicious or baseless complaints/ allegations with an intent to hamper or delay the
tendering process or resorts to canvassing/rigging/ influencing the tendering process, NFL reserves the right to debar such
tenderer from participation in the present / future tenders up to a period of 2 years.

41 The Bidder(s) / Contractor(s) is required to enter into an “Integrity Pact” with the Principal i.e. NFL. The Integrity Pact (
has to be signed by the Proprietor / Owner/Partner/ Director or by their duly Authorised Signatory. In case of failure to
return the Integrity Pact along with the offer/ bid, duly signed by the authority as mentioned above, will disqualify the
offer/ bid.

42 Bidders has to furnish following details alongwith their unpriced Techno-Commercial offer:
i) Location of Plants
ii) Facilities available, type of machinery installed and capacity
iii) List of items and range of manufacture with specifications
iv) List of customers and past orders executed.
v) Inspection and testing facility for quality control.
vi) Name of your Bankers.
vii) If a Partnership Firm, copy of Partnership Deed.
viii) If a trading firm, types of goods handled by bidder.
ix) Sales Tax No./GST No.
x) Tax Identificatiob No. (TIN)
xi) Self certification that they have not been blacklisted by any government department/public sector undertaking/co-
operative Unit.

For Dy. Gen Manager (Matls.)

Page 11 of 40
TENDER NO. : NFP/PUR/SE/170019/FEB- 2018 dated 13.02.2018 Annexure-A

FORMAT FOR PRICE BID - (COOLING TOWERS)

(FOR CALCULATING LANDED PRICE SEE NOTES BELOW)

1. Regular Treatment Chemicals


Description Basic Ammonia Urea Cooling CPP Cooling Total quantity (Kg) Landed Total Value
of material Rate ` Cooling Tower Tower (B1 +C1 +D1) = price in (`)
Per Tower (E1) `/Kg. (E1 x F1) =(G1)
Kg. Quantity per Quantity per Quantity per (F1)
year( Kg.) year( Kg.) year( Kg.) based
(A1)
based on 365 based on 365 on 365 days
days days (D1)
(B1) (C1)

2. Online Change Over (at the start of treatment prior to commencement of stabilization period)

Description Basic Ammonia Urea Cooling CPP Cooling Total quantity Landed price Total
of material Rate ` Cooling Tower Tower Tower (Kg) (B2 +C2 in `/Kg. Value (`)
Per Quantity ( Kg.) Quantity( Kg.) Quantity( Kg.) +D2) =(E2) (F2) (E2 x
(B2) (C2) (D2)
Kg. F2)=(G2)
(A2)

3. Initial Fill (if required refilling) after Shutdown


Description Basic Ammonia Urea Cooling CPP Cooling Total quantity Landed Total Value
of material Rate ` Cooling Tower Tower Tower (Kg) (B3 +C3 price in (`)
Per +D3) =(E3) `/Kg. (E3 x F3)
Kg. (F3) =(G3)
(A3) Quantity for one Quantity for one Quantity for one
charge (Kg) charge (Kg) charge(Kg)
(B3) (C3) (D3)

4. Pre-cleaning/Biocleaning after Shutdown

Page 12 of 40
Description Basic Ammonia Urea Cooling CPP Cooling Total Landed Total Value (`)
of material Rate ` Cooling Tower Tower Tower quantity price in (E4 x F4) =(G4)
Per (Kg) (B4 `/Kg.
Kg. +C4 +D4) (F4)
(A4) =(E4)
Quantity for one Quantity for one Quantity for one
charge(Kg) charge (Kg) charge(Kg)
(B4) (C4) (D4)

5. Passivation after Shutdown

Description Basic Ammonia Urea Cooling CPP Cooling Total Landed Total Value (`)
of material Rate ` Cooling Tower Tower Tower quantity price in (E5 x F5) =(G5)
Per (Kg) (B5 `/Kg.
Kg. +C5 +D5) (F5)
(A5) =(E5)
Quantity for one Quantity for one Quantity for one
charge(Kg) charge (Kg) charge(Kg)
(B5) (C5) (D5)

6. Contingency Chemicals for Oil


Description Basic Ammonia Urea Cooling CPP Cooling Total Landed price in Total
of material Rate ` Cooling Tower Tower Tower quantity `/Kg. Value (`)
Per Kg. Quantity (Kg) for Quantity (Kg) for Quantity (Kg) for (Kg) (B6 (F6) (E6 x F6)
one charge one charge one charge +C6 +D6)
(A6) =(G6)
(B6) (C6) (D6) =(E6)

7. Contingency Chemicals for Ammonia


Description Basic Rate ` Per Ammonia Urea Cooling Tower Total quantity Landed Total Value
of material Kg. Cooling Tower (Kg) (B7 price in (`)
(A7) Quantity (Kg) Quantity Quantity (Kg) +D7)=(E7) `/Kg. (F7 x E7)
for one charge (Kg) for one for Three
(F7) =(G7)
per one year charge per charge per one
(B7) one year year

(C7) (C7) x 3 = D7

8. Free issue chemicals to be supplied by NFL.


Description of material Current prices per Ammonia Cooling Urea Cooling CPP Cooling Total quantity
KG (In Rs) Tower Tower Tower (Kg) (A9 +B9
+C9) =(D9)
Quantity for one Quantity for one Quantity for one
year (Kg.) based on year (Kg.) based on year (Kg.) based on
365 days 365 days 365 days (C9)
(A9) (B9)
a) Chlorine 11.65
a) Sulphuric Acid 6.3

Page 13 of 40
9. Alternative Chemicals (As Per Para 3.4 of Section B of Technical Section)
Landed price in
CHEMICAL BASIC PRICE `/Kg.
`/Kg.

10. Soda Ash (w.r.t Para 3.2.1 Of Section B of Technical Section)


Basic Rate ` Per Kg. Landed price in `/Kg.
CHEMICAL (A10) (B10)

Soda Ash

NOTE :

1. No other cost shall be admissible other than stated above.

2. Transit Insurance shall be arranged by the supplier at their cost.

3. P&F charges must be included in basic price.

4. Vendor should intimate following considered for arriving „LANDED PRICE‟

A) GST rate (if any) payable extra ………………………… = ______ %

B) Freight inclusive of GST upto NFL Stores Panipat payable extra (if any) in ` per Kg against vendor bill for
supply = ______ ` per Kg.
C) Transit Insurance : To be arranged by supplier.

5. The „LANDED PRICE‟ for above price bid format must be calculated as per following on NFL Stores basis:
LANDED PRICE (`/KG) = (BASIC RATE (`/KG) X TOTAL QUANTITY) + GST + FREIGHT INCLUSIVE
OF GST UPTO NFL STORES PANIPAT + TRANSIT INSURANCE.

6. Any chemical not attracting „GST must be clearly confirmed in the quotation & accordingly landed price for said
chemical must be calculated without (GST) in the price bid format.

6. TDS will be deducted as per prevailing Govt. rules, if applicable.

7. Basic rates must be exclusive from freight charges. These charges if any can be mentioned separately (Per unit).

8. Freight charges must be quoted separately and should not be included in the basic price.

9. The quoted rates shall be firm and valid for the period of two years.
10. Prices for chlorine and sulphuric acid has been taken from our present contract. Evaluation shall be done based on
these prices. However in case of any excess consumption of sulphuric acid or chlorine shall be charged as per clause
no. 4.3 (b).

11. (a) The prices quoted shall be exclusive of all taxes and duties as may be applicable presently or imposed by Govt of
India from time to time.
(b) The bidder shall indicate the rates of GST applicable in price bid, for the quoted items indicating clearly the HSN
code of item/SAC code in case of services. Kindly mention applicable category of GST ( i.e. whether IGST ,
CGST, SGST, UGST.

Page 14 of 40
(c ) For dispatches effected from 01.07.2017 (date of implementation of GST) the bidder/supplier shall provide a
proper invoice in the form and manner prescribed under relevant sections of GST.
(d) Bidder/Supplier shall have a valid GSTIN/GST, provisional ID and provide invoice and all other documentation (
such as E Way Bill, transportation copy of invoice , etc.) in such form and manner as may be prescribed under
GST Act and Rules which are inter-alia necessary to enable NFL to claim input tax credit set off, rebate or refund
in releation to payment of GST

DATED :
SIGNATURE

Page 15 of 40
TECHNICAL SECTION
OF
TENDER DOCUMENTS
FOR
COOLING WATER TREATMENT PACKAGE
AT
NATIONAL FERTILIZERS LIMITED
PANIPAT

Page 16 of 40
INDEX
(Technical Section)

Sr. No. Description

1.0 INTRODUCTION
SECTION – A
2.0 DETAILS OF EXISTING COOLING WATER SYSTEM
2.1 Cooling Towers
2.2 Filtration System
2.3 Blow down
2.4 Chlorination and Acid dozing system
2.5 CW Heat Exchangers and Operating Temperature
2.6 Make up water characteristics
2.7 Present cooling water treatment programme

ANNEXURES
I Make up water analysis for last one year
II Heat Exchangers – data

SECTION – B

3.0 TECHNICAL REQUIREMENTS OF PROPOSED COOLING WATER


TREATMENT PROGRAMME
3.1 General requirements of cooling water treatment package
3.2 Cooling Water Treatment Scheme
3.3 Contingency treatment
3.4 Alternative chemicals for water treatment
3.5 Mobilization and stabilization
3.6 Monitoring
3.7 Essentials / Performance Guarantees
3.8 Penalties and termination

SECTION - C
4.0 INSTRUCTIONS TO BIDDERS
4.1 Technical quote
4.2 Bid evaluation
4.3 Guaranteed overall annual cost
4.4 Vendor‟s Scope
4.5 Owner‟s Scope
4.6 Trial order
4.7 Contents of offer
4.8 Splitting of the Contract
4.9 Availability of chemicals without interruption

Page 17 of 40
SECTION – A

Technical Specifications of Existing Cooling Water System and Treatment Programme

1.0 Details of the Cooling Water System

2.1 Cooling Towers :-

AMMONIA CT UREA CT CPP CT


MAKE Paharpur Cooling Towers Paharpur Cooling Towers Paharpur Cooling Towers
TYPE induced draught cross flow induced draught cross flow induced draught cross flow
FRAMEWORK Himalaya Pine / fir Himalaya Pine / fir Himalaya Pine / fir
FILLING Treated Pine / fir Treated Pine / fir Treated Pine / fir
BASIN Concrete Concrete Concrete
NO. OF CELLS 10 (8+2) 3 6
TEMP. IN / OUT ºC , 44/36 44/36
42/35
∆T
COOLING WATER 15000 – 17500 9000 - 10000 6400 - 7500
CIRCULATION
(NORMAL) M³/Hr
DRIFT LOSS 0.1% 0.1% 0.2%
(ESTIMATED)
BLOW DOWN,M³/Hr 45 30 15
(Approximate)

NOTE :The above information is indicative only and may vary according to climate or weather conditions.

2.2 Filtration :-

AMMONIA UREA CPP


TYPE OF FILTER PRESSURE SAND PRESSURE SAND PRESSURE SAND
FILTERS FILTERS FILTERS
EXTENT OF FILTRATION 400 200 360
( M³/Hr.)

2.3 System Volume:-

Approximate System volume comprising of cooling tower basin & sump up to operating level, piping, pumps &
exchangers is:

AMMONIA CT UREA CT CPP CT


8600 M3 3500 M3 4000 M3

2.4 Blow Down:-

Blow down in CPP/AMMONIA/UREA Cooling Tower is to be done so as to maintain COC in the range of 6 to 8,
including intermittent blow down from cooling tower cells and sand filters. Blow down for Ammonia, Urea and
CPP Cooling Towers combined are within 90 M3/Hr, including intermittent blow down from cooling tower cells
and sand filters.

2.5 Chlorination and Acid dozing System:-

Following dosing systems are available for all the cooling water system:

(a) Sulphuric acid dosing is done by gravity for maintaining pH of the circulation water system.

(b) Chlorine dozing is done in COOLINGTOWERS by using chlorinator / Chlorine Absorption System

Page 18 of 40
2.6 Cooling Water Heat Exchangers and Operating Temperatures:-

2.6.1 CPP
There are 2 Nos. heat condensers in CPP plant. The tubes are of SS and cooling water flows therein. The process
temperature is about 45 – 46º C and the cooling water outlet temperature is 38º - 40º C.

2.6.2 Ammonia Plant:-


The material of construction of Heat Exchangersis generallystainless steel type 304. The Synth. Gas Compressor
inter coolers (3 nos.), Synth. Gas water cooler AEA-603, are having cooling water on shell side. It may be noted
that maximum temperature on process side is about 175 Deg.C and cooling water outlet is 44 Deg.C

2.6.3 Urea Plant:-


The material of construction of heat exchangers is generally stainless steel. In CO 2 Booster compressor
intercoolers, the cooling water is on shell side in 1st stage cooler & in other two it is on the tube side. It may be
noted that the maximum temperature on process side of the coolers is as high as 191 Deg.C and Cooling water
outlet is 45 Deg.C.

2.7 Make-up Water Characteristics:-

2.7.1 The makeup water to all the Cooling Towers is filtered water coming from Raw Water Pretreatment Plant
after clari-flocculation and filtration through gravity sand filters.

The makeup filtered water analysis is generally in following range

Range

Total Hardness as CaCO3 ppm 80 - 122


Calcium Hardness as CaCO3 ppm 60 - 85
Magnesium Hardness as CaCO3ppm 19 - 40
Silica as SiO2 (ppm) 07 - 10
Chloride as CaCO3(ppm) 09 - 20
M-alkalinity as CaCO3(ppm) 50 - 90
Sulphates as CaCO3(ppm) 34 - 40
TDS 140 - 200
pH 6.8 - 7.6
VPC/ml 0 - 80
SRB per 100 ml 5 to 20 (SRB increases occasionally)

Analysis for the last one year is furnished at Annexure-I.

2.7.2 Reuse of treated water: Not done

2.8 Present Cooling Water Treatment Programme:-

2.8.1 The present cooling water treatment programme uses the following chemicals :

 Corrosion inhibitor Zinc &Phosphate


 Anti-scalant Dispersant
 Bio dispersant
 Biocide (Non oxidizing)
 Oxidizing Biocide
 Mud / Silt Dispersant
Sulphuric Acid is dosed to maintain pH of re-circulating water. Chlorination is done continuously to maintain free
chlorine level of 0.2 - 0.3 ppm in return water.

Page 19 of 40
(ANNEXURE-I)

Filter Water (Make -up) Analysis from Aug. 2016 to July 2017
S.no. Parameters Unit Aug-16 Sep-16 Oct-16 Nov-16 Dec-16 Jan-17 Feb-17 Mar-17 Apr-17 May-17 Jun-17 Jul-17
1 pH 7.2 7.3 7.2 7.6 7.6 8.0 8.0 7.7 7.5 7.6 7.2 7.0
2 Conductivity:  mhos/cm 188 222 246 242 240 265 260 256 172 205 198 180
3 Turbidity: NTU 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0
4 Total Dissolved Solids: mg/L 128 152 164 162 161 165 172 170 132 145 139 126
5 P-Alk. as CaCO3 : mg/L Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil
6 M-Alk. as CaCO3 : mg/L 61 70 81 84 76 80 81 64 56 52 54 45
7 Total Hardness as CaCO3: mg/L 82 96 110 116 111 118 118 104 79 86 86 70
8 Calcium Hardness as CaCO3: mg/L 57 63 80 78 79 83 81 73 51 60 61 55
9 Magnesium Hardness as CaCO3 mg/L 25 33 30 38 32 35 37 31 28 26 25 17
10 Chloride as Cl: mg/L 10.1 12.2 10.1 11.3 11.2 12.2 13.2 14.2 11.2 13.8 12.9 9.8
11 Sulphate as SO4: mg/L 18.2 21.8 24.6 27.5 29.9 31.2 33.8 30.3 21.5 26.4 24.1 17.9
12 Sodium as Na: mg/L 5.6 5.8 5.2 5.7 5.3 6.2 6.1 6.0 5.3 5.3 5.3 3.6
13 Potassium as K: mg/L 2.4 2.7 2.6 2.9 2.8 3.1 2.8 2.7 2.2 2.4 2.4 1.9
14 Fluoride as F: mg/L 0.1 0.1 0.2 0.2 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1
15 Iron as Fe: mg/L 0.08 0.06 0.08 0.06 0.06 0.03 0.05 0.06 0.05 0.06 0.06 0.05
16 Nitrate as NO3: mg/L 1.9 2.1 2.5 2.3 2.3 1.78 1.8 1.7 1.5 1.6 1.9 1.7
17 Ammonia as NH3 mg/L NT NT NT NT NT NT NT NT NT NT NT NT
18 Dissolved Oxygen: mg/L 6.7 6.3 6.2 6.2 6.2 6.6 7.0 7.2 7.0 7.2 7.0 7.2
19 BOD for 3 days at 270C: mg/L 0.25 0.26 0.28 0.26 0.24 0.25 0.30 0.40 0.30 0.20 0.30 0.50
20 C.O.D. mg/L 3.7 3.1 3.6 3.4 3.7 2.8 3.5 3.8 3.6 3.4 3.8 3.6
21 Soluble Silica as SiO2: mg/L 5.1 5.0 4.6 4.6 4.3 4.0 4.4 4.2 4.1 4.3 4.5 4.2
KMnO4 Value: 3 Minutes mg/L 0.12 0.11 0.16 0.13 0.14 0.15 0.10 0.10 0.11 0.12 0.16 0.18
22 4 Hours mg/L 0.18 0.14 0.17 0.19 0.16 0.19 0.20 0.21 0.19 0.17 0.21 0.25
23 E.M.A. as Ca CO3 mg/L 35 42 43 40 49 54 54 55 39 41.9 45 34
24 Free Chlorine mg/L 0.8 0.6 1.2 1.0 1.0 0.8 0.8 0.6 0.5 0.4 1.0 0.8

Page 20 of 40
ANNEXURE - II
NFL – PANIPAT
CRITICAL HEAT EXCHANGERS DATA SHEET

Sr. Exchanger Name / Cooling CW Temp. Process fluid Heat flux Material of
No. Code Water on ºC Temp. ºC Kcal/m2hr construction
Shell /
tube In Out In Out Tube Shell

1 TG-1 & 2 SURFACE Tube 36 42 45 – 64 45 – 64 12800 SS CS


CONDENSOR
2 Nos.

2 Synthesis water cooler Shell 33 44 71 40 10485.90 SS-304 CS


A-EA 603
3 1st stage inter cooler Shell 33 44 148 41 23734 SS-304 CS
for synthesis
compressor
A-GB 601 E1
4 2nd stage inter cooler Shell 33 44 137 41 26049 SS-304 CS
for synthesis
compressor
A-GB 601 E2
5 After cooler for Shell 33 44 114 43 19440 SS-304 CS
synthesis compressor
A-GB 601 E3
6 Lean Solution Tube 35 45 79 50 7.85 GCal SS CS
CoolerE-303 316L

7 Final CoolerE-312 Tube 35 43 90 41 2.25 GCal SS CS


316L

8 K-431 After Cooler E- Tube 35 41.7 110 41 3.13 GCal SA 213 SA-516
431 TP316L Gr 70

9 1st stage inter cooler Shell 35 40 131 40 3154.66 SS-304 SS


of CO2 booster
compressor
UGB101E1
10 2nd stage inter cooler Tube 35 40 191 41 5949.25 SS-304 SS
of CO2 booster
compressor
UGB101E2
11 3rd stage inter cooler Tube 35 40 157 40 8256.66 SS-304 SS
of CO2 booster
compressor
UGB101E3

Page 21 of 40
SECTION – B

3.0 Technical Requirements for Proposed Cooling Water Treatment Programme

3.1 General Requirements for Cooling Water Treatment package:


a) NFL requires vendors to provide Non-Chromate, ortho-phosphate- Zinc, based cooling
water treatment package for Ammonia, Urea and CPP Cooling Tower. The cooling water
treatment shall comprise of Zinc as the cathodic inhibitor and stabilized ortho-phosphate
as the anodic inhibitor combined as a single formulation, in addition to above, vendor can
offer molybdate as a separate formulation, as per bidders assessment. Individual
chemicals as cathodic and anodic inhibitors in basic chemical form are not acceptable. The
products offered should be field tested and proven.
b) A dedicated scale inhibitor cum dispersant shall also be included in the programme for
dispersion of iron, general scale and sludge and to take care of chances of scaling due to
operation at high pH. Treatment should ensure no scaling in the heat exchangers. There
should not be reduction in heat transfer capacity of heat exchangers, due to fouling or
formation of deposits.
c) Effective control of biological growth shall be provided by using suitable biocide, bio-
dispersant together with chlorine dioxide or Na Br.. Vendor should quote for 3 or more
non-oxidizing biocides. Doses should correspond to MIC of the particular biocide.
d) It is desirable to have continuous dozing of chemicals preferably by metering pumps for
good control. For solid dosing, vendor should mention the method of dosing.
e) Blow down should be suitable for discharge into the inland surface water drains which
should be within the IS: 2490 (1981) and MINAS specifications. Chemicals and treatment
programme should meet this requirement without exception. The total quantity of blow
down from all cooling towers needs to be maintained below the present level as given at
2.4 with the indicative make up water analysis specified at 2.7.1. The SRB limits in make-
up water shall be 5 Nos. per 100 ml (normal) and 20 Nos. per 100 ml ( max. ).Vendors
should mention the water blow-down after each non-oxidizing biocide dosage at percent
(%) of system volume and quantity. Excess blow down or make up if resorted to without
valid reasons, NFL reserves the right to recover the cost of excess water consumed along
with cost of chemicals from the party.
f) Treatment programme should be capable of sustained operation under the prevailing
conditions and should be able to tolerate, ingress of ammonia, Urea dust and oil, etc. In
case of occasional ingress of Coal dust fly ash, etc., in the cooling towers may also take
place. Details of contingency limits are indicated at 3.3 below.
g) Changeover of cooling water treatment shall be on line at all sites i.e. without plant
interruption. On line changeover chemicals if required shall be indicated separately but
form a part of the contract
h) Chemicals shall be supplied in new HDPE containers. The containers must be properly
sealed and also shall be labeled properly with name, brand name, batch no, expiry date etc.
Each batch of chemicals should have test certificate that all the chemicals are bio-
degradable (preferably within 24 hrs) and environment friendly and do not fall under
banned category
i) Total quantity of chemicals, to be supplied by the Vendor, should be adequate for 365
days operation of the plant in a year.
j) The offer should be realistic. Under-quoting or offering lower doses of chemicals than
required, wherever minimum dosage is specified will call for rejection. During the tenure
of the treatment if corrosion rates are within permissible limits, vendor shall optimize
the use of chemicals in consultation with Unit without compromising on the water
quality and guaranteed parameters.

Page 22 of 40
k) Vendors are advised to visit plant site and submit proposal only after extensive plant
survey, ascertaining quality of makeup, circulating water, blow down, equipment
metallurgy etc. Vendor shall assess the requirement of usage of each chemical and will
quote appropriate dosages to meet the guarantees. Vendor is free to quote chemicals over
and above the ones specified in this document to meet the guarantees. No complaints of
the vendor will be entertained after issue of work order.
l) Vendor shall provide analytical method of analysis along with active content& their value
in bulk chemicals, details of instruments on returnable basis/reagents required for analysis
of various Chemicals active content. Instruments (on returnable basis)/reagents
required for analysis of molybdate as active ingredient in formulation and in
circulating water shall be provided by the vendor free of cost. If these methods are not
submitted by the vendors, price bid will not be opened. NFL has the right to check the
analysis of the lot of the bulk chemicals received on random basis. In case active
ingredient is lower with respect to minimum of the value specified by party, deduction
from the delivered cost on prorata basis, shall be done for said total chemical supplied
in that lot. In addition to above, cost of testing if done from lab other than NFL’s own
laboratory, shall be borne by vendor for such case. However in case the test results are
within specified limits, cost of testing shall be borne by NFL. No credit shall be given to
vendor for supplying chemical having higher than quoted active ingredient. Vendor
shall specify names of at least three such labs, where analysis of active ingredient of its
chemicals can be obtained by NFL.

Corrosion Inhibitor % of Total phosphate as PO4


% of Zinc as Zn
Corrosion Inhibitor (Molybdate) % of total molybdate as MoO4
Dispersant % of Organo-phosphonate
Sequestration value mg/ml (minimum)
Bio dispersant % Active ingredient & physical property
NaClO2 % active content
Non- Oxidizing Biocide as described in clause 3.2.3 (iv)

m) Vendor shall carry out daily water analysis to monitor the necessary treatment package.
NFL has the right to check the analysis. Lab facilities shall be provided to the vendor for
the above analysis. However, for analysis of chlorine dioxide and Zinc, spectrophotometer
shall be provided by the vendor. All reagents for testing/analysis in the scope of vendor.
n) Corrosion coupon will be assessed jointly by NFL and vendor.
o) Microbiological analysis will be carried out by NFL in the presence of Vendors‟
representative.
3.2 CW Treatment Scheme:
3.2.1 pH Control:
Treatment program should be designed in such a way that the pH of circulating water in return
header is kept within 6.8-8.0. pH in circulating water shall not be allowed to go below 6.5 at
any time. Vendor shall maintain the same with his treatment. During exigencies when pH goes
higher than specified values, pH can be maintained by dosing concentrated sulphuric acid.
When pH goes below the specified value vendor shall be permitted to control pH by dosing
Soda Ash, if so required. pH reduction can take place under following conditions
i) Microbiological activities
ii) Ingress of acidic gases / leakage in heat exchangers

Page 23 of 40
a) pH reduction due to microbiological activity should be avoided. In case of such
occurrence, reasons for such an occurrence shall be established to the satisfaction of NFL
and corrective action must be taken immediately for which vendor shall use biocide.
If pH reduction is due to other reasons the contractor may be allowed by NFL to use Soda
Ash. Bidder shall intimate the quantities of Soda Ash to be consumed for each cooling
tower separately in techno-commercial bid. Price of soda ash shall be indicated in the price
bid. The maximum quantity of soda ash permitted per year for all towers taken
together will be limited to 24 tons/year.
b) In case of pH reduction is due to ingress of acidic gases /exchanger leakage, soda ash
dosing shall be permitted for pH correction which will be in NFL‟s account. Such dosing
shall be decided by mutual consent in writing prior to start of dosing Soda ash required for
dosing under all conditions shall be arranged by bidder. Soda ash supplied shall be of 95-
99 % content of Na2CO3 (by wt.)
3.2.2 Corrosion Inhibitor and Anti-scaling Dispersant:
The treatment programme should be capable of maintaining corrosion rate less than 3 mpy on
MS unpassivated sand blasted corrosion coupons manufactured as per ASTM, to be
supplied by NFL and shall be installed in return header every month in each cooling tower.
Corrosion racks and necessary fittings to be provided by vendor.

One additional rack shall be available as common spare (standby) for all towers. The
corrosion coupons shall be sealed by NFL and party‟s representative will be associated with
such sealing. All keys shall be kept with plant authorities.

Party should give percent (%) composition of total phosphate & Zinc in their corrosion
inhibitor. Normal of 6 to 9 ppm of total inorganic phosphate and 1 ppm of zinc is preferred to
be maintained by regular chemical dosing at all times in circulating water. Bid evaluation
shall be done based upon the quoted quantity and active content in the formulation by the
vendors
At the time of plant survey, as at 3.1(k), bidder will assess the requirement of usage of
molybdate in CT-I, CT-II and CT-CPP. Quantities of molybdate quoted by bidder for any or
all three towers shall be considered for evaluation.
The scale inhibitor cum dispersant shall take care of chances of scaling due to operation at
high pH and high temperature. Procedure for analysis of dispersant in circulating cooling
water is essential along with the technical bid. To take care of the adverse effects of higher
pH during monsoon season, doses of dispersant are to be maintained on sufficiently higher
side to avoid scale formation in critical exchangers where cooling water is on shell side with
low velocity. The dispersant offered should be proven and supporting documents for the
same to be provided
a) In case of some critical exchangers, a need may arise for localized (satellite) dosing of
dispersant. The Vendor should be ready with necessary arrangements for the same. Doses of
dispersant should be selected accordingly.
b) Dispersant Test : Recommended dispersant should give min. 95 % of Ca3(PO4)2 inhibition test
at 50 % of the recommended dose level under test condition which are pH 8, Ortho PO4 : 8
ppm, temperature – 70OC and Ca hardness 500 ppm as CaCO3 in presence of total iron of 1mg
/ lit in cooling water system. NFL reserves the right to test the dispersant.

3.2.3 Micro Biological Control:


i) Chlorination shall be done continuously to maintain a free residual chlorine level of 0.2
ppm in return header of each cooling tower.
ii) Any excess of chlorine should be avoided due to its harmful effects.
iii) Chlorine dioxide shall be dozed for which vendor shall provide a chlorine dioxide

Page 24 of 40
generator for in-situ generation or Sodium bromide.
iv) At least three non-oxidising biocides out of the following suggestive biocides are to be
recommended by the vendor so as to achieve the guaranteed figure as per clause No.
3.7. Minimum active content of biocide and ppm dose based on hold up volume for
effective bio control shall be as follows

S.No. Biocide type Minimum % Minimum ppm


active content dose based on
hold up
1 Quaternary Ammonium compounds (QUAT) 40 25
2 Carbamate based 45 30
3 Isothiozoline based 1.4 30
4 Methylene bisthiocynate (MBT) based 9 25
5 Diclorophene based 40 30
Minimum dosing frequency of non-oxidising biocide will be once in two weeks per
tower and a minimum of 26 doses per year per tower preferably with sequential
dosing. Changes in the biocides, if any, will be reviewed after actual application and
monitoring of the system.
v) Party shall submit procedure for analysing active ingredient of all offered biocides. If
offered biocide active content and/or dose is less than the above, NFL reserves the right to
reject the bid technically or modify the dose to arrive at aforesaid minimum requirement
and load the additional quantity. If offered concentration/dose is more than specified
above, then offered quantity shall be considered for evaluation. Vendors can also quote
biocides other than listed above. However vendor shall submit adequate proof that the
offered non-oxidising biocide with indicated active ingredient and dosage has been used
successfully for atleast 2 years in other ammonia/urea cooling towers, backed up by user
certificate.
Effectiveness of biocide at quoted levels can be independently verified by NFL through
certified laboratories. If dosage level is found inadequate, then quantity can be enhanced
by NFL, cost of which will be borne by vendor. Result of test will be binding on the party.
vi) A dedicated bio-dispersant shall be dosed on continuous basis to keep the system free from
bio-film formation. Minimum dosage of 3 ppm of bio dispersant in circulating water is to
be maintained.
3.2.4 Operating Parameters:

In addition to details specified above, the vendor should also consider the following, while
designing the treatment.
a) Holding time index / large system volume and limitation in blow down rate. COC
is preferred to be in the range of 6-8. However, vendor shall assess the
requirement based upon actual operating data available with Unit.
b) Water quality as specified at 2.7.1.
c) High temperatures in the CW heat exchangers (both on process and CW sides).
d) Nitrifying bacteria, preferably < 25 counts/ml. on monthly basis

Vendor will provide following circulating water parameters to be measured on daily basis:

Page 25 of 40
Parameter Unit Normal Maximum*
pH
Free residual chlorine ppm as Cl2 -
Chlorine Dioxide (ClO2)
Oxygen reduction potential (ORP)
Turbidity
Total hardness as CaCO3
Calcium hardness as CaCO3
Zinc ppm
Ortho phosphate as PO4 (ppm)
Total Phosphate ppm PO4
Scale Dispersant ppm
Silica as SiO2
Bio dispersant
Chloride as Cl
Cycle of Concentration
M alkalinity as CaCO3
Iron content

Maximum value shall be applicable based on the quality of makeup water as mutually agreed before
starting the treatment. It is desired that normal control limits should not be crossed. In case of
exceeding the normal limits, necessary information shall be conveyed to Production In-charge and
corrective action taken immediately.

3.3 Contingency Treatment:


3.3.1 The vendor shall have a contingency treatment programme to take care of the effect of various
contaminants
The limits of contaminants in CW circulating water shall be as follows:
Ammonia Contaminant
(Amm CT) 150 ppm (max)
(Urea CT) 200 ppm (max)
(CPP CT) 20 ppm (max)

Urea Contaminant 10 ppm (max), for all Towers


Oil 10 ppm (max), for all Towers

3.3.2 Contingency shall be decided at the time of its occurrence by mutual consent in writing by
NFL. Same shall be approved by Unit In-charge prior to the start of contingency treatment.
A contingency shall be declared if disturbed condition persists for 48 hrs (forty eight hours)
for ammonia and Urea and immediately on detection of oil. The bidder should indicate the
details of chemicals to be used along with quantity for meeting each contingency for each
tower separately. This treatment shall remain effective for 72 hours.
Loading of quotations against contingencies shall be made based on the number of
contingencies as stipulated below:
Ammonia CT Urea CT CPP CT
Oil 1 1 1
Ammonia 1 3 0
Urea 0 0 0

Page 26 of 40
In case, the contingency like leakage of cooling water from underground header etc, is not
controlled within a reasonable time and NFL decides to continue with it in order to avoid plant
interruption, then the modalities of using addition chemicals shall be discussed and agreed
mutually. The continuation of contingency as well as additional expenditure on this account
shall require prior approval of the Unit In-charge.
3.4 Alternative chemicals for water treatment:
The contractor may sometimes find it necessary to change one or two chemicals during the
treatment based on his experience regarding efficacy of the chemical in use. Since the
contractor shall be in a better position to know regarding nature of make up water, circulating
water and effectiveness of the treatment, after carrying out the treatment for some time,
allowing use of alternative chemicals is considered in the interest of achieving better results.
For this purpose vendor shall specify all such alternative chemicals along with their unit rates
in the quotation itself. Main chemical shall be taken for the purpose of bid evaluation and
calculating guaranteed cost. Any chemical not in bidding list, if needed can be agreed after
mutual discussion and prior approval of Unit In-charge.

However, the overall guaranteed cost shall remain the same.

3.5 Mobilization Period &stabilization period: Mobilization period for starting the treatment
shall be one month maximum from the award of contract or as mutually agreed. However,
Contract period for the purpose of calculation of the number of days shall be with effect from
the actual date of start of treatment program. Stabilization period shall be one month (max.)
from the start-up of the Cooling Water Treatment as mutually agreed. The trial period of six
months where ever applicable shall include one month of stabilization period. No penalty shall
be levied during stabilization period. If existing vendor continues for the next contract, there
shall be no stabilization period

3.6 Monitoring:
3.6.1 Monitoring Tools: Vendor should be equipped with gadgets for monitoring the health of the
cooling water system, including simulation capabilities for trouble-shooting. Gadgets for
studying fouling factor, heat flux etc. on line shall be required. Vendors should clearly
mention the details of the monitoring instruments which will be supplied free of cost with the
package for use at site on returnable basis.
Following online / other monitoring instruments are to be provided for each tower from the
Vendors:
a) Bio-fouling monitors (with differential pressure gauge)
b) Online Deposit monitors.
c) Corrosion racks with necessary fittings and screws compatible with corrosion coupon.
d) Analytical kit for field testing (with reagents replenishment).
e) Corrator facility for instantaneous corrosion rate ( Minimum twice in month during normal
operation)
f) ORP monitor
g) Dosing system including metering pumps and replacement of spares as and when required.
Vendor shall keep necessary spare dosing and monitoring system and spares parts at site so
that chemical dosing system and monitoring system can be kept in service uninterrupted. If
the vendor fails to maintain the system in healthy condition the same will be attended by
NFL at the cost and risk of the vendor. To ensure precise addition of chemicals on
continuous basis, the dosing system shall comprise all the parts/pumps
/equipment/pipeline/valves to ensure the dosing of different chemicals from dosing tank
right up to the basin and any other equipment required to achieve the dosing on continuous
and uniform basis.

Page 27 of 40
h) PC based Software and hardware for trend check.
i) Any other instrument for simulation and diagnostic study
3.6.2 Vendor should have access to a full fledged R & D facility of his own. The party should have
properly trained team for trouble-shooting of the problems associated with this cooling water
treatment.

3.6.3 Monitoring Services :


Vendor should carry out:
 Continuous monitoring and supervision by his specialist(s) during pre-cleaning &
passivation initially and also on day-to-day basis, during normal operation.
 Reporting to plant personnel & submission of daily analysis report to Plant In-charge
by 4.00 pm every day. Involve NFL personnel in the operation and control of the
treatment.
 Submission of monthly report on water quality and monthly consumption of chemicals.
 Reports with detailed analyses and corrective actions for excess consumption of normal
and / or contingency chemicals, if any.
 Trouble shooting as and when required through vendor's resident expert.
 Training of NFL personnel periodically w.r.t cooling water treatment developments.

3.6.4 Vendor should depute a supervisor cum Chemist at their cost for trouble shooting and analysis
to take care of the on-going cooling water treatment. The qualification & experience in
fertilizers industry cooling water treatment of the supervisors should be submitted along with
the technical bid.
3.6.5 Dosing of all chemicals (regular as well as contingency) shall be the total responsibility of the
Vendor. In case the plant is being operated under disturbed conditions of leakage etc leading
to deviation in cooling water parameters, pH of cooling water will be checked every 2 hours
for 2-3 days to find optimum dosage of chemicals to take care of the situation.

3.7 Essentials/Performance Guarantees


Vendor will furnish the following guarantees for the performance of their C.W. treatment
programme. Written procedure shall be submitted for analysis and ascertaining the guarantees,
which shall be approved by NFL.
3.7.1 Corrosion Rate: The corrosion rate as measured on sand blasted MS, un passivated test
coupons (C 1010/UNSV-1010) as per IS 12492-1988 procedure separately for each tower
should not exceed 3 mpy (measured in return header).
 Analysis shall be reported as a rational number upto one decimal place after rounding
as per procedure laid down in IS:2- 1960.

 The test coupon shall be removed normally after a duration of 30 days. However, in case
of any exigencies, the time limit may vary by plus minus 5 days after approval of Unit in-
charge.
 In case of completion of 6 months of trial period, if the test coupon has not completed 30
days, another 15 days (max.) shall be allowed to ascertain the performance for 30 days
which shall be allowed after approval of Unit head.
 In case cooling water circulation is stopped for more than 8 hours, the test coupons shall
be rejected.

3.7.2 Micro Biological Count: Bidder shall guarantee cooling water system free of undesirable
biological growth (to be measured every week) throughout the period of operation.

Total bacterial count (TBC) should not exceed 1 lac/ml on fortnightly basis

Page 28 of 40
Sulphate reducing bacteria (SRB) should not exceed 100/100 ml on fortnightlybasis.

3.7.3 Iron in circulating water < 1.0 ppm on fortnightly average of iron analyzed on daily basis.
3.7.4 There should not be any tube leakage or fouling of heat exchangers due to inadequacy in the
C.W. treatment which may result in stoppage of plant. Inspections during planned shutdowns
should reveal that heat exchangers and cooling water system is in good condition without
serious corrosion, pitting, scaling or fouling.
3.8 Penalties and termination:
In case, the conditions, mentioned under the „Guarantees‟, are not met, the following penalties
shall be levied on a yearly basis.
3.8.1 Corrosion rate:
a) If the guaranteed corrosion rate for any of the Cooling Towers, exceeds 3 mpy Rs 25000 per
tower, shall be deducted for each of such failure.
b) In addition to above deduction, if the failure occurs consecutively in following month for
same tower, 20% of the SD cum PBG on pro-rata basis (Total SD CUM PBG amount *
number of towers where failure occurred / total number of towers being treated) will be
forfeited and vendor shall be given 30 days from occurrence, to rectify the same.
c) If failure occurs third time consecutively in same tower balance amount of SD cum PBG, as
defined in clause 3.8.7, shall be forfeited and contract is liable to be terminated.
d) Further, if corrosion rate exceeds 3 mpy on any four occasions in same tower during term of
contract for one year, balance amount of entire SD cum PBG amount shall be forfeited as per
clause 3.8.7 and contract is liable to be terminated.

3.8.2 If any of the three parameters, (TBC, SRB and Fe), individually exceed the limits in any one
tower mentioned above during the term of the contract (excluding stabilization period), vendor
shall be allowed to modify treatment at his cost. However, If any one or more of the
parameters remain out in a consecutives reading anytime during the term of contract Rs 10000
per tower per parameter shall be deducted
3.8.3 NFL shall have the right to terminate the contract, in case of any eventual unsatisfactory
performance including heavy fouling of heat exchangers due to which plant has to be stopped,
notwithstanding various provisions of the contract.

3.8.4 In case due to unsatisfactory performance of the contract, termination clause becomes
operative, a termination notice of 15 days (minimum) to 3 months shall be given to the
vendor. The contract shall be terminated after expiry of the notice period. During the notice
period, all terms and conditions as applicable in the contract shall apply.
However, No penalties w.r.t. guaranteed parameters of corrosion rate, TBC, SRB, Fe shall be
applicable.

3.8.5 The total liability of the vendor during one year term of contract on account of failure to meet
guarantees of corrosion rate, SRB, TBC, Fe under 3.8.1 and 3.8.2 will be limited to SD cum
PBG amount, as per clause 3.8.7, plus penalty amount deducted under clause 3.8.1 (a).
3.8.6 The SD cum PBG amount will be 10% of total guaranteed order value worked out as per
Section 4.3.

3.8.7 In case termination clause becomes operative , forfeiture of SD CUM PBG shall be as follows,
in addition to liabilities under clause 3.8.1(a):

a) If termination clause is operated within first six months of the start of treatment, total
amount of SD cum PBG submitted (i.e for all towers on annual basis) shall be forfeited.

Page 29 of 40
b) If termination clause is operated between seventh to ninth month of the start of the
treatment, total amount equivalent to 75% of the SD cum PBG submitted (i.e for all towers
on annual basis) shall be forfeited.
c) If termination clause is operated between the tenth to twelfth month from the start of the
treatment, total amount equivalent to 50% of the SD cum PBG amount (i.e for all towers
on annual basis) shall be forfeited.

Note: It is further clarified that in case any deduction has been made earlier as per clause 3.8.2 or
from SD CUM PBG according to 3.8.1(b), same shall be refunded/ adjusted against the above
forfeiture amount of SD cum PBG amount.

3.8.8 In case a regular contract is terminated on unsatisfactory performance, the vendor shall be put
on holiday for one year for that Unit.
………………….

Page 30 of 40
SECTION - C
4.0 Instruction to Bidders for bidding documents
4.1 Technical Quote:
a. Bidder shall quote separately for Ammonia, Urea and CPP (wherever applicable) Cooling
Water treatment in respect of control parameters of circulating water, chemical dosing rate ,
chemical consumption, Unit rates etc .
b. Bidder shall indicate the maximum consumption of each regular chemical to be supplied by
him, for each cooling tower per month. Maximum payable/guaranteed contract amount shall
be calculated for all towers taken together, on yearly consumption based on 365 days of
regular operation of cooling towers as more specifically detailed at 4.3.
c. Bidder shall also mention tower wise maximum consumption of sulphuric acid and chlorine to
be supplied by NFL as free issue materials.
d. Any extra chemicals, required for change over from existing treatment to new treatment shall
be mentioned separately.
e. After annual shutdown and draining of Cooling Tower, the requirement of Pre-cleaning/ bio-
cleaning and passivation chemicals as well as one extra charge required due to refilling of
cooling tower, should be indicated separately.
f. Contingency chemicals and their quantities for contingency, as foreseen by Bidder (Ref para
3.3) for each cooling tower, shall be indicated separately. Same shall be included in evaluation
of bid.
g. In case of any additional shutdown during the year which has resulted in draining of the water
from the cooling tower (s), the additional initial fill, pre-cleaning/ bio-cleaning and
passivation chemicals including biocide and bio dispersant whichever required, shall be
allowed after approval of competent authority
h. Bidder should specify the time period for stabilization before start of normal treatment
programme. Maximum stabilization period shall be 30 days from start up of cooling water
treatment. In case of any interruption in this duration, due to shut down resulting in draining
of cooling towers, stabilization period shall be extended suitably after mutual discussions with
NFL. However, contract period shall remain same and payment shall be released for
chemical consumption on actual but limited to overall cost of all towers taken together on
yearly basis.
i. Chemical consumption shall be calculated on the basis of C.O.C. , blow down quantity as
mentioned in „details of existing cooling water system‟ in Section-A. Bidder shall furnish
calculations for the same.
j. Contract shall initially be for one year duration which on successful execution may be
extended for another year. Vendor shall however quote for a period of two years during which
the quoted rates shall remain firm.

4.2 Bid Evaluation :


Following shall be considered for the purpose of bid evaluation only :
 For the purpose of evaluation, cost of all towers shall be clubbed together on an annual basis.
 Cost of chemicals for regular treatment based on bidders quotation in terms of quantity and
unit rates shall be considered for 365 days of operation in a year
 Cost of chemicals required for change over from existing treatment to new treatment
 Cost of Pre-cleaning/ bio- cleaning and passivation chemicals as well as one charge required
due to refilling of cooling tower, after annual shutdown and draining of Cooling Tower
 Cost of Contingency chemicals based on quantities indicated by bidder for each contingency
and for number of contingencies as listed at 3.3 for each cooling tower
 Equivalent cost of sulphuric acid and chlorine to be supplied by NFL, based on maximum
quantities indicated by bidder for 365 days.

Page 31 of 40
 Landed cost of soda ash quoted in price bid format subject to maximum of 24 MT/ per year as
per clause 3.2.1 (b).
It is however, clarified that guaranteed overall annual cost shall be calculated as detailed at 4.3
below.
4.3 Guaranteed overall annual cost:
a) Vendor shall guarantee the overall annual cost of treatment chemicals which shall be worked
out as follows. However payment shall be released based on actual consumption of chemicals
limited to overall guaranteed cost.
b) Guaranteed overall annual cost shall be worked out as follows:
 The cost shall be clubbed for all the towers on yearly basis
 Landed Cost of chemicals for regular treatment based on bidders quotation in terms of
quantity and unit rates shall be considered for 365 days of operation in a year. In case
there is a variation in actual operating days, adjustment shall be made on pro-rata basis
for either side. Any excess consumption above the adjusted quoted value shall be, to
the vendor‟s account.
 The quantity of sulphuric acid which is supplied to the vendors as free issue materials
by NFL shall be clubbed for all towers. Any additional quantity consumed over and
above the quoted quantity shall be to the bidders account.
 The quantity of chlorine which is supplied to the vendors as free issue materials by
NFL shall be clubbed for all towers. Any additional quantity consumed over and
above the quoted quantity shall be to the bidders account.
 Quantity of sulphuric acid and chlorine as quoted by the bidders shall be considered
separately. These shall not be adjusted against each other nor these shall be included in
the guaranteed overall annual cost.
 Any extra chemicals, required for change over from existing treatment to new
treatment shall be mentioned separately. These shall not be included in guaranteed
annual cost. Payment against these chemicals shall be madeon the basis of actual
consumption, limited to quoted value, over and above the Guaranteed overall annual
cost
 Pre-cleaning/ bio- cleaning and passivation chemicals as well as one charge for
refilling of cooling tower after annual shutdown, should be indicated separately and
shall be paid additionally, on actual consumptions. These shall not be included in
guaranteed annual cost.
 The contingency chemicals as quoted by the bidders shall not be included in
guaranteed overall annual cost.Payment against these chemicals shall be madeon the
basis of actual consumption, limited to quoted value, over and above the Guaranteed
overall annual cost.
 Payment against all chemicals including molybdate shall be made on actuals but
limited to total quoted quantity.
 Landed cost of soda ash quoted in price bid format subject to maximum of 24 MT/ per
year as per clause 3.2.1 (b).
b) Any excess consumption of sulphuric acid or chlorine shall be charged at current price.
Current price shall mean landed price for the period after vendor has consumed the total
quantity of these chemicals as specified in contract. No departmental charges shall be charged
for over consumption.
c) Any chemicals, other than sulphuric acid and chlorine shall not be supplied by NFL
. The chemicals like Soda Ash etc. (if required) shall be in the scope of the Contractor.

Page 32 of 40
4.4 Vendor’s Scope:

Vendor‟s scope of work, supply and services shall be as described below:


1. Design of suitable cooling water treatment programme to meet the system requirement
and technical specifications.
2. Supply of chemicals for initial change over, normal operations, contingencies and extra
charge for refilling of cooling tower after annual shutdown.
3. To provide and maintain dosing system inclusive of metering pumps for chemical
dozing, including the pumps for chemicals for pH control ; special instruments for
monitoring the treatment programme ; Corrosion rack, bio-fouling monitors and scale
monitors etc. free of cost to NFL, on returnable basis.
4. Supervision by Vendor‟s specialist(s) during initial commissioning, change over and
stabilization of treatment package followed by round the clock regular supervision during
normal operations. Vendor specialist shall be well qualified and experienced. Vendor
shall obtain approval of bio data of his specialists from NFL prior to his appointment at
site.
5. Training of NFL personnel in the operation and monitoring of cooling water treatment.
6. Chlorine dioxide generator and Spectrophotometer for analyzing Chlorine dioxide along
with reagent to be provided by vendor, which shall be taken back after completion of
contract.

4.5 Owners Scope:

NFL‟s scope of supply and responsibilities shall include the following:-


1. Sulphuric Acid (98% concentration) shall be made available in the storage tanks near
the Cooling Tower
2. Chlorine in One Tonne cylinders shall be placed at the specified locations
3. In general, NFL shall not supply any additional chemical other than chlorine and
sulphuric acid. However, in case NFL agrees on emergency basis as a special case,
same shall be supplied by NFL on chargeable basis with additional 25% as
departmental charges.
4. Power connections shall be provided to all the equipment/ instruments for dozing
operations and monitoring.
5. Laboratory assistance, to the extent available, shall be provided.
6. NFL shall make available test coupons manufactured as per ASTM specifications.
7. NFL shall operate the system under guidance of Vendor‟s specialist.
8. Accommodation to site engineers of vendor shall be furnished subject to the
availability and on chargeable basis at commercial rates.
4.6 Trial order:

4.6.1 If vendor has been pre-qualified/eligible for placement of order on trial basis then order shall
be placed on trial basis for a period of six months (Including stabilization period).
4.6.2 In case of orders placed on trial basis, vendor shall submit SD cum PBG equivalent to 10% of
the full order value of the contract (one year period).
4.6.3 No Penalties as per clause 3.8.2 will be applicable under the trial period. However penalty for
corrosion rate as per clause 3.8.1 (a) shall be applicable.
4.6.4 In case of failure of trial order, payment shall be released to vendor for chemicals consumed.
However amount equivalent to 10% of the guaranteed order value for 6 months for the tower
(s) where failure occurred , on pro-rata basis (Total SD cum PBG amount * number of towers
where failure occurred / total number of towers being treated) shall be forfeited from the SD
cum PBG and order closed.

Page 33 of 40
4.6.5 Performance Conditions for trial order :
Cooling water treatment on trial basis will be considered unsatisfactory on the basis of
following:
a) If corrosion rate is more than 3mpy consecutively in two months (other than stabilization
period) for same tower
b) If corrosion rate is more than 3 mpy on any three occasions , in same tower during the trial
period (excluding stabilization period).

4.6.6 If a trial order fails at one Unit of NFL the vendor shall continue to be considered for the other
units for trial.
4.6.7 Vendor can quote at two or more units in simultaneous bidding , In case the vendor is L-1 at
all locations, order shall be placed only for that Unit where price bid was opened earlier.
4.6.8 Vendor can quote at two or more units in simultaneous bidding , In case the vendor is L-1 at
all locations, order shall be placed only for that Unit where price bid was opened earlier.
4.6.9 In the event trial order is successful, all terms and conditions as applicable for regular
treatment shall become applicable from start of treatment i.e six months of trial period plus
balance period of six months. The penalties with respect to SRB, TBC, Fe will be applicable
only in the last six month (for a contract ordered on annual basis) after successful completion
of trial period .

4.7 Contents of Offer:

4.7.1 Bidder shall furnish details of the treatment programme including the following:-
a) Descriptions of programme.
c) Chemicals used, giving name, code number and function i.e. passivating agent, anti-scaling,
dispersant, bio-dispersant, biocide and any other specific chemicals along with active matter,
concentration and percentage kill of boicides.
d) Dozing rates, monthly consumption as well as yearly consumption of chemicals for each
Cooling Tower. This shall include the quantity of sulphuric acid, chlorine as well as soda ash
(if required). These shall be supported by design calculations.
4.7.2 The treatment program for each cooling tower should be separately indicated for (a) Pre-
cleaning and passivation, (b) Normal Treatment, (c) Contingency treatment for each
contingency tower wise.
Vendor shall submit complete procedure and time required for the change-over of the new
treatment.
4.7.3 Detailed description of the philosophy and working of the automatic feed monitoring and
dosing system (wherever applicable).

4.7.4 Source of supply of the chemicals, including quality control system.

4.7.5 Details regarding similar experience in implementing cooling water treatment programs.
These shall include name, location and details of the plant, specification of treatment system,
period of operation, analysis / inspection report.

4.7.6 Data sheets containing product specifications, special precautions for handling the chemicals,
disposal of empty containers, remedial measures to be taken in case of spillage and ingress
into human body etc. shall be furnished.
4.7.7 The chemicals shall be supplied in good quality containers. Vendor shall take back all the
used containers.
4.7.8 The chemicals that shall be left over after the contract is closed shall normally be taken back by

Page 34 of 40
the vendor. However in case, it is desired by NFL, then full/part of the left over chemicals
shall be retained by NFL and the payment against the same shall be made separately.

4.8 Splitting of Contract:


All cooling towers in the Unit shall be clubbed in a single package for the purpose of bid
evaluation and subsequently placement of order/contract.

4.9 Availability of chemicals without interruption:


Bidder shall guarantee supply of chemicals as per agreed schedule without interruption.
Normal schedule of supplies shall be every three months, such that the site inventory level
does not fall below 2 month‟s requirement. Additional one month‟s chemicals are considered
during transit. However, during last month of the contract period, the spare inventory of
regular chemicals as mentioned above shall not fall below one month‟s requirement. Further
the pre-cleaning, passivation and contingency chemicals leftover at the end of the contract
shall be taken back by the vendor and NFL shall recover the corresponding amount from the
vendor, if already paid for.

------------

Page 35 of 40
ANNEXURE - III

DRAFT OF BANK GUARANTEE FOR EMD


IN CONSIDERATION OF NATIONAL FERTILIZERS LIMITED (NFL), HAVING ITS REGISTERED
OFFICE AT SCOPE COMPLEX, CORE-III, 7 INSTITUTIONAL AREA, LODHI ROAD, NEW DELHI-
110003 (HEREINAFTER CALLED NFL WHICH EXPRESSION SHALL UNLESS REPUGNANT TO
THE SUBJECT OR CONTEXT INCLUDES ITS SUCCESSORS AND ASSIGNS) HAVING AGREED
TO EXEMPT ____________(HEREINAFTER CALLED THE, THE SAID TENDERER(S)’ WHICH
EXPRESSION SHALL UNLESS REPUGNANT TO THE SUBJECT OR CONTEXT INCLUDES HIS
SUCCESSORS AND ASSIGNS) FROM THE DEMAND UNDER THE TERMS AND CONDITIONS
OF TENDER NO ________________FOR___________________HEREINAFTER CALLED “THE
SAID TENDERER’ OF SUCH BID SECURITY DEPOSIT FOR THE DUE FULFILMENT

BY THE SAID TENDERER(S) OF THE TERMS AND CONDITIONS CONTAINED IN THE SAID
TENDER ____________FOR ____________ON PRODUCTION OF BANK GUARANTEE FOR
RS.______________________(RUPEES ________________________ONLY).

1. WE___________________BANK HEREINAFTER REFERRED TO AS ‘THE BANK’ DO


HEREBY UNDERTAKE TO PAY TO NFL AN AMOUNT NOT EXCEEDING RS._____________
(RUPEES____________________ONLY) AGAINST ANY LOSS OR DAMAGE CAUSED TO OR
SUFFERED BY ‘NFL’ REASON OF ANY BREACH BY THE SAID TENDERER(S) OF ANY OF THE
TERMS AND CONDITIONS CONTAINED IN THE SAID TENDER (THE DECISION OF THE
COMPANY AS TO ANY SUCH BREACH HAVING BEEN COMMITTED AND LOSS SUFFERED
SHALL BE BINDING ON US.

2. WE _________________BANK DO HEREBY UNDERTAKE TO PAY THE AMOUNTS DUE AND


PAYABLE UNDER THIS GUARANTEE WITHOUT ANY DEMUR MERELY OR A DEMAND FROM
‘NFL' STATING THAT THE AMOUNT CLAIMED IS DUE BY WAY OF LOSS OR DAMAGE CAUSED
TO OR WOULD CAUSE TO OR SUFFERED BY ‘NFL’ BY REASON OF ANY BREACH BY THE SAID
TENDERER(S) OF ANY OF THE TERMS OR CONDITIONS CONTAINED IN THE SAID TENDER
OR BY REASON OF THE SAID TENDERER’S FAILURE TO KEEP THE TENDER OPEN. ANY SUCH
DEMAND MADE ON THE BANK SHALL BE CONCLUSIVE AS REGARDS THE AMOUNT DUE AND
PAYABLE BY THE BANK UNDER THIS GUARANTEE. HOWEVER, OUR LIABILITY UNDER THIS
GUARANTEE SHALL BE RESTRICTED TO AN AMOUNT NOT EXCEEDING_______
(RS________________ ONLY).

3. WE ____________________BANK FURTHER AGREE THAT THE GUARANTEE HEREIN


CONTAINED SHALL REMAIN IN FULL FORCE AND EFFECT DURING THE PERIOD THAT
WOULD BE TAKEN FOR THE FINALISATION OF THE SAID TENDER AND THAT IT SHALL
CONTINUE TO BE ENFORCEABLE TILL THE SAID TENDER IS FINALLY DECIDED AND ORDER
PLACED ON THE SUCCESSFUL TENDERER AND/ OR TILL ALL THE DUES OF NFL UNDER/OR
BY VIRTUE OF THE SAID TENDER HAVE BEEN FULLY PAID AND ITS CLAIMS SATISFIED OR
DISCHARGED OR TILL A DULY AUTHORISED OFFICER OF NFL CERTIFIED THAT THE TERMS
AND CONDITIONS OF THE SAID TENDER HAVE BEEN FULLY AND PROPERLY CARRIED
OUT BY THE SAID TENDERER(S) AND ACCORDINGLY DISCHARGES THE GUARANTEE.
UNLESS A DEMAND OR CLAIM UNDER THIS GUARANTEE IS MADE ON US IN WRITING ON
OR BEFORE THE_____________TO INCLUDE 3 MONTHS CLAIM OVER AND ABOVE THE
PERIOD MENTIONED IN THE PARAGRAPH FOR THE VALIDITY OF THE BANK GUARANTEE IN
THE TENDER WE SHALL BE DISCHARGED FROM ALL LIABILITY UNDER THIS GUARANTEE
THEREAFTER.

4. WE ______________________________BANK, LASTLY UNDERTAKE NOT TO REVOKE


THIS GUARANTEE DURING ITS CURRENCY EXCEPT WITH THE PREVIOUS CONSENT OF ‘NFL’
IN WRITING.
DATED________________DAY OF______________________200
CORPORATE SEAL FOR BANK.

Page 36 of 40
ANNEXURE –IV

SECURITY DEPOSIT-CUM-PERFORMANCE BANK GUARANTEE FORMAT


(To be prepared on Stamp paper issued in the name of Bank)
This BANK GUARANTEE No. _____________________________ made this day of ____________________________
between _______________________________ ______________________ a bank incorporated and having its
registered office at ______________________________ (hereinafter called BANK) which expression shall unless
repugnant to the context or contrary to the meaning thereof include its successors and assigns on the one part and
NATIONAL FERTILIZERS LIMITED, a Company registered in India under Companies Act, 1956 and having its registered
office at Core - III, Scope Complex, 7,Institutional Area, Lodhi Road, New Delhi - 110 003, India to the context or
contrary to the meaning thereof include its successors and assigns on the other part. WHEREAS in pursuance to the
agreement dated ____________________(hereinafter called CONTRACT) entered into between National Fertilizers
Limited (hereinafter called OWNER and__________________________________________ a Company incorporated
in_______________________ (hereinafter called CONTRACTOR) which
expression shall unless repugnant to the context or contrary to the meaning thereof include its successors and assigns,
for supply of_________________________________________________
______ as envisaged in the Contract, Contractor has to submit a Security Deposit-cum-Performance Bank Guarantee for
Rs._________. CONTRACTOR accordingly agrees to furnish the Security cum performance Bank Guarantee as
hereinafter contained towards fulfillment of all of its obligations under the contract.

NOW THIS DEED WITNESSES AS FOLLOWS:

1. In pursuance of the Contract, the Bank hereby guarantees as a direct responsibility to OWNER that the BANK is
holding the amount of Rs.______________________________________at Owner's disposal and hereby promises and
shall be bound to pay to OWNER, forthwith at Owner's
written notice stating that the contractor has failed to fulfill its obligations under the contract for reasons for which
contractor is liable and without any protest or demur and without recourse to contractor and without asking for any
reasons as to whether the amount if lawfully asked for by Owner or not, the entire amount or the portion thereof as
mentioned by Owner in the notice. The decision of the Owner as to whether the terms and conditions of this Security
Deposit cum Performance Bank Guarantee have been observed or not shall be final and binding on the BANK. In any
case, however the Bank's responsibility under this Security Deposit-cum- Performance Bank Guarantee is limited to Rs.
_____________________________________________________.

2. This Security Deposit-cum-Performance Bank Guarantee shall be valid for an initial period
of_______________________Months from the date of this Bank Guarantee No.________________ dated
______________ given by the Bank to Owner become effective. Upon issuance of Commissioning / Erection /
Completion certificate according to terms of contract on expiry of
_________________ months after the issuance of the above mentioned certificate of commissioning / erection /
completion certificate, the Security Deposit-cum-Performance Bank Guarantee shall become null and void.

3. This Security Deposit-cum-Performance Bank Guarantee shall be in addition to and shall not affect or be affected by
any other security now or hereafter held by Owner on account of money hereby intended to secure and Owner at its
discretion and without any further consent from the Bank, and without affecting its rights against the Bank, may
compound with, give time or other indulgence to or make any other arrangement with Contractor and nothing done or
omitted to be done by Owner in pursuance of any authority or permission contained in this guarantee, shall effect
discharge of the liability of the Bank.

4. UNLESS PREVIOUSLY CANCELLED BY THE OWNER, this Security Deposit cum- Performance Bank Guarantee will
remain in force initially up to __________________months from the effective date of Bank Guarantee No.
________________ dated ____________ given by the Bank to the
Owner and subject to provisions of paragraph 2 above will stand automatically cancelled on the expiry of the said period.
Unless demand or claim under this Bank Guarantee is made on Bank in writing within three months from the date of
expiry of this Bank Guarantee, all the rights of
Owner against the Bank shall be forfeited and Bank shall be relieved and discharged from all the liabilities hereunder.

5. Any notice by way of request, demand or otherwise hereunder may be sent by post to the Bank, addressed as
aforesaid, and if sent by post, it shall be deemed to have been given at the time when it would be delivered in due
course of post, and in proving such notice, when given by post, it shall be sufficient to prove that the envelope
containing the notice was posted and a certificate, signed by an officer of the owners, to the effect that the envelope was
so posted, shall be conclusive.

6. The Security Deposit-cum-Performance Bank Guarantee is to be returned to the Bank after its expiry in terms of
Paragraph 4 above.

7. The Bank declares that it has the power to issue this guarantee and the undersigned have full power to do so.

Dated _______________ this __________________ day of ___________

(Indicate the name of the Bank with stamp)

Page 37 of 40
Annexure-V

UNDERTAKING BY THE BIDDER

Dy. Gen Manager (Mtls.)


National Fertilizers Limited,
Panipat.

Sub: Your Tender No. dated for Cooling Water treatment Programme.

Dear Sir,
With reference to above we hereby confirm that-
1. Tender documents have been read, understood with all clarifications pertaining to various provided
therein.
2. Terms & Conditions laid out in the tender documents are fully acceptable to us and we have signed
each page of the tender document as a token of acceptance of the same.
3. No deviation to any of the terms & conditions of NIT has been quoted by us.
4. Our offer is valid for acceptance for a period of 90 days from the date of opening of the tender.
5. Earnest Money Deposit submitted with the following details (In case, the EMD has been deposited
through RTGS/NEFT the details may be furnished separately).
UTRNo._____________________ Dated ____________ Amount__________
6. Rates quoted are on FOR, NFL Stores basis and the rates shall remain firm till the complete execution
of the order.
7. This is to certify that none of the NFL employee is related to owners/directors. (In case any relative is
working in NFL, furnish details separately).
8. This is to certify that none of NFL‟s ex-employee is employed with us. (In case any ex-employee of
NFL is employed, furnish details separately).
9. None of blood relation of the owners/directors is participating in this tender in the name of other firm.
10 . We have not been not been blacklisted by any government department/public sector undertaking/co- operative
Unit

Dated : Signature of Tenderer or


their Authorised Representative : _________________
Place: Name & Address of Tenderer : _________________
_________________
_________________
Phone No. :_________________
Fax No. :_________________
E.mail :_________________

Page 38 of 40
Annexure- VI
ELIGIBILITY CRITERIA
A. Experience: Party should have successful experience of package cooling water treatment i.e. design of
cooling water treatment, preparation of formulations, supply of chemicals, operation, monitoring and
trouble-shooting of treatment. The minimum term of operation for consideration of successful experience
for each tower shall be one year.

i) Party should have the successful experience of non-chromate cooling water treatment in at
least 4 cooling towers of minimum of 5000m3/hr capacity each, in chemical process/ fertilizer
industry at least at two different sites in India, during the last 5 years ending March, 2017. Out
of this experience, minimum of two cooling towers should be from fertilizer industry
(Ammonia/Urea).

ii) In case, a party has successful experience of non-chromate cooling water treatment in chemical
process industry in at least 4 cooling towers of minimum of 5000m3/hr capacity each, during
the last 5 years ending March,2017, at two different sites in India but does not have the
experience in fertilizer sector, they shall be considered for trial basis (i.e. a six months period,
which on successful completion shall be extended for full term of contract).
Note:- Documents required for above for i) and / or ii) :- The self attested copies of
Purchase orders alongwith relevant performance certificates.

B. Minimum Annual Sales Turnover: The average annual sales turn over should not be less than Rs.
60 lakhs during the last three financial years for which vendor shall submit audited accounts for year
2014-15, 2015-16 & 2016-17 duly certified by Chartered accountant. Average annual sales turn over
shall be for the period 2014-15 to 2016-17.

C. Party should have full-fledged R&D set up and/or technical collaboration with a reputed
institute/laboratory/ Internationally renowned company/organization providing cooling water treatment
package for trouble shooting of the problems associated with cooling water treatment. Requisite
documents supporting the above shall be enclosed. Requests from parties not meeting these criterion
shall not be considered for qualification.

D. Bank solvency certificate of Rs.10 lakhs (minimum) issued in the 2017, by any Scheduled bank
(other than CO-operative and Gramin Bank).

*Bidders shall provide self attested all relevant documents in support of its credentials for meeting the
above Eligibility Criteria alongwith their offer.

Page 39 of 40
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
stipulated loading criteria, where ever applicable, as under:-

Sr.No Loading Criterion Description.


1 Offers received without EMD EMD amount (absolute value), as required in the NIT shall be loaded
on landed cost of total offer value.
2 Non-submission of SD
2.1 Less than 10% (10% - quoted percentage) of basic price @ prime lending rate (SBI
MCLR + 1%); on short fall in Bank Guarantee value agreed by the
bidder for delivery period with additional one month period.
3 Loading on Account of discrepancy in the [10% of CIF / Ex-Works Price * (no. of Months as per NIT - No. of
Warranty / Guarantee Period Months Quoted)] / No. of Months as per NIT
4 Payment Terms For interest @ MCLR (SBI MCLR + 1 %) as following
4.1 Interest Calculation against Mobilization Advance Advance against LoI / PO
Full Delivery Period + 30 Days
4.2 Interest Calculation on progressive payment
4.2.1 Against Submission of Drawing Full Delivery Period less one month
4.2.2 Against Drawing Approval Full Delivery Period less one month
4.2.3 Against placement of PO for Raw Material a. If delivery period < 8 months Full delivery period less two months
b. If delivery period > 8 months Full delivery perios less three
months.
4.2.4 Against Shipment of raw materials Full Delivery Period less five month or five months whichever is more
4.2.5 Against Reciept of raw material Full Delivery Period less six month or four months whichever is more
4.2.6 Against payment for dispatch of materials / A. Foreign Bidders = Three Months
through bank B. Indian Bidders = Depending on delivery conditions viz. Ex-works -
one & half months months FOR Destination - One month
4.2.7 Against Payment within 30 days Nil
5 For Other Deviation like Packing & Forwarding 2 % of Basic Price if party has not quoted P & F charges
(P & F)
6 Loading of Freight in percentage terms
6.1 In case weights and distances are known for all I. For Smalls : Inland transportation charges shall be calculated at the
suplliers rate of Rs. 5 per Km/MT II. For Truck Loads : @ Rs 4 Km/MT
6.2 While undertaking item wise evaluation where
item wise weights are not available
6.3 Transportation from the vendors situated within a 1 % CIF / Ex-works Prices
distance of 400 Kms
6.4 Transportation from the vendors situated within a 2 % CIF / Ex-works Prices
distance of 401 Kms to 800 Kms
6.5 Transportation from the vendors situated within a 3 % CIF / Ex-works Prices
distance of more than 800 Kms
7 Loading for discrepancy in acceptance of
Liquidated damages Clause
7.1 0.5% per week subject to a ceiling of 5 % of total No Loading
order value
7.2 0.5% per week subject to a ceiling of 2.5 % of 2.5 % Loading
total order value
7.3 Damages accepted on undelivered value instead 2.5 % Loading
of Total Order Value
7.4 Non-acceptance of Damages 5 % Loading
8 Inland Insurance To arrive at the landed prices, the transit insurance shall be calculated
@ 0.11% of (Basic Price +P&F+GST + other statutory taxes/levies (if
any) + Inland Freight) for Indian bidders
9 Non-submission of SD cum PBG / PBG
9.1 Bank Guarantee Less than 10% 10% - quoted percentage of CIF/Ex-works prices

10 TPI Charges Whereever Bidders have not indicated third party inspection charges,
highest TPI charges quoted by other bidder shall be loaded for
comparison purpose
Loading criteria shall be strictly applicable to all bidders.

Page 40 of 40

You might also like