Professional Documents
Culture Documents
TENDER DOCUMENTS
Sealed bids are invited from VALID SEPA CERTIFIED CONTARCTORS for disposal of Sludge
from National Refinery Limited, Keamari Karachi, estimated quantity is given here under:
NOTES:
Sludge shall be sold/disposed off on weight and “as is where is” basis.
i) NRL intends to hire the services of SEPA certified contractor on one time basis for
Disposal/Selling of Sludge approximately 250-300 Metric Ton from inside of Tank No: 155-S-9
as mentioned in job description.
ii) The contractor will arrange all resources manually and mechanically required for job execution.
iii) The contractor should comply with all safety & security procedures of NRL & shall make all
necessary measures for the safety of men & material in carrying out the job.
iv) Completion Time for this job will be sixty working days after handing over of site.
i) The purpose of the visit for inspection of sludge is to facilitate bidders to ascertain
themselves the physical condition and quantum of the material. The visit is scheduled on
01-03-2023 at 10 : 00 A. M up to 11: 30 A. M. However, the intending bidders must report at
the NRL Keamari Terminal Reception office located at the Refinery’s address (Keamari
Terminal) till 9: 00 A.M. so that entry permission after necessary security formalities against
original / Valid CNIC of the participating bidders (or their authorized representatives) is
completed by 9: 30 A.M. after which the bidders would be allowed to the place of area where
subject Sludge is lying. Bidders are advised to make themselves fully conversant with the
requirements of this Tender Documents before submitting their quotation.
ii) Only two authorized persons per party against their Valid Original Computerized National
Identity Card (CNIC), Photo copy of valid SEPA certificate of company and wearing
shoes/boots shall be allowed to visit the site. No visit will be allowed after the above
scheduled date & timings or without valid Original CNIC / SEPA certificate or persons
without wearing shoes/boots.
iii) For visit please contact Manager Keamari Terminal on direct Phone # 32850213.
4. Submission / opening of Bids:-
4.1 Submission of Bids:-
5.1. (a) The Sludge lifted as above shall be “Weight and “as is where is” basis.
(b) Rates / price offered for the estimated quantity of Sludge, as above, is required to be
quoted on the attached BOQ (Bill of Quantity). The offered rates / price will be valid
till the completion of job.
5.2. As per the BOQ, rate/price offered is required to be quoted as net price, exclusive of taxes.
5.4. Quantities mentioned in the BOQ are approximate for estimation and comparison purposes
only. However, the rates offered by bidders will be considered as final and will be used for
payments.
5.5 Quoted rates/price offers shall be valid for 60 days from date of bid opening, the validity may
be extended for further 15 days, if required by NRL.
6.1 Except first and second highest bidder, Earnest Money of unsuccessful bidders will be
returned within validity period. NRL Cheque will be dispatched on their given
addresses.
6.2 The Earnest Money of the successful bidder, who has been awarded the Sludge by
NRL will be retained by NRL as Security Deposit till completion of complete
lifting/shifting of the sludge and clearing / dressing up of the area as per NRL
standard and to the entire satisfaction of NRL’s authorized representative/Job
Coordinator. In case of failure by the successful bidder to lift the material completely
and to leave the area cleared and dressed up as per NRL standard to the satisfaction of
NRL authorized representative/job co-ordinator, the security deposit (earnest money)
will be forfeited by NRL.
6.3 The security deposit (earnest money) of the successful bidder will be returned on their
addresses after complete lifting of sludge within the given time & must submit
ENVIRONMENT FRIENDLY DISPOSAL CERTIFICATE against the lot issued.
7.1 The successful bidder will be advised on acceptance of their bid through email or letter
sent through courier service, and the bidder will be required to make initially partial
Disposal of Sludge from K.T 2023 Page 3 of 8
advance payment of 150 MT (50% of maximum quantity of BOQ) through bank pay
order in favor of National Refinery Limited within Seven (07) working days of the
issuance of the acceptance letter/fax, after which the uplifting schedule will be advised by
NRL to the bidder for commencement of shifting/lifting of the material from NRL
Keamari Terminal. In case the successful bidder fails to submit the required advance
payment within the stipulated time of Seven (07) working days, it will be the sole
discretion of NRL to cancel the bid and forfeit the amount of earnest money due to non-
compliance of the terms of this clause by the bidder and consequently offer the material
to other bidders/parties at the sole discretion of NRL. It is to be clearly understood that
the earnest money / security deposit in no way will be adjusted against payment of the
quoted material. During course of lifting if the quantity of lifting seems to be more than
the mentioned quantity, the contractor has to make further advance payment of the
mentioned quantity or of quantity, which is mutually agreed between Manager Keamri
Terminal & the contractor. This procedure for advance payment will be continued until
complete sludge is lifted. Without this additional advance payment, the contractor will not
be allowed to lift additional quantity.
7.2 All the payments will be received by Manager Local Purchase / his authorized
representative at NRL Korangi, through Pay Order in favor of M/s. National Refinery
Limited A/C mentioned company name. After completion of necessary formalities, the
bidder will be allowed to lift the materials. The material will be loaded in presence of
authorized Representative of concerned Departments.
7.3 All advance payment shall be treated separate from Security Deposit. No lifting of
material shall be allowed against Security Deposit. Any truck-load of material, if
found to exceed the available advance payment, shall not be allowed to leave the NRL
premises without making/replenishing the required amount/fund immediately through
Pay Order favoring National Refinery Limited, at vendor’s cost and risk.
7.4 The lifting shall be carried out by the contractor himself or his authorized
representative only for which the contractor is required to intimate NRL in advance
on Rs.100/- stamp paper as well as on the company’s letter head. Not more than two
authorization will be allowed. In case of such authorization the contractor who has
awarded the job shall be fully responsible for all the activities. Sub-letting of the job is
strictly not allowed in any circumstances. If in case the contractor has authorized any
person for lifting the material, signing the gate pass and submitting the pay orders
which is acceptable to NRL, but it is to be noted that contractor’s company will be
held responsible in case of any dispute.
8. Contractor’s Responsibility
8.1 Any unsafe practice during the lifting/shifting of material will result in cancellation of the
lifting/ shifting of material at bidder’s own risk and cost.
8.2 The contractor shall provide the necessary equipment, transportation, safety gadgets
(minimum safety shoes / rubber gum boots, hand gloves, safety coverall and safety helmet),
first-aid box to his workmen and shall be entirely responsible to maintain NRL safety
standards during the job. Manpower in Kurta Shalwar will not be allowed in NRL Korangi
premises.
8.3 The contractor will indemnify NRL, against all losses and claims of injuries or damages
whatsoever to his (bidder’s) workmen/equipment, which may arise out of the consequences
of the performance of the job.
8.5 The lifting/shifting process will be carried out between 9:00 Hrs to 1500 Hrs (Monday to
Friday) except holidays. However no lifting shall be allowed after 1500 Hours.
9.1 Daily IN/OUT timing for lifting/shifting process shall be from 9: 00 A.M. to 3: 00 P.M. from
Mondays to Fridays, except holidays. Vehicle/Trucks/Transport for lifting of material will
not be allowed to enter after 10:00 A.M.
9.2 Total time allowed for the lifting and shifting material as given below from the date of
handing over of the Site and/or as per schedule to be advised by NRL. However, in case of
any operational limitation at NRL or due to any force Majeure the schedule may be
interrupted/extended/revised.
9.3 The contractor will have to complete the lifting/shifting of sludge and the area should be
completely cleared within the scheduled time so that no material is left. It is to be clearly
understood that the above schedule /allotment of time for each lot are the maximum time & in
No case additional times will be allowed except for some genuine reason like acts of God,
Strike, force Majeure etc for which the contractor will intimate to NRL. Similarly due to
some operational limitations / other genuine problem at NRL end, the maximum time allowed
(as above) may also be revised by NRL to a reasonable period.
9.4 After completion of work (lifting/shifting of material), the successful bidder will be
responsible to completely clear the area of any left over material as per NRL standard and to
the entire satisfaction of NRL representative / job coordinator.
9.5 All the necessary arrangements including Transportation, tools, equipment, pumps, pipes
labor & driver for lifting/transportation/Area cleaning will be made by bidder at his own cost.
9.6 The successful contractor will provide name(s) along with valid / original CNIC No.’s of
their authorized representative labours / work force before starting the lifting of the material.
10.1 Vehicles / Trailers must have valid original fitness certificate of and driver / co-driver must
have valid H.T. driving license in original. Un-certified vehicles / tankers will be returned at
the bidder’s responsibility.
10.2 If the successful bidder have any of doubt regarding his allotted sludge, he has to intimate the
NRL representative of Keamari Terminal in writing, before lifting of material at NRL
10.3 Trucks be in road worthy condition w.r.t tyres, brakes, steering, engine etc.
10.5 Trucks should have spark arrestor at the silencer and seat belt for the driver and co-driver.
10.6 Battery terminals must be tightened and should be properly covered/sealed.
10.7 Driver must have valid original heavy vehicle driving license.
10.9 Driver of the vehicle should know the use of fire extinguishers.
10.11 The driver of the Trucks must follow NRL safety & security rules & regulations while inside
Refinery premises.
10.12 Any damage to NRL property due to negligence of driver or / and any defects in the vehicles
must be fully compensated by the supplier. In such case the cost estimation for the repair of
the defects as provided by NRL will be final and binding.
10.13 Driver must be competent, must have driving skills and possess good health.
11 General Conditions
11.2 Once the lifting has been started, no claim will be entertained at any cost.
11.3 Lifting shall be made in sequence as per instructions of Job coordinator and no
argument of the contractor will be entertained.
11.4 Any person / labor of the contractor involved in any criminal activity and being not
cleared by the NRL security will not be deployed on the job.
11.5 The entry of contractor’s labour / vehicles inside the premises of NRL Keamari
Terminal Karachi for lifting will be strictly against personal valid C.N.I.C copy, valid
Driving license in original & vehicle valid fitness certificate in original. LPG / CNG
fitted vehicles will not be allowed in NRL premises at any cost.
11.6 NRL rules and regulations regarding work permits / safety / gate entrance / exit etc. will
be strictly followed.
11.7 The bidder will have to take special care during lifting and shifting in order to avoid
any damage to NRL equipments/property. The bidder shall be responsible to make
good of any damage caused or done to the Refinery property. NRL decision shall be
final in case of any dispute regarding the extent of damage caused to NRL property.
11.8 NRL representatives have the right to inspect the work during execution and can stop or
interrupt the work with no compensation to the contractor in case procedures are not
followed and wearing of Safety Gadgets / PPE’s are not compiled by his work force.
11.9 The contractor is required to through check the sludge material & its contents during
pre-visit & no claim what so ever during lifting process will be entertained. The
contractor is therefore bound to lift completely all the sludge material & make the area
neat & clean.
11.10 In case of problem during lifting of the material Manager K.T or his authorized
representative will be contacted for resolving the problem.
11.11 Incase of any accident to the contractor or his labor, drivers or workforce, NRL will
provide only emergency first aid treatment. Further treatment will be arranged by the
contractor himself on his own risk and cost.
11.12 The quantity mentioned in BOQ is estimated and may be increased or decreased. The
contractor shall be liable to lift all material of his lot with in limits / available in lot
and clean the area as required by NRL.
11.14 The Name of the contractor and the Title of the Bank Account must be same so that
cheque of Security Deposit / Balance amount are not bounced back. In case of
different address, NRL will not be responsible for making new cheque with new
address.
11.15 The Contractor is required to fully understand the nature & quantum of jobs as detailed
in this Tender Document & must strictly adhere to all the clauses. Any deviation will
not be acceptable by NRL after submitting their bids, during the course of upliftment
or thereafter.
11.16 For pumping / collection of Sludge, the contractor will arrange equipment at his own
cost, and no electricity / power will be provided by NRL.
11.17 The contractor will give his consent in writing for understanding the mechanism and
collection of Sludge from the recovery pit only on as where as basis including mud,
water, oil, sludge etc.
12. NRL reserve the right to accept or reject any or all offers without assigning any reason at any
stage.
In acceptance of the above terms and conditions, the bidder should return copy of this terms
conditions, duly signed and completed, with their quotations.
(name) _________________________________
(address) _________________________________
_________________________________
(phone) ____________fax)_____________
Declaration:
1. The above quoted rates/amount is exclusive of Taxes. GST or any other tax, if applicable at
the time of lifting of the equipment, shall be paid extra in addition to above quote rates.
(Name)_____________________________________________
_____________________________________________