Sie sind auf Seite 1von 32

National Aluminium Company Limited

(A Government of India Enterprise) Captive Power Plant, Angul 759145, Odisha Tel: 06764-220267, Fax: 06764-220303, e-mail: snbaghar@nalcoindia.co.in Ref. No: CPP/MMP/304/3000002091/900001912 GENERAL INFORMATION TO TENDERERS To, Date: 03.04.2014

SUB AND SCOPE: Design, engineering, manufacture, supply, fabrication, assembly, unloading, handling & storage at site, inspection, erection (including mechanical erection works, structural works, civil works, electrical, instrumentation and control works), first fill of lubricants, testing, commissioning, and inclusive of all insurance charges, performance guarantee test of BC-113 Conveyor System & related equipments of Coal Handling Plant (CHP) till handing over together with dismantling of the existing equipments, if any, on turnkey basis for Captive Power Plant (CPP) of National Aluminium Company Ltd. (NALCO) at Angul, Odisha. Ref:
NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 due date for opening on dt.09.05.2014

Dear Sir, Sealed quotations are invited for supply of BC-113 Conveyor System of Coal Handling Plant (CHP) on turnkey basis as per NIT. 1.0 The tender documents pertaining to the subject work are enclosed herewith, which contain the followings; i) General information to Tenderers (04 pages) ii) Annexure-I : Standard terms and conditions of NIT (03 pages) iii) Annexure-II : Bidder compliance statement (agreed terms & conditions) (03 pages) iv) Annexure-III : Deviation schedule to standard terms and conditions of NIT (01 page) v) Annexure-IV : Price Bid format (02 pages) vi) Annexure-V : General Information of Supplier (01 page) vii) Annexure-VI : Technical Specification & Scope of work (09 pages) viii) Annexure-VII : Deviation schedule to Technical Specification (01 page) ix) Annexure-VIII : Format for Bank Guarantee for EMD (01 page) x) Annexure-IX : Format for Contract-cum-Performance Bank Guarantee (02 pages) xi) Annexure-X : List of standardized Banks of NALCO (01 page) xii) Annexure-XI : ECS Mandate Form for e-payment in (01 page) xiii) Annexure-XII : Environment, OHSAS Policy, SA:8000 & Energy Policy (01 page) xiv) Annexure-XIII : Social Accountability 8000 Vendor Compliance Format (02 pages) 1.1 PART-I : TECHNO-COMMERCIAL BID SHOULD CONTAIN THE FOLLOWING; i) Documentary evidence towards pre-qualification criteria (P.Q.C.) ii) Standard Terms & Conditions of NIT as per Annexure-I (03 pages) is to be signed and stamped as token of having accepted all the Terms & Conditions in toto. iii) Bidder compliance statement (as per Annexure-II) duly filled in. iv) Deviation schedule to standard terms and conditions of NIT (as per Annexure-III) if any. v) Detailed technical specification & scope conforming to all the technical requirements covered under AnnexureVI of the tender document. vi) Deviation schedule to the technical specification & scope (as per Annexure-VII) if any. vii) Confirmation to Pre-qualifying criteria (PQC) as per clause no.2.0 of general information to tenderers. viii) Requisite Earnest Money Deposit (EMD) & Tender Fees as applicable

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Page 1

ix) Price schedule containing all the items to be supplied each with respective quantity but price portion to remain blank confirming coverage of individual price components in the price bid as per Annexure-IV. x) Acceptance to our Environment, OHSAS Policy, SA:8000 & Energy Policy (01 page) xi) Social Accountability 8000 Vendor Compliance Format (as per Annexure-XIII) duly filled in 1.2 PART- II: PRICE BID SHOULD CONTAIN THE FOLLOWING; This bid shall contain only the price in words and figures for each individual items as per price bid format (as per Annexure-IV) of the tender document showing the rate and quantum for each individual item of supply including taxes & duties, freight etc whichever & wherever applicable. 2.0 PRE-QUALIFYING CRITERIA (PQC): Agencies intending to participate should fulfill the following minimum pre-qualification criteria: a) EXPERIENCE CRITERIA: The bidder should have experience of having successfully completed similar works in his own name as a prime contractor or proportionate share as member of a Joint Venture during the last 07 years ending up to dt.31.03.2014, should be either of the following; i. At least three similar completed works each costing minimum value of `24 Lakhs OR ii. At least two similar completed works each costing minimum value of `30 Lakhs OR iii. At least one similar completed works each costing minimum value of `48 Lakhs Note: Similar work shall mean engineering, manufacture/ fabrication, supply, erection & commissioning of belt conveying system in bulk material handling plant Following documentary evidence needs to be submitted (all relevant documents are required to be attested by Notary Public) i) Photocopies of major purchase orders for above mentioned similar works executed. ii) Photocopies of performance/ completion certificate towards successful completion of similar works. iii) Any other documents towards evidence for satisfactory completion of the similar works. b) FINANCIAL CRITERIA: i. The average annual financial turnover of bidder during the last three financial years ending dt.31.03.2013 should be at least `18 Lakhs. ii. Net worth of the bidder during the last financial year shall be positive as per the audited balance sheet. Following documentary evidence needs to be submitted (all relevant documents are required to be attested by Notary Public): Annual Report containing audited Balance Sheet and Profit & Loss Account statement for the last 3 years. (Note: While submitting bids, the bidder at times is not able to submit audited results of the previous financial year, as the same is not ready. In such a case for tenders received prior to 30th June of any year, the financial figure for the previous year may also be considered for evaluation. Whereas for bids submitted after 30th June the bidder may also submit financial statement for the previous year certified by Charted Accountant/ Auditor for consideration of their bid.) Note: Failure to meet the above PQC shall render the bid to be summarily rejected. Therefore, the bidder shall in his own interest furnish complete documentary evidence by way of photocopies of orders, Invoices/ Challans, performance/ completion certificates, annual reports, etc. in the first instance itself, in support of their fulfilling the pre-qualification criteria. NALCO reserve the right to complete the evaluation based on the details furnished in the quotation without seeking any additional information. Decision of NALCO on fulfillment of PQC shall be final and binding on the bidders. NALCO reserves the right to reject any offer, if information submitted is ambiguous or not as per the terms of NIT. NALCO reserves the right to visit the manufacturing/ installation sites, if required, before finalizing the purchase order. 3.0 The Bidder is required to submit their bid in two parts, namely Part-I (Techno-Commercial bid) and Part-II (Price bid). Both these sealed envelopes (one sealed envelope containing Techno-commercial Bid & another sealed envelope containing Price Bid) are to be put in another envelope which is to be duly sealed and must be sent by Post or to be dropped in the Tender Box at the office of DGM (Materials), CPP, NALCO, Angul. The common sealed cover should clearly super scribe the followings; i) NIT No. and date
NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 2

3.1 3.2

3.3

3.4

3.5

4.0 4.1

4.2

4.3 5.0

ii) Item description (brief) iii) Bid Part No. (Part-I or Part-II as the case may be) iv) Due date and time of opening. Instruction in Bold on the top of the Envelops: TENDER: DO NOT OPEN BEFORE THE DUE DATE Bid shall be submitted in the manner indicated in the Tender Document so as to reach the address as indicated herein on or before dt.09.05.2014 (10:00 hrs) TENDER FEES: The Tender Fee shall be `2,000/- (inclusive of applicable taxes) and to be submitted in shape of Demand Draft/ Pay Order drawn in favor of National Aluminium Company Limited payable at SBI, Kandasar/ UCO Bank, Balaramprasad/ ICICI Bank, Angul. The tender fee specified shall not be applicable to State or Government of India Undertakings and Small Scale Industries registered with NSIC/ DGS&D (for the product for which they are registered), and others for which specific exemption has been granted by NALCO. The Tender document shall be available for sale in the office of the DGM (Materials), NALCO, CPP and can be purchased by hand on payment of the stated fee in shape of Demand Draft/ Pay Order only. The document can also be downloaded from mentioned website and in such cases Demand Draft/ Pay Order for `2,000/- shall be enclosed along with the Part-I Bid (i.e., Techno-commercial Bid). It shall be the responsibility of the bidder to submit their tender before the scheduled time and date of tender opening. NALCO shall not be responsible for any delay in submission of the tender through posts/ courier/ any other means. Bids received after the last date and time stipulated for receipt of bids shall be summarily rejected. Address for submission of Bids: DGM (Materials) CPP, NALCO, Angul 759145, Odisha The bidders who have downloaded the bid documents from website shall be solely responsible for checking these websites for any addendum/ amendments issued subsequently to the bid document and take into consideration the same while preparing and submitting the bids. TENDER OPENING Only Part I i.e. Techno-commercial bid of the tender shall be opened by CPPs tender opening cell in Materials Department (Purchase) on dt.09.05.2014. In case the bidder(s) submit more than one offer(s) within scheduled/ revised scheduled date of opening of tender, all the offers submitted by the bidder against enquiry shall be opened and latest offer only shall be considered for evaluation. In case more than one offer with the same date is received from a bidder, the lowest shall be considered. The bidders may depute their representative (not more than one person) for witnessing tender opening if they so desire. The representative of the Bidders shall be required to furnish authorization letter for attending tender opening. At the time of opening of Part-I bid (TechnoCommercial bid), the names of all the Bidders who submitted their bids shall be read out and other such details as the Owner, at its discretion, may consider appropriate The price bids of ONLY the Techno-commercially accepted bids shall be opened later. EARNEST MONEY DEPOSIT (EMD): Tenderers are required to submit interest free EMD of `60,000/- (Rupees Sixty Thousand only) in shape of Demand Draft/ Bankers Cheque drawn in favor of National Aluminium Company Limited Payable at SBI, Kandsar/ UCO Bank, Balaramprasad/ ICICI Bank, Angul or in the form of Bank Guarantee valid for six months in NALCOs format (AnnexureVIII) from any bank approved by NALCO enclosed (AnnexureX). EMD in the form of DD/ Bankers Cheque/ BG should be submitted along with Techno-Commercial bid (i.e., Part-I) only. Offers received without EMD shall not be considered. This deposit shall not carry any interest. The Public Sectors, Government agencies and the Firms registered with DGS&D/ NSIC (for the product for which they are registered), and others for which specific exemption has been granted by NALCO such as Ancillary Industries etc. are exempted from payment of EMD. The exemption for submitting EMD may be considered only if photocopy of a valid Registration Certificate for the product is submitted along with the offer. The original Bank Guarantee is required to be sent directly by the Bank under speed post or Registered Post (AD) to the addressee given in the tender document. The Bidder shall submit photocopy of Bank Guarantee duly self-certified mentioning dispatch reference of the Bank from where original Bank Guarantee has been sent. The EMD shall be returned to all unsuccessful bidders after finalization of the order. The EMD of the successful bidder shall be returned after they accept the order and submit Contract-cumperformance bank guarantee (CPBG). If the successful bidder accepts the order but fails to submit the CPBG, the EMD shall be retained. In such cases the differential amount towards CPBG and EMD
Page 3

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

6.0

7.0

8.0 9.0 9.1

9.2

9.3 9.4

9.5 9.6 9.7

9.8

10.0

11.0 12.0

may be deducted from the bills of Vendor which may be released after receipt of CPBG. In the event of non-execution of Order, the EMD shall stand forfeited. CRITERIA FOR REJECTION OF TENDER 1. Bids not fulfilling PQC requirement. 2. Bids not as per technical requirement & scope of work (AnnexureVI). 3. Incomplete bid(s) either technical or commercial. 4. Non-acceptance of standard terms and conditions of NIT (Annexure-I). 5. Bids without tender fees excepting those exempted. 6. Bids without EMD excepting those exempted. 7. Bids not in two part as described before. 8. Bids not received within scheduled date and time of tender opening. 9. Price bid not as per bid format (AnnexureIV of tender document). 10. Disclosure of Price anywhere in the techno-commercial bid (Part-I). OFFER VALIDITY: The tender submitted shall remain valid for at least 90 days from the date of opening of the tender. If required NALCO may request for further extension of offer validity for a period of 90 days. Bidders to note that Purchase Preference Policy of Government of India to grant Purchase Preference, as applicable, shall be followed at the discretion of NALCO. IMPORTANT INSTRUCTIONS: Before submission of the quotation, the Bidders must make themselves fully conversant with the Tender Document and other relevant information, so that no ambiguity may arise in any respect subsequent to the submission of the bid. Bidders are advised to visit the site to get acquainted with the site conditions, site scope requirements fully and to look at the present/ existing system in operation and understand completely their scope of work before submitting the quotations. Any pretence of ignorance in a later stage shall not be acceptable. If corrections be needed while filling the bid, the same be made by the Bidder with his dated signature. If any Bidder finds any discrepancies or omissions in the specifications and documents or is in doubt as to the true meaning of any part, he shall at once request in writing for an interpretation/ clarification to the Owner. However, for this reason, the tender opening date shall not be extended. If the Bidder deliberately gives wrong information in his quotation to create circumstances for the acceptance of his bid, the Owner reserves the right to reject such bid at any stage. Bid documents and the quotations submitted are non-transferable. The tender documents are meant for the exclusive purpose of bidding against the subject package and shall not be transferred, reproduced or otherwise used for the purposes other than that for which these are specifically issued. NALCO reserves the right to conduct price negotiation, if necessary, and the same shall be done with lowest acceptable tenderer only. Bidders are required to quote their lowest price in view of the fact that price negotiation, if any, shall be held with the lowest acceptable bidder only. NALCO reserves the right to accept or reject any or all tenders and to extend the due date for submission of Bids without assigning any reason thereof. However, a bidder may seek clarification regarding the bidding document provisions, bidding process and/ or rejection of his bid which shall be responded within a reasonable time. Late Tenders are liable to be rejected. NALCO shall not be responsible for any Postal or In-transit delay whatsoever. Incomplete offers and offer not confirming acceptance to NALCOs terms and conditions in toto, including validity period of offer, as stipulated in this NIT shall be liable for rejection Thanking you. Yours faithfully, For National Aluminium Company Limited

AGM (Materials) Encl: Tender documents (32 pages including this general information to tenderers)

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Page 4

1.0

2.0 3.0

ANNEXURE I STANDARD TERMS AND CONDITIONS OF NIT PRICE: Quotation shall be made on FOR Destination/ free delivery at site basis inclusive of taxes, duties, levies, packing, forwarding, freight and unloading charges etc. each indicated clearly and separately. Wherever the taxes and duties are not specifically indicated, the prices quoted shall be presumed as inclusive of all taxes & duties and no statutory variation shall be payable by NALCO. The rates of taxes and duties should be clearly mentioned. Excise tariff heading and sub-heading no. should be indicated in the offer. Transit insurance shall be arranged by NALCO and hence this should be considered in the offer. Any condition or component of the Enquiry having a financial bearing on arriving at the landed price at NALCO or otherwise payable by NALCO, if not quoted or agreed to in the tender, shall be suitably loaded to the quoted price for comparison purpose. Bidders are requested to quote their best prices considering the fact that price negotiation, if required, may be held with the lowest tenderer only. PRICE FIRMNESS: All prices quoted must remain firm & fixed till complete execution of the order except for statutory variation in taxes and duties during contractual delivery period. Any increase in taxes and duties after expiry of the delivery period shall be to suppliers account. Quotations should preferably be type written and any correction, overwriting should be initialed. Rates to be indicated both in words and figures. 4.2 Drawings submitted along with the offer shall become property of the purchaser. 4.3 Printed conditions (if any) on the backside of your offer shall be ignored. 4.4 In case the tenderer has entered into Rate Contract with DGS&D/ EPM, a copy of Rate Contract must be sent along with the tender LIST OF PARTNERS/ DIRECTORS: In Techno-commercial bid (Part-I), the bidders should furnish a list of its Partners/ Directors and a declaration that such Partners/ Directors have no interest in any other bidders in respect of the same tender. TERMS OF PAYMENT: FOR SUPPLY PORTION (i.e., all equipments, accessories, etc.): 6.1.1 80% (eighty percent) payment of supply portion along with taxes and duties shall be made on prorata basis after receipt & acceptance of materials at site against submission of relevant bills as per approved billing schedule of the total system against certification from concerned Engineer-incharge from NALCO subject to submission of composite Contract cum performance bank guarantee (CPBG) worth 10% of the order value and duly accepted by our Finance. The CPBG shall be sent prior to any claim for payment. 6.1.2 20% (twenty percent) payment of supply portion shall be made after successful completion of erection, commissioning, performance testing, etc. of the total system against certification from concerned Engineer-in-charge from NALCO. FOR SERVICES (i.e., dismantling, erection, commissioning, testing, etc.): 6.2.1 90% (ninety percent) payment of the total services (i.e., installation, erection, commissioning, testing, etc.) shall be made on pro-rata basis as per the actual progress of work at site against submission of relevant bills as per approved billing schedule against certification from concerned Engineer-in-charge from NALCO. 6.2.2 10% (ten percent) payment of the total services (i.e., installation, erection, commissioning, testing, etc.) shall be made after successful completion of erection, commissioning, performance testing, etc. of the total system and on final taking over by NALCO against submission of final bill duly certified from concerned Engineer-in-charge from NALCO. THE PAYING AUTHORITY: D.G.M. (Finance), NALCO, CPP, Angul, Odisha, PIN759145. Invoices in duplicate shall be directly forwarded to him for arranging payment. The payment shall be released through e-mode facilities of RTGS/ NEFT/ Internet Banking from NALCO, CPP, Angul for which the seller has to submit Bank Mandate Form for e-payment. DELIVERY & TOTAL COMPLETION PERIOD (for Supply, Fabrication, Installation, Commissioning, Testing, etc.): 7.1.1 For SUPPLY:- Supply of all materials along with all its accessories of the total system up to NALCO, CPP site shall be made within 04 Months from the date of award of LOI/ PO. 7.1.2 For DISMANTLING, ERECTION, COMMISSIONING, TESTING, etc.:- Fabrication, installation, erection (including mechanical erection works, structural works, civil works, electrical, instrumentation & control works), first fill of lubricants, commissioning, performance testing, etc. till handing over of the complete system together with dismantling of the existing equipments, if any, shall be done by the suppliers representative at NALCO, CPP site within 08 months from the date of award of LOI/ PO. All the activities like Mechanical completion, pre-commissioning, plant ready for commissioning, etc. shall be as per technical specification & scope as at Annexure-VI.
Page 5

4.0 4.1

5.0

6.0 6.1

6.2

6.3

7.0

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

8.0

8.1

9.0

10.0

10.1

11.0

12.0 13.0

14.0

15.0

LIQUIDATED DAMAGES AND RISK & COST PURCHASE: Considering NALCO's delivery requirement, firm delivery schedule should be quoted. For delay in delivery attributable to the supplier, price shall get reduced @ 1/2% of order value for each week or part thereof, subject to maximum of 5% of undelivered portion/ the order value (if the item(s) cannot be used unless full supply is made). If the equipment/ machinery /items cannot be commissioned or used for non-supply of any item(s), price shall be reduced by 5% of the total order value. RISK & COST PURCHASE: If the seller fails to fulfill the terms and conditions of the order, NALCO reserve the right to procure the material from alternate sources for execution/ completion of the order and recover from seller all charges/ expenses/ losses/ damages suffered by NALCO, at the Risk and Cost of the seller after giving 15 days notice to the seller. Any increase in taxes and duties after expiry of the delivery period shall be to supplier's account. This shall be without prejudice to the rights of NALCO for any other action including termination. TERMINATION OF CONTRACT: NALCO shall have the right to terminate the contract by giving 60 days notice without assigning any reasons thereof. However, in the event of any breach of terms of the contract, NALCO shall have right to terminate the contract by written notice to the Seller. GUARANTEE: The material to be supplied shall have a guarantee of 18 months from the date of last dispatch or 12 months from the date of satisfactory commissioning at NALCO site whichever is earlier against defective design, faulty materials of construction, poor workmanship, faulty operating characteristics, unsatisfactory performance, etc. The guarantee certificate to this effect has to be submitted along with the dispatch documents while claiming payment. CPBG: To cover the guarantee liabilities, the seller shall furnish a composite Contract-CumPerformance Bank Guarantee (CPBG) in NALCOs prescribed format (enclosed herewith as per Annexure-IX) towards successful execution of the contract and for Performance Guarantee obligation of the equipment/ system to support equipments trouble free performance from any bank approved by NALCO (as per Annexure-X) for 10% (ten percent) of the order value including amendment (if any), which shall remain valid up to 18 months from the date of last dispatch or 12 months from the date of satisfactory commissioning whichever is earlier excluding the claim period of 03 months. The CPBG shall be sent before claiming any payment. If the vendor fails to submit CPBG after placement of order, the equivalent amount shall be recovered from the bill(s) of the vendor. If the bidder has been exempted from submission of EMD (ref EMD clause) they have to submit CPBG for 10% of the order value including amendment as per above details. Subject to any deduction which NALCO is authorized to make CPBG shall be released after satisfactory execution of the contract and on completion of warranty period as mentioned above. On the breach of the contract by the supplier, CPBG shall be forfeited/ encashed whether or not the company has suffered a loss on this account and Purchase Order shall be rescinded. Forfeiture/ encashment of CPBG does not prejudice NALCO's rights to make risk and cost purchases and recover damages on account of such risk and cost purchases. INSURANCE: The supplier shall arrange insurance of the equipments and materials included under the scope of contract, to cover risk in transit between sellers works to purchasers site and also for erection, commissioning, testing, etc. at NALCOs site till handing over of the complete system to NALCO. Bidder must indicate their Excise duty registration no., TIN/ CST/ State Sales Tax/ VAT registration no., Service tax registration no., WCT registration no., PAN No., etc in their quotation in Part-I bid. PRE-DISPATCH INSPECTION & TESTING: Pre-dispatch inspection (PDI) and testing may be done by our representative(s) at Suppliers works prior to dispatch with 15 days of prior intimation. However, final inspection & testing shall be carried out by NALCO at NALCO site and the result shall be binding on the supplier on whom order is placed. Manufacturer's Standard Test Certificate/ Material Test Certificate from Govt./ NABL approved test house are to be provided wherever required. The detailed inspection and testing shall be as per the technical specification & scope of work as at Annexure-VI. FORCE MAJEURE: Any delay or failure to perform the contract by either bidder caused by acts of god or acts of Government or any direction or restriction imposed by Government of India which may affect the contract or the public enemy or contingencies like strike, riots etc shall not be considered as default for the performance of the contract or give rise to any claim for damage. Within 07days of occurrence and cessation of the event(s), the other bidder shall be notified. Only those events of Force Majeure which impedes the execution of the contract at the time of its occurrence shall be taken in to cognizance. ARBITRATION: In case of any dispute or difference arising out of the contract which can not be resolved mutually between NALCO and seller, it shall be referred to a sole arbitrator to be appointed by the CMD, NALCO. The CMD, NALCO shall communicate/ cause to communicate, a panel of three names of persons to sellers/ NALCO as the case may be in this regard with in 30 (thirty) days of notice of arbitration by the seller/ NALCO as the case may be, to select any one of them to be
Page 6

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

appointed as the arbitrator. In case seller/ NALCO as the case may be has not communicated its selection as above within 30 (Thirty) days, CMD, NALCO shall appoint any one of the persons from the panel as a sole arbitrator. The arbitrator shall be given a reasoned and speaking award. The award of the arbitrator shall be binding on both the parties. The venue of arbitration shall be at Bhubaneswar. In case of any vacancy another Arbitrator shall be appointed in the same manner as above. The Arbitration and Conciliation act 1996 and rules made there under shall apply to the Arbitration proceedings. The contract shall be governed by and construed according to the laws in force in India and subject to exclusive jurisdiction of the courts of Bhubaneswar only. 16.0 CRIMINAL PROCEEDINGS/ CASES: The bidder or its Proprietor/ Partner(s)/ Director(s) of the firm should not have been convicted by a court of Law for an offence involving moral turpitude in relation to business dealings during the past seven (7) years. The bidder shall give an affidavit to this effect. The affidavit must be affirmed before the competent judicial authority or attested by Notary Public. 16.1 LITIGATION HISTORY: Bidder should furnish litigation history of their firm or group firm (if claiming fulfillment of PQC on group entity terms). The litigation history shall include. i) Arbitration cases pending ii) Disputed incomplete works iii) Pending civil cases against the firm or its Proprietor/ Partner(s)/ Director(s) involving moral turpitude in relation to business dealings iv) Pending criminal cases against the firm or its Proprietor/ Partner(s)/ Director(s) involving moral turpitude in relation to business dealings. v) Punishments awarded under civil cases or criminal cases involving moral turpitude in relation to business dealings. All the above documents are required to be submitted along with the Techno-commercial Bid. 17.0 (i) ENVIRONMENT POLICY (Annexure-XII): The bidder shall ensure that the products manufactured and supplied by them are manufactured thru Eco-friendly manufacturing processes with efficient use of natural resources and as per the standard statutory environmental norms/ requirement in compliance to NALCOs environment policy. (ii) OHSAS (as per Annexure-XII): The bidder should ensure that the materials supplied by them are free from any occupational health and safety impact during transportation, handling, installation, commissioning and subsequent use. (iii) SOCIAL ACCOUNTABILITY POLICY (as per Annexure-XII): The bidder should ensure to follow the statutory social accountability norms. The bidders are requested to fill up the Vendor compliance format for Social accountability enclosed as Annexure-XII (iv) ENERGY POLICY(Annexure-XII):The bidder shall ensure to follow statutory norms for energy use 18.0 AGM (Mechnical), CHP, NALCO, CPP shall be the Engineer-In-charge and he or his representative shall be the certifying officer from NALCO for all requirements including Bill payment. He shall be the overall coordinating officer for the execution of this contract. 19.0 Any deviation to the NIT to be clearly spelt out in deviation schedule as per AnnexureIII & AnnexureVII. However, it is to the discretion of the NALCO to accept/ reject any or all the deviations and NALCOs decision shall be final and binding for the tenderer on acceptance/ rejection of such tender. 20.0 NALCO reserves the right to accept any tender in full or in part or to reject any or all tenders without assigning any reasons thereof. 21.0 Complete specifications with relevant Indian/ International Standards, Manufacturer's name/ brand name and country of origin with catalogues and drawings if any should be sent with the offer. Offer without adequate technical specifications/ information shall liable to be rejected. 22.0 No part of the contract nor any share or interest therein shall, in any manner or degree, be transferred, assigned or sub-let by the Seller directly or indirectly to any person, firm or corporation whatsoever without the consent of NALCO in writing. 23.0 In case Entry Tax is applicable, the same shall be reimbursed to the supplier for supplies made from within the state of Odisha, against certification on Invoice. In case of the supplies coming from outside the State of Odisha, Entry Tax as applicable shall be paid by NALCO directly to Sales Tax Authority. Accordingly, for the purpose of evaluation, Entry Tax, as applicable may be loaded before freight in case of supplies to be made within Odisha & in case of supplies from outside the State of Odisha, Entry Tax, as applicable may be loaded after addition of freight element. For supplies coming from within the state of Odisha, NALCO shall issue Form No-E15. Confirmation by Bidder/ Tenderer: (Please tick any of the two) 1.0 The Standard terms & conditions of NIT from Sl.No.1 to 23 are accepted & confirmed by us. OR 2.0 We accept all the standard terms & conditions of NIT except the deviations to Clauses __________ and the same has been detailed as per Annexure III of NIT. Signature of Tenderer with seal & date
NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 7

ANNEXURE II BIDDER COMPLIANCE STATEMENT (AGREED TERMS & CONDITIONS) (To be filled in by the Tenderer and submitted along with Techno-Commercial bid)
IMPORTANT 1. This bidder compliance statement must be filled in against all serial nos. & to be enclosed with the Part-I Bid i.e., Techno-Commercial offer. Non submission or submission of incomplete questionnaire may lead to rejection of the offer. 2. All the terms & conditions of NIT along with addendum except to any deviations taken must be given in this bidder compliance statement itself and not elsewhere in the quotation. The deviations taken in reference to the NIT requirement, if any, must be indicated in Annexure-III & Annexure-VII as applicable. In case of contradiction/ conflicting version found by NALCO at different places of quotation, NALCO can choose any version or the terms given below shall prevail. Sl. No. 1. Descriptions We M/s._________________________ (please specify your company name) have understood the complete technical requirements and scope for BC-113 Conveyor System of Coal Handling Plant (CHP) as per Annexure-VI of the NIT. In case of deviations to technical requirement, please confirm that the same has been mentioned separately as per format at Annexure-VII of NIT. Confirm that technical data sheets have been attached, wherever required. LOADING: It may be noted that deviations to terms & conditions shall lead to loading of prices or rejection of offer. Any Deviation to NALCOs requirements shall be loaded while evaluating and comparing of prices. Accordingly L-1 price shall be derived. PRICE (as per Clause No.1.0 of Annexure-I): Confirm that the quoted prices are based on FOR destination point including packing & forwarding. (i) If quoted on Ex- works basis, indicate P&F charges in terms of percentage. (ii) Indicate dispatching station. FIRM PRICE: Confirm that the quoted prices are firm and fixed till complete execution of order VALIDITY OF OFFER (as per Clause No. 7.0 of General Information to Tenderers): Confirm that the offer shall be valid up to 90 days from the bid due date. SALES TAX: Indicate the percentage (%) of Central Sales Tax/ Odisha VAT payable extra. (i) CST without concessional Form. (ii) CST with concessional Form. CST is Payable extra against C Form; E1 Form to be issued by vendor against C Form. (iii) VAT without concessional form. (iv) VAT with concessional Form. EXCISE DUTY / CUSTOMS DUTY: (a) Indicate present rate of Excise Duty & Education Cess applicable on the supplies and whether the same is included/ excluded from quoted prices. ED inclusive of Cess is payable extra as per rates applicable at the time of dispatch (within PO completion period). (b) Statutory increase in Excise Duty & Education Cess beyond contractual delivery date shall be to Vendors account but in case of any reduction on the same up to the actual date of dispatch shall be to owners account. (c) If ED & Cess is presently not applicable, please confirm that the same shall be borne by the vendor in case it becomes leviable later. (d) In case point no.(c) not acceptable, please indicate the maximum rate of ED & Cess applicable on the items for the purpose of loading the same for comparison. FREIGHT & MODE OF TRANSPORT: (a) Equipment to be dispatched by road on freight prepaid basis and on door delivery basis. Please confirm that a firm freight charge up to site by road is quoted in price bid. Consignee copy of LR to be sent with truck. Consignment may be dispatched by our authorized transporters. (b) In case you have not indicated the freight charges separately in the price schedule, please quote the same in terms of percentage of the quoted price. Page 8 Bidders confirmation with details

2. 3. 4.

5.

6. 7.

8.

9.

10.

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Sl. No. 11.

Descriptions INSURANCE (as per Clause No. 11.0 of Annexure-I): Insurance of equipment, materials, etc. shall be arranged by the supplier till handing over the complete system to NALCO. Please confirm that insurance as above is included in the quoted prices. ENTRY TAX: (a) Entry Tax, as applicable, shall be reimbursed to the supplier for supplies made from within the state of Odisha, against certification on the Invoice. Bidders are required to indicate Entry Tax separately if reimbursement is to be claimed. In all other cases Entry Tax on supplied items shall be paid by NALCO directly to Tax Authorities. (b) Under E-1 sale basis, necessary Way Bill shall be provided by supplier and the amount of Entry Tax paid shall be reimbursed by NALCO against certification on your Invoice. Confirm submission of following documents with offer (as per Clause No. 12.0 of Annexure-I): 1) Valid Excise Regn. Certificate. 2) Valid Sales Tax Regn. Certificate. 3) Valid Service Tax Regn. Certificate. 4) TIN (Tax Identification No.) 5) Valid WCT registration no. 6) PAN No., Confirm that all taxes, duties and levies of any kind other than as mentioned in your Price Bid payable up to the stage of handing over of the system to NALCO shall be borne by you. Confirm that quoted prices are inclusive of all testing charges as required in the NIT (a) Confirm submission of a copy of Price Bid deleting Price portion in part-I Bid (as per Clause No. 2.1(ix) of General Information to Tenderers) (b) Confirm that the quoted prices are strictly as per the price bid format as at Annexure-IV of NIT TERMS OF PAYMENT (as per Clause No. 6.0 of Annexure-I): Confirm acceptance of relevant terms of payment. DELIVERY & COMPLETION PERIOD (as per Clause No. 7.0 of Annexure-I): The total completion period shall be within 08 months from the date of award of LOI/ PO. Confirm acceptance to completion period. LIQUIDATED DAMAGES (as per Clause No. 8.0 of Annexure-I): Any delay in delivery/ completion shall attract LD at 0.5% value of contract price per week or part thereof subject to a maximum 5% of the total order value. Confirm acceptance of LD for delay in deliveries/ execution. RISK & COST PURCHASE (as per Clause No. 8.1 of Annexure-I): NALCO reserves the right to procure the material from alternate sources at the Risk and Cost of the supplier, giving 15 days notice. Confirm acceptance of relevant terms. Confirm that in case of delay in delivery on account of vendor, if any new or additional taxes & duties imposed after scheduled contractual delivery shall be to suppliers account. TERMINATION OF CONTRACT (as per Clause No. 9.0 of Annexure-I): Confirm acceptance of relevant terms of termination of contract. GUARANTEE PERIOD (as per Clause No. 10.0 of Annexure-I): 18 months from the date of last dispatch or 12 months from the date of handing over of system to NALCO whichever is earlier against defective design, faulty materials of construction, poor workmanship and unsatisfactory performance. Please confirm. CONTRACT CUM PERFORMANCE BANK GUARANTEE (as per Clause No. 10.1 of Annexure-I): CPBG for 10% of order value to be submitted against receipt of Purchase Order. Confirm that CPBG as required shall be furnished before claiming of payment. PRE-DISPATCH INSPECTION & TESTING (as per Clause No.1.03 of AnnexureVI & Clause No.13.0 of Annexure-I) : Confirm acceptance of relevant terms of inspection & testing FORCE MAJEURE (as per Clause No. 14.0 of Annexure-I): Only those events of Force Majeure which impedes the execution of the contract at the time of its occurrence shall be taken in to cognizance. Please confirm acceptance.

Bidders confirmation with details

12.

13.

14.

15.

16. 17.

18. 19.

20.

21.

22.

23. 24.

25.

26.

27.

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Page 9

Sl. No. 28. 29. 30. 31.

Descriptions ARBITRATION (as per Clause No. 15.0 of Annexure-I): Subject to Bhubaneswar Jurisdiction only based on Indian Arbitration Act 1996. EARNEST MONEY DEPOSIT (as per Clause No. 5.0 of General Information to Tenderers): Confirm submission of interest free EMD of `60,000/TENDER FEES (as per Clause No. 3.2 of General Information to Tenderers): Confirm submission of `2,000/(i) Please confirm that all other terms & conditions including Addendum & Corrigendum (if any) issued to this NIT shall form part of the Tender documents. (ii) In case of deviations to the NIT, please mention clause wise comments as per Annexure-III & Annexure-VII of NIT (iii) Please confirm that the deviation to NIT has been mentioned in Annexure-III & Annexure-VII and the deviation has not been repeated elsewhere in the quotation. Please note, if deviations taken to the NIT has been indicated elsewhere in your quotation shall be ignored. Import permit/ License, if required shall be the responsibility of the Seller and any expenditure towards the same shall be borne by you. Please confirm. In case of any Imported supply, same to be quoted in INR only. Please confirm that all variations in Customs duty and Foreign Exchange till complete execution of the contract shall be to Sellers account. PRE-QUALIFICATION CRITERIA (PQC) (as per Clause No. 2.0 of General Information to Tenderers): Please confirm, necessary documents have been furnished to qualify PQC. Please indicate the total no. of consignments LIST OF PARTNERS/ DIRECTORS (as per Clause No. 5.0 of Annexure-I): To furnish a list of Partners/ Directors and a declaration that such Partners/ Directors have no interest in any other bidders in respect of the same tender CRIMINAL PROCEEDINGS (as per Clause No. 16.0 of Annexure-I): Confirm submission of Affidavit LITIGATION HISTORY (as per Clause No. 16.1 of Annexure-I): Confirm submission of Affidavit Please furnish Annual Report containing audited Balance Sheet and Profit & Loss Account for the last 3 years. Confirm that net worth of your company during the last financial year is positive. Confirm that in case of conflicting version of various terms & conditions at different places, Owner can choose any version. Please confirm that you have not been banned or de-listed by any Government or Quasi Government agencies or PSU. REJECTION OF OFFER: NALCO reserves the right to reject the offer, in case the bidders past performance in any of the NALCOs previous contract is not found to be satisfactory. Bidders are required to quote prices inclusive of Works Contract Tax (WCT), Odisha VAT & Income Tax on Service portions/ Works Contract, etc., if applicable. In case the offer is silent on these points, it shall be deemed that the same has been taken into consideration by the bidder in their quoted prices towards service portions. Any variations on the above at a later date shall not be payable on this account by NALCO. Liability of WCT, etc. on all applicable service portions shall be solely to Contractors account. Contractor is required to settle WCT, etc. directly with the Sales Tax Authority without any liability on the part of NALCO. Please confirm that the products offered by you are manufactured through ecofriendly process with efficient use of natural resources and as per the standard statutory environmental requirements/ norms.

Bidders confirmation with details

32. 33.

34.

35. 36.

37. 38. 39. 40. 41. 42. 43.

44.

45.

Place: Date:

Signature: Name: Designation: Seal:

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Page 10

ANNEXURE III DEVIATION SCHEDULE TO STANDARD TERMS & CONDITIONS OF NIT (To be filled in by the Tenderer and to be submitted with Techno-Commercial bid) If the Bidder has got any deviation from the standard terms & conditions of NIT, bidder shall tabulate those deviations in this schedule. Please attach more sheets, if necessary. It is confirmed that except those deviations, as tabulated hereunder, the complete offer is in agreement with the NIT requirement. NOTE: 1. Deviation to the standard terms & conditions (Annexure-I) and bidder compliance statement (AnnexureII), if any, shall be indicated only in this schedule. 2. Deviation listed elsewhere shall not be taken cognizance of and shall be ignored. 3. No separate printed terms and conditions shall be considered and shall be ignored. 4. In respect of deviations, if any, the Bid shall be rejected without any indications. 5. In case of contradiction/ conflicting version found by NALCO at different places of quotation, NALCO can choose any version or the bid may be rejected without any indications. Sl. No. Annexure No. Clause No. Page No. of NIT Deviation Taken against NIT condition Reasons for deviation

SIGNATURE NAME

__________________________ __________________________

DESIGNATION __________________________

DATE:

BIDDERS SEAL

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Page 11

ANNEXURE IV PRICE BID FORMAT (The bidder is required to submit their offer as per Price Bid format only) Quotation No. _____________________________ Date: _________ (NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014) Sl. No. 1.0 Unit U/M No. Unit Rate (`) Excise Duty Freight up Pkg. & including CST/ VAT to NALCO Forwarding Edu. Cess CPP Site Please indicate both in percentage & amount Please indicate both in percentage & amount Please indicate both in percentage & amount Entry Tax Please indicate both in percentage & amount Service Tax including Edu. Cess Please indicate both in percentage & amount Total Price (`) Total Price (`)

Brief Description (Supply) Material Code: 99999007940 Design, engineering, manufacture, supply, fabrication, assembly, unloading, handling & storage at site, inspection, first fill of lubricants, of BC-113 Conveyor System & related equipments of Coal Handling Plant (CHP) as per Technical Specification & Scope of work as at Annexure-VI along with all accessories, auxiliaries and associated equipment, etc. inclusive of all insurance charges till handing over of the system to NALCO. Total (A) ` = Brief Description (Services)

Qty. 01

Sl. No. 2.0

Qty. 01

Unit U/M No.

Unit Rate (`)

Charges for dismantling of the existing equipments, if any, together with erection (including mechanical erection works, structural works, civil works, electrical, instrumentation and control works), first fill of lubricants, testing, commissioning, performance guarantee test of BC-113 Conveyor System & related equipments of Coal Handling Plant (CHP) as per Technical Specification & Scope of work as at Annexure-VI along with all accessories, auxiliaries and associated equipment, etc. inclusive of all insurance charges, work contract tax, income tax, etc. till handing over of the system to NALCO. Total (B) ` =

Signature & Seal of the Bidder with date REMARKS: i) The materials quoted confirm to the technical requirement as indicated in Annexure-VI of your tender. ii) The rates have been quoted after going through the NIT requirement. iii) Excise Tarrif Heading ____________________________ iv) Our TIN No. _____________________________________ v) Dispatching Station _____________________________
NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 12

Note:1. The exact amount of Excise Duty (E.D.) inclusive of Cess is required to be mentioned in terms of exact percentage of quoted basic unit price (+) plus Packing & Forwarding (P&F) and in terms of fixed value. If excise duty is not mentioned as prescribed or excise duty is quoted as inclusive/ not applicable, evaluation of bids shall be done without considering CENVAT credit. Incase E.D. is indicated as Not Applicable or Nil, the reasons must be mentioned in the offer along with tariff head. The bidder should quote actual amount of E.D. applicable where excise duty is quoted as inclusive in their quoted rate. In case the E.D. amount as per Excise Invoice is found to be lower than the quoted rate due to reasons other than change in tariff, the differential excise duty amount shall be recovered from the invoice value. If excise duty is mentioned as inclusive in the quoted price, the exact amount of E.D. inclusive has to be mentioned in the offer for which E.D. Invoice shall be furnished for NALCO to avail CENVAT credit. 2. Unit rates shall be firm and fixed till complete execution of the contract excepting statutory variation in taxes and duties within the contractual completion period. 3. In case of dispatches from outside the state of Odisha, percentage of CST against submission of Form-C or otherwise is to be clearly mentioned. In case of dispatches within the state of Odisha, the applicable rate of VAT is to be clearly mentioned. 4. (a) In case of supplies to be made within the state of Odisha, Entry Tax as applicable is required to be mentioned clearly. If Entry Tax is not mentioned clearly, it will be presumed that Entry Tax is inclusive in quoted price. (b) In case of supplies to be made from outside the state of Odisha, Entry Tax will be paid by NALCO directly to Sales Tax authorities. 5. Insurance of equipments, materials, etc. shall be arranged by the supplier till handing over the complete system to NALCO. Bidders are required to include insurance charges in their offer. 6. Total amount of freight including Service Tax (including Cess), if any is to be mentioned in the above format under freight column. The breakup of freight, Service Tax & Cess is to be clearly mentioned in the format as given below. If break up is not provided as per the following format, the evaluation of bids shall be done without considering CENVAT credit for Service Tax. (*) Freight Element (in `) Freight Service tax Cess on service tax Total freight mentioned in price bid format 7. Total quoted prices shall be inclusive of all taxes and duties as currently applicable in India. 8. Bidders are required to quote prices inclusive of Works Contract Tax (WCT), Odisha VAT & Income Tax on Service portions/ Works Contract, etc., if applicable. In case the offer is silent on these points, it shall be deemed that the same has been taken into consideration by the bidder in their quoted prices towards service portions. Any variations on the above at a later date shall not be payable on this account by NALCO. Liability of WCT, etc. on all applicable service portions shall be solely to Contractors account. Contractor is required to settle WCT, etc. directly with the Sales Tax Authority without any liability on the part of NALCO. 9. Supply of all equipment and components to successfully complete the scope specified in the NIT shall be in the scope of the bidder and construed as included in the price quoted irrespective of the position whether or not the same is specifically mentioned elsewhere. 10. The Price Bid has to be submitted in Bidders own letterhead only. 11. Copy of the price bid, deleting only the price figures, (i.e. price blank) and written Quoted/ Not Quoted/ Not Applicable, as the case may be, shall be submitted as an integral part of the Part-I: Techno-commercial bid. Further, Bidder to note that the prices quoted in Part-II: Price bid shall be without additional qualification/ condition/ remarks which have not appeared in the aforesaid price blank submitted along with Part-I bid. Any additional qualification/ condition/ remarks, which are specified only in the priced bid, are liable to be ignored. 12. Bidder to submit the list of items along with quantities & prices wherever applicable as per NIT requirement. 13. Any condition or component of the NIT having a financial bearing on arriving at the landed price at NALCO or otherwise payable by NALCO, if not quoted or agreed to in the tender, shall be suitably loaded to the quoted price for comparison purpose. 14. Any correction in the quotation shall be initialed by the bidder himself otherwise the offer shall be rejected.

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Page 13

ANNEXURE V GENERAL INFORMATION OF SUPPLIERS (To be filled in by the Tenderer and submitted with Techno-Commercial bid)

NAME & COMPLETE ADDRESS OF THE SUPPLIER : __________________________________ __________________________________ __________________________________ NAME OF CONTACT PERSON TELEPHONE No. FAX NO. MOBILE No. E-MAIL ADDRESS LOCATION OF UNIT : __________________________________ : __________________________________ : __________________________________ : __________________________________ : __________________________________ : __________________________________

Signature & Seal of the Bidder with date

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Page 14

ANNEXURE VI

TECHNICAL SPECIFICATION AND SCOPE OF WORK


DESIGN, SUPPLY, ERECTION AND COMMISSIONING OF BC -113 CONVEYOR SYSTEM OF CHP SCOPE OF WORK; (Design &Supply, Erection and commissioning) 1.00 1.01 Technical Specification Basic Design Information: The intended BC-113 conveyor system and related equipment is a parallel to the existing BC-114 and will be used as a reclaiming route. Bidder to install a suspended magnet with suitable specification along with necessary supporting structures on BC 113 and also on BC 114 conveyors. A fire fighting system is to be installed with proposed conveyor BC 113, which will be connected with the existing fire fighting line, as available in BC114. The interested parties are to visit the plant before quoting and understand safety hazards and safety measures to be taken while executing jobs at site before submitting the quotation. Site Design Data: Atmospheric Pressure 995.5 mbar Maximum dry bulb temperature 44.7 deg. C Minimum dry bulb temperature 9.4 deg. C Max. wet bulb temperature 29.0 deg. C Min. wet bulb temperature 14.0 deg. C Max. relative humidity 83 Min. relative humidity 26 Heaviest rainfall in 24 hours 257.3 mm Prevailing wind direction is West Predominantly from North west Max. Wind speed 180 km/hr Latitude 20 51 min N Longitude 85 12 min E Altitude from mean sea level 97m Susceptibility to Earth quake Zone-II and Zone-III as per IS:1893 DESCRIPTION, DESIGN & CONSTRUCTION DETAILS Description of the proposed system: The complete conveyor system as described herein shall be adequate for handling the coal and should able to run as a standby to the existing BC-114 conveyor. TECHNICAL SPECIFICATION FOR PROPOSED CONVEYOR BC 113 Conveyor:- The conveyor power and tension will be calculated as per IS:11592. The motor rating of all conveyors will have a minimum margin of 10% over the BKW. Conveyor capacity 800 TPH. The bulk density of the material has to be considered as: Coal 0.8 t/cu. Mtr for volumetric calculation. The belt speed will be 3 mtr/sec. Belt: - Belting shall be designed for heavy duty condition and shall be suitable for 24 effective working hours operations per day and 365 working days per year. It shall be suitable for installation over conveyor system having 35o troughing angle and shall be suitable for operation at an ambient temperature of 50oC. It shall have sufficient resistant against exposure to open sunlight so that its qualities do not deteriorate while working in open sun. It also may have to work in rain and / or in conditions where relative humidity goes up to 100%. The fabric for belting shall be of Nylon/Nylon heavy duty type. The belting shall be pre-stretched, straight ply, skin coated with open ends. It shall have sufficient strength to give required tension at 10 safety factor and 80% tension utilization. The belt shall have sufficient lateral flexibility so that it suits the troughing angle requirements even when it is empty. The belt shall have sufficient longitudinal flexibility so that it can easily flex around different pulleys of the conveyor system. The belt shall have sufficient impact resistance to withstand impact at the loading points. The edge shall be of cut edge construction. The top Cover 5mm, Bottom cover 2mm, Cover Grade 630/3 Grade M24 Rubber) as per IS 1891 Part-1.Belt width will be 1000 mm. Idlers:- Three roll inline troughing idlers (Confirming to IS: 8598 1987, Reaffirmed in 1993) of equal length shall be used throughout. The angle of inclination of side rollers to horizontal shall be 35o. Troughing as well as return idlers shall be of reputed make and manufactured out of heavy duty seamless tube/ ERW tubes as per IS:9296-1983. Spindle-Class 4, IS:1875-1992. Frame-Rolled section. Troughing Idlers -in line equal rolls. Idlers shall be of drop-in-slot type. The eccentricity (diametrical run out) of troughing and return idlers shall not exceed + 0.8 mm. Minimum shell thickness of idler tube shall be 4.5 mm. All idlers shall be fitted with either heavy duty deep groove ball bearings or seize resistant ball bearings. The bearings shall be held positively on the shafts.
Page 15

1.02 1.02.1

a)

b)

c)

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Multi-labyrinth seals shall be used for retention of grease. All bearings shall be greased and sealed for life against ingress of dust, water and escape of grease. All bearings shall be rated for minimum 40,000 working hours. Bearing Taper roller bearing/ deep groove. Bearing housing of idler shall be made of pressed steel of CRCA sheet press fitted and preferably be welded with idler tube. Selfaligning troughing and return idlers with vertical guide rollers shall be of above specified construction. All self-aligning idlers shall be provided with grease lubricated anti-friction bearings at pivot points. All grease fittings shall be of the button head type or equivalent and shall be accessible from the walkway side of the conveyor by piping. The rings or disc for impact idler shall be made of rubber. Roll dia (OD) for Carrying/Return: 139.7mm (outer dia), Impact: 190/89 mm for all conveyors (rubber disc OD/ Steel tube OD) d) Pulley:- All pulleys (Face width as per IS: 8531 1986, Reaffirmed in 1993) shall be of welded steel construction, stress relieved before boring and machining and statically balanced. Solid end discs shall be designed and provided to give maximum strength. Shell thickness of the pulley shall be suitable for taking bending loads on the pulley. This shall not be less than 16mm for drive pulley and 12 mm for tail and other pulleys. Drive pulleys shall be covered with minimum 12mm thick diamond rubber lagging. Tail, bend and take-up pulleys shall be covered with minimum 10 mm thick diamond rubber lagging. The depth and width of the grooves in the lagging shall be 6 mm spaced at 30mm interval. The eccentricity of pulley shell shall not be more then + 0.5% of the diameter prior to lagging. Drive pulleys shall be machined at steel faces prior to lagging. Shore hardness of rubber for drive pulleys shall be not less than 55 deg A and for other pulleys shall be not less than 45 deg A. All pulleys shall be statically balanced to minimize the vibration during running. All pulleys shall be connected through the shaft through key type locking arrangement. Pulley shaft deflection at hub shall be maximum 8 minutes. Pulley shaft material shall be steel, class 4 as per IS: 1875-1992. Pulley shell material shall be MS conforming to IS: 2062.Pulley hub material shall be IS:2830 (slab)/ 20 C8 as per IS: 2004.Pulley diaphragm material shall be MS confirming to IS: 2062. Pulley shafts shall be supported on self-aligning double row spherical roller bearings with adequate sealing and external lubrication arrangement in plumber blocks. One bearing for each shaft shall be fixed to prevent any movement of the shaft assembly and the other bearing shall be floating to have free axial movement. All lubricating nipples shall be readily accessible without removing the guards. All plumber blocks shall also have four mounting bolts. e) Belt Cleaners:- One torsion arm type polyurethane blade primary scrapper and one sprung loaded blade type tungsten carbide tip, secondary belt scrappers at discharge pulley. V plough type internal scrapper shall be provided for each conveyor and belt feeders shall be provided with diagonal type internal scrapper at both ends. f) Conveyor Drive Unit i) Gear Reducers:-The gear box mechanical rating shall be 1.5 times of shaft power. The conveyor shall be provided with roller type hold back integral with gear box. Gear boxes will be helical type. Housing of gear box shall be made of cast iron housing of FG 260 as per IS: 210. Conveyors shall be driven through totally enclosed oil-cooled reduction gearing having anti-friction bearings with oil seals at shaft projection. These shall be suitable for continuous operation at full load and shall be suitable for shock loads. ii) High Speed Coupling:- Fluid couplings shall be used between motor and gear-box and Flexible couplings shall be used between gear-box and drive pulley. The hub and sleeves of the geared coupling shall be of forged C-40 steel and bolts shall be of alloy steel. The hub teeth shall be of triple vary crown design. All coupling bolts shall be replaceable without shifting of drive components. The service factor for selection of flexible coupling shall be minimum 1.5 times on the motor rating. g) Conveyors Structural 1. Take up:- Gravity type take up will be provided with counter weights. Take-up travel shall be as per IS:4774 (part-I) and it shall be complete with pulley carriage suitable for guide structure. Suitable hoisting arrangement shall be provided to handle cwt. Weight. Metallic counter weight shall be used. 2. Skirt Board:- Length of skirt board shall be minimum 4000 mm per loading point. The skirt board side plate shall be 10 thick MS with 10 thick SAIL HARD/LSLAS -07 as liner and top cover shall be 3mm MS. The arrangement for fixing rubber curtain and PU board (min 15 thick) shall be used for side sealing so as to ensure quick adjustment. The thickness of rubber curtains shall be minimum 10mm. PU lock shall be in segments and the design shall ensure automatic adjustment of block for proper sealing. Shore hardness of skirt rubber shall be min 55 degree. 3. Deck Plate:- Deck plate of 3.15mm thickness shall be provided for at feeding point (minimum 15 mtr length)

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Page 16

4. Stringer:- conveyors will have stringer of minimum size ISMC 125. Short support size of ISMC 125 or as in BC114. 5. Chutes / Discharge Hoods:- At Impact and wearing surfaces -10mm thick MS plate with 10mm TISCRAL/ SAIL HARD/ equivalent Liners. At non impact and non wearing surfaces, 10mm thick MS plate as per IS: 2062 6. Safety Switches: Pull Chord switches:- Pull chord switches will be provided for emergency stoppage of conveyor. The first switch will be about 4000mm away from the driving drum and subsequently at not more than 30m interval. The pull wires shall run along the hand railings on conveyor walk ways. All pull chord switches shall have individual local indication lamps to indicate when operated. Belt sway switches:- Belt sway switches will be provided on each conveyor for protection against excessive sway of the belt. A pair of switch will be installed near the head end and a pair near the tail end and a pair of switch will be installed at 100m interval thereafter. A pair of these switches shall also be provided before the belt weighing scales. Zero speed switches:- ZSS has been considered non contact type under speed switches will be installed for all conveyors at the tail end of the conveyors. The under speed which will have a indicative proximity sensor with IP 65 protection and a local controller having 2 no + 2 no contact output. The controller will have a initial bypass timer to prevent tripping during starting of conveyor. 7. Control Junction Board The control junction box will be made of 2mm thick galvanized sheet steel enclosure suitable for wall/ column mounting having IP 65 degree of protection. Requisite number of 10A copper elmex type terminal blocks as specified below for various types of control junction box will be supplied on DIN rail in the junction box. Detachable gland plate will be provided at top and bottom of the box. The control junction boxes will be of different sizes suitable for terminating incoming multi core, PVC armoured control cable of copper conductor and multi core, PVC copper cable at outgoing side. Local control station will be provided for all the HT/LT drives located near the motors. Local stations shall have cast aluminium body, dust and vermin proof and structure mounting. Start and stop push button will be mounted on front hinged gasketed and lockable door. Local/remote selector switches will be provided on local control station. Stop push button will be lockable type. In addition, digital ammeter will be provided on local control station for HT drives. Suitable knockouts with glands will be provided on the bottom or top cover for cable entry. Terminals will be suitable for 2 cores of 2.5 sq.mm conductors with 10% spare terminals. Enclosure will be confirming to IP 55 with proper rain canopy. 8. Suspended magnet:- The Suspended magnet shall be 7 kw, Air cooled type, Working height: 400mm, Make: Electoral, Powerbuild, Elektromag, Magnetic Corporation of India. 9. Electrical Requirement:- The proposed work should be designed keeping in view the existing PCC/ MCC capacity with regard to electrical loading, and numbers & the ratings of PCC/ MCC feeders. The bidder must review the existing electrical system of CHP and design their Conveyor system accordingly to match them. If any modification/ addition of electrical system are required, the same has to be supplied, erected & commissioned within their scope & quoted price. 10. All the above mentioned items include mechanical, electrical & C&I requirements and civil work necessary for the renovation work. All other items which are not mentioned above but required for the system are to be provided by the vendor. The vendor have to carry out the necessary modification to the existing system, while the system is in operation in full or part. SPECIFICATION OF BC-114 SlN Particulars Specification 01 Location TP-5 to JH-5 02 Conveyor No. BC-114 03 Capacity Design/ Rated (TPH) 960/800 04 Belt width (mm) 1000 05 Belt speed (m/sec) 3 06 Tripper Fixed/ movable 07 Horizontal c/c (mm) 48400 08 Lift (mm) 10006 09 Max. working tension (T1 KN) 23.92 10 Slack side tension (T2 KN) 8.73 11 Tail tension (T3 KN) 8.73 12 Belt Designation 630/ 3 13 Top/ Bottom cover 5/2 14 Cover grade , Fabric M24 , N/N
NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 17

15 All toughing idlers Except impact Dia 139.7 16 Impact Dia 190 17 Troughing angle Degree 35 18 Motor Rating KW/ RPM (SYN) 55/1500 19 Reducer Ratio 10:1 20 Hold Back Yes 21 Zero Speed Switch Yes 22 Pull cord switch Yes 1.02.2 General Condition Requirements 1) The scope of work shall include design, engineering, manufacture, fabrication, assembly, testing & inspection, packing & forwarding, dispatch, transportation, transit insurance charges, delivery up to NALCO site, unloading, handling and storage at site, insurance charges during storage, erection supervision, testing, inspection, commissioning, guarantee testing and up to handing over of the system to NALCO including all electrics and standard accessories for BC 113 Conveyor system & related equipment of CHP-1 of CPP, NALCO. 2) The scope of the Tenderer shall be deemed to include all such items which although are not specifically mentioned in the specification, but are needed to make the equipment complete in all respect for its safe, reliable, efficient and trouble free operation. The items after complete erection are to be painted as per the instruction of Manager in charge. 3) The scope also includes erection and commissioning of all the equipments and accessories of BC 113 conveyor systems. All electrical from existing control room to conveyor drive along with installation of necessary safety devices and interlocks are also included in the scope of work. The complete system should able to run from our existing PLC/present system, all required hardware and soft ware is included in the scope of work to make the system complete. 4) Existing civil inserts are available at site for proposed conveyor BC 113. Vendor may use the existing inserts with required modification. All other civil work connecting to the said project is included in the scope of the bidder. Bidder should visit the site to ascertain the scope of civil work involved before tendering. 5) Vendor to install a suspended magnet with suitable specification along with necessary supporting structures on BC 113 and also on BC 114 conveyors. 6) The proposed conveyor BC 113 is a parallel to the existing conveyor BC 114 and hence for easy inventory maintenance, tenderer should match the specification as best possible to BC 114 or as per the direction of Manager-In-charge. A fire fighting system is to be installed with proposed conveyor BC 113, which will be connected with the existing fire fighting line, as available in BC114. 7) The Vendor shall provide guarantee towards the performance of the conveyor BC 113 and its components. Guarantee shall commence from the date of satisfactory commissioning of the total system. If any parts found defective which have been supplied by the vendor will have to be replaced free of cost during the guarantee period. 8) Vendor shall be responsible for the safe custody of the equipments till the successful commissioning & handover of the system. Any damage or defects till the system is handed over shall be replaced/ repaired by the vendor without any extra cost. 9) The intended BC-113 conveyor system and related equipment is a parallel to the existing BC-114 and will be used as a reclaiming route. The interested parties are to visit the plant before quoting and understand safety hazards and safety measures to be taken while executing jobs at site before submitting the quotation. 10) Any other equipments, accessories/ component not specifically mentioned but necessary for the effective, efficient and smooth operation of the plant to meet the guaranteed performance. Note :- To understand the system better the bidder may visit our site before submitting the offer and can take a Look at the present system. The bidders are advised that before submitting their bids, they should visit the site and fully understand and acquaint themselves with the existing system in operation at present and understand completely their scope of work. 1.03 INSPECTION, ERECTION, TESTING, COMMISSIONING AND HANDING OVER - All equipment covered under this specification shall be subject to inspection and test by the Owner during manufacture, erection and commissioning. The approval of the Owner or passing of such inspection or test shall not, however, prejudice the right of Owner to reject the equipment if it does not comply with the specifications when erected or does not give complete satisfaction in service. The cost of all such tests shall be borne by the vendor. - The Vendor shall prepare and submit detailed quality plans for all items/ components/ equipments being manufactured/ supplied by them or their sub-Vendor for this specification setting out the various stages of manufacture, the quality practice procedures to be followed by them, the relevant reference documents/ standards, acceptance level, inspection documents raised, etc. Any tests, necessary from
NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 18

operation, safety and reliability point of view shall be included and shall be to the approval of the Owner. - The Vendor shall conduct all tests required to ensure that the equipment furnished shall conform to the requirements of this specification and in compliance with the requirements of the applicable codes. The particulars of the proposed tests and the procedures for the tests shall be submitted to Owner for approval before conducting the tests. Site Tests:- The Vendor shall prepare and submit detailed quality plans for each equipment under this specification from the receipt of material at site, during storage, erection, pre-commissioning to final commissioning of the plant. These procedures shall necessarily include all check/ tests conducted at site for preservation, assembly, alignment, positioning of the equipment, foundation preparation, welding/ bolting, heat treatment, non-destructive examination, hydraulic test, running test/ trial run test, performance test etc. The above shall be discussed and finalized with the Owner. The Vendor shall also furnish detailed quality procedures proposed by him for storage, preservation, painting, hydraulic test, air tightness test, performance test etc. to' the Owner. The same shall be discussed, finalized and approved by the Owner/s before the commencement of respective site tests and such approved copies shall be submitted in six copies. Codes and standard:- All equipment, system and works covered under this specification shall comply with all latest statutes, regulations and safety codes as applicable in the locality where the equipment shall be installed. All requirements of Indian or equivalent international standards shall be adhered to. In the event of any conflict between the requirements of the equivalent codes and standards, the latter shall govern unless specified otherwise in the specifications. All electrical equipment supplied shall comply with the latest revision of the Indian Electricity (supply) Act, Indian Electricity Rules, Indian Standards (IS) or International Electric Technical Commission (IEC) Publication and also within the statutory requirements of the Government of Orissa as regards safety, earthing and other provisions specified therein for installation and operation of electrical equipment. The design in general for all foundations, civil structures and facilities shall conform to the latest Indian Code of Practice or recommendations of the standard civil specifications. The design of structural steel work shall conform to the relevant latest Indian Code of Practice or recommendations of standard structural steel specification. It shall be the responsibility of the Vendor to obtain the necessary approval of the concerned Inspecting Authority for the design and design calculations, manufacturing and erection procedure. Necessary statutory fees for the same have to be paid by the Vendor till commissioning of the plant. Design not meeting the above stipulations of the codes and standards shall not be acceptable. Design: The design, manufacture and performance of the equipment shall comply with the requirements of all applicable codes of IS/ BS/ ANSI/ DIN. All the referred codes shall be of latest version.The equipment shall be designed as per design criteria given below. Hierarchy of Specifications a) Technical Specification b) General Technical Specification (GTS) c) Inter Plant Standard for Steel Industries (IPSS) d) Indian Standard (IS). e) Indian Electricity Rules & statutory requirements of Central Govt. and State Govt. Equipment complying with other recognised Standards such as IEC, BS, VDE, and IEEE will also be considered if it ensures performance equivalent to or superior to Indian Standards. The components and materials used and the equipment supplied shall conform to high standards of design, engineering and workmanship and shall be suitable for efficient operation and reliable service in Coal Handling conditions 1.04 ERECTION PROCEDURE 1. Clean up, assembly and installation:- All the foundation bases shall be cleaned by water and compressed air to expose the surface. The top of the concrete foundations shall be thoroughly cleaned with air or air and water-jet by the Vendor prior to placing of equipment on foundations. Concrete surface shall be roughed up by chipping uniformly and the surface shall be washed clean with jet of water to remove fine dust. The Vendor shall place bed plates, cover plates, sole or sub sole plates on the foundations and shim up until the equipment is in level as checked with precision machinist's levels, required, shall be furnished by the Vendor and used in sufficient numbers to avoid unsupported spans with any perceptible deflection. 2. Alignment, Lining, Levelling and Grouting:- The machined base shall be cleaned with a solvent e.g. kerosene. The equipment shall be placed over the base plate taking care of the foundation bolts. They shall be then aligned with reference to the axes and levelled with the help of shims or any other suitable devices.The lines, levels and alignments of all installed equipment and structural steel work
NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 19

3.

4.

5.

a)

b) c) d)

shall be ensured to be within such tolerances as are recommended in the respective equipment manufacturer's instructions. All required adjustments shall be made by the Vendor as directed by the Equipment manufacturer. The Vendor shall make permanent datum marks on the floors/ permanent structures after installation of all equipment. The marks shall be subject to inspection by the Owner site engineer and are intended to ensure proper alignment and levelling of equipment during reassembly after maintenance/ overhaul, etc. All motors and driven equipment shall be accurately levelled and aligned to required tolerances. Equipment shipped with motor mounted, shall be rechecked and realigned, if necessary. Alignment, levelling, coupling connections, etc. and final certification for alignments and erection shall be responsibility of the Vendor and is included in Vendor's scope. After the equipment/ structure, etc. has been installed, lined, levelled and aligned, the foundation bolts shall be pulled up tightly and the equipment shall be grouted with shrimkomp grout (ACC make) and grouting cured for seven days by the Vendor. When the grout is thoroughly cured as aforesaid, the alignment shall be rechecked if required. All grouting material including shrimkomp grout shall be supplied by the Vendor. Erection of Equipment:- The erection of equipment covered under this section shall include but not limited to the main mechanical equipment, interconnecting various utility and process piping including pipe fittings, valves, flow measuring devices supports, piping for services from Owner's limits of supply to consumer points and fire hydrants systems, if any, drives for above, miscellaneous structures, safety devices such as guards, handrails, cross-over, etc. The Motor, Gear boxes, Stringer, GTU must be aligned and erected with special care. During tightening of foundation bolts, twisting of frames shall be avoided.. Equipment shall be grouted only after obtaining clearance from the Owner. All protective guards, hand railing, ladders, platforms, etc. around electrical equipment supplied by mechanical equipment supplier shall be erected by the Vendor. The Vendor shall carry out modifications on base frames/ support frames of mounted electrics supplied by mechanical equipment supplier, if required. All modifications/ adjustments required on striker arms for limit switches and positioning of limit switch bases, etc. for proper operation shall be carried out by the Vendor. All drives shall be lubricated as instructed in the manufacturer's instruction manual. In the case of non availability of a particular type of lubricant, equipment supplier's written concurrence shall be obtained by the Vendor. All horizontal and vertical rotating equipment shall have their priming connections. Cooling water supply to bearings, lubrication piping to bearings, stuffing box jacket and sealing glass checked to ensure free passage there to. All lubricants used for lubrication shall be as indicated in the Equipment Manufacturer's instructions/ drawings. All lubricants for initial fill shall be supplied by the Vendor and the price quoted should include the same. Erection of Pipe Work:- This section covers site fabrication, erection, cleaning, testing, purging/ flushing, cleaning, insulation, painting and commissioning of pipe work and associated structures including hangers, and support assemblies. The pipe work covered under this section shall include internal pipe work for the plant and equipment including interconnecting pipe work between different units/ systems of plant offered as well as connection to Owner's utility services and return water system. Welding:- The Vendor shall arrange at his cost all tools, plant, welding transformers, instrument and consumable including any Acytelene and oxygen gas cylinder, welding electrodes for electric arc welding and filler rods, fluxes etc. for gas welding for carrying out the welding at site. Welding shall be carried out as per relevant international code in view of withdrawal of Indian Standard, IS: 823 until in vogue. The Vendor shall arrange at his own cost for all tests outlined in the specification and any other test indicated by the equipment manufacturer/ Owner from time to time during the progress of work. Following steps shall be taken by the Vendor, besides controlling quality in general, to make effective control in carrying out welded joints. Welding procedures shall be prepared in line with IS: 7307 (Part-I) -1974, reaffirmed in 1991 and tests shall be carried out to quality procedures. Number of procedures shall depend on variables like positions of welding, thickness range etc. Once a welding procedure is qualified, strict adherence to it shall be made during actual welding. Welders employed shall be qualified as per IS: 7310 (Part-I)-1974, reaffirmed in 1987 after passing necessary tests. Welding consumable shall be of approved type. Such consumable are, however, subject to qualifying initial check tests as per IS 814-1991. The Vendor shall strictly follow approved welding procedures during actual welding. Besides, the following stages of inspection shall also be carried out: i. Weld edge preparation before welding, proper fit up, position of welding, cleaning of slag between the passes, proper weld profile etc., shall be checked visually, amongst others.
Page 20

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

ii. Non-destructive tests of weld of welded joints shall be carried out as per approved procedures/ drawings. e) The Vendor shall prepare the edge correctly to the shape, size and dimensions of the vee-grooves as per ANSI B-16.25 unless otherwise specified in drawings/ documents.The welding surfaces shall be smooth, uniform and free from fins, teers, notches or any other defect which may adversely affect welding and shall be free from loose scale, slag, rust, grease, paint, moisture or any other foreign material. The clean surface shall extend to about 10mm beyond the welding faces to avoid contamination of the weld metal with foreign material and to avoid unsound weld deposit. 6. PAINTING:- This chapter covers the materials, tools, facilities and quality requirement for surface preparation and painting of steel works, equipment, piping, ducts, chutes, etc.The term "painting" referred herein covers rust preventive, preventive and decorative coating along with surface protection of the Equipment. Surfaces made of aluminium, brass, bronze, stainless steel, cast iron and other corrosion resistant alloys are not required to be painted unless specified except for aesthetic purposes or for identification bands. All machined mating surfaces (e.g. flanges) shall be properly cleaned, greased and protected before despatch. All the above Paint coats shall be of quality paint products and of approved make as stipulated in this specification. The work shall also include supply of all paint materials as per specification described herein and of approved quality. SURFACE PREPARATION:- Surface preparation being a pre requisite for any paint application, shall be such as to clean the surface thoroughly of any materials which shall be conducive to premature failure of the paint substrate. All surfaces shall be cleaned of loose substances and foreign materials, such as dirt, rust, scale, oil, grease, welding flux, etc. irrespective of whether the same has been spelt out in the standards in order that the prime coat is rigidly anchored to the virgin metal surface. The surface preparation grade of Swedish Standards Institution SIS - 055900 or DIN 55928 (Part 4) or BS 4232 or IS: 1477 (Part I).The acceptable surface preparation quality/ grade are described under each painting system. The procedures covered are solvent cleaning, hand tool cleaning, power tool cleaning and blast cleaning. PAINTING:- Primer paints shall be applied only on dry and clean surface - Zinc Phosphate (primer). Intermediate paints shall be applied over primer coats as an intermediate layer to provide weatherproof seal of primer coats compatible with Primer. Finish paint coats shall be applied over primer coats and intermediate coats after proper cleaning and touch up of primed coats. A two pack air drying Poly urethanes enamel suitably pigmented. PAINT APPLICATION:-Paint shall be applied in accordance with manufacturer's recommendations. The work shall generally follow IS 1477 (Part II).Paint shall not be applied when the ambient temperature is 5 deg. C and below. Also paint shall not be applied in rain, wind, fog or at relative humidity of 80% and above. Each coat of paint shall be continuous, free of pores and of even film thickness without thin spots. Each coat of paint shall be dry sufficiently before application of next coat. The colour code to be followed during painting shall be decided by NALCO. All flanges, fittings, valves and other accessories shall be painted with paint having the same identification as that of corresponding pipelines. Flanges shall be painted on the circumference. All equipment and parts susceptible to corrosion by exposure to moisture shall be thoroughly protected against damage during transit and storage. 1.05 DATA, DRAWINGS & INFORMATION TO BE SUBMITTED WITH THE OFFER The Vendor's formal proposal must be accompanied by, but not limited to, the following drawings/ information and documents as required for all the basic components of the plant and the plant as a whole specifically indicating the limits of supply as applicable. General arrangement drawings indicating outline dimensions, constructional features, space required for operation and maintenance and weight of equipment, pipe/ cable connections, materials of construction of following equipment. - Stringer post - GTU - Drive - Suspension Magnet - Spray water - Proposed overall layout of the plant with outline dimensions and pipe work as applicable. 1.06 DATA DRAWINGS AND INFORMATION TO BE SUBMITTED AFTER AWARD OF CONTRACT The successful Bidder shall submit the consolidated list of various drawings indicating schedule date of submission and approval within one month after award of contract. Vendor shall submit required copies of drawing, documents, calculation data information etc to NALCO. Vendor shall resubmit the drawing after the incorporation of comments to NALCO within 15 days for approval. The actual schedule of these data/ drawings shall be discussed and mutually agreed to, between the Owner and the successful Bidder before the issue of Letter of Award of Contract. All technical data/information already furnished shall be confirmed. Technical details not included in the tender or revision of any
NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 21

data furnished earlier must be submitted for the approval of the Owner before start of corresponding work. Following drawings & documents shall be furnished:- General arrangement and cross sectional drawings of all equipments indicating major components with bill of material. - Single line flow and P&I diagram, showing all equipment, piping, valves, fittings, Controls & Instrumentations etc, suitably tagged for better identification. Scope of supply shall also be clearly marked. - Foundation design data for all equipment. Support loading data at each hanger location shall also be indicated. - Layout of the systems sub-systems, equipment & plant as a whole indicating general arrangement and cross section. The layout shall include for all the cross country piping, in-plant piping as applicable and also area utilisation plan during the construction period. - List of sub-suppliers for major bought out items for approval by the Owner. - Erection drawings for all equipment and structures showing complete erection details. - Engineering and design calculations of installations and units as required by the Owner. 1.07 Performance Tests & Guarantee Parameters:- After the equipment are completely erected at site, each item/ equipment will be thoroughly inspected for correctness and completeness of the installation and they shall be subjected to final tests as to performance and guarantee to be carried out in the presence of Contractor and the Purchaser to demonstrate that the performance of the equipment conforms to relevant standards and specifications and meet the requirements as given in this specification. The tests/ checks to be conducted shall be generally as under: 1. For each equipment, the load test shall be conducted for run for 8 hours continuously (cumulatively) at load of the rated capacities or at rate mutually agreed upon between Contractor and Purchaser. The belt should not run off-centre and spillage. 2. Proper operation of all positional limit switches for conveyor and all safety switches for conveyors like pull cord switch, zero speed switch etc. shall be demonstrated by the Contractor in the presence of Purchaser. 3. During operations of the equipment at no load and at full load, performance of all the drives shall be checked in respect of current drawn by the motors, temperature rise, vibrations, gear box noise and its heating, bearing heating etc. consumption of power and various consumptions like lubricants etc. shall also be measured and compared with the respective rated values. 4. Any other observations/ tests felt necessary for judging the performance of the machines and mutually agreed between Contractor and Purchaser shall be carried out. 5. If during the test runs, there is an interruption exceeding 2 hours due to any cause other than power failure or shortage of input materials for which the Purchaser is responsible, the test run shall be discontinued and fresh date shall be decided mutually by both the parties. 6. The equipment shall be considered to have performed satisfactorily when i) Rated capacity of equipment is demonstrated with all its drives and accessories functioning properly over a minimum period of Eight (8) hours. ii) It runs successfully for a continuous period of 15 days at the rated capacity 1.08 COMPLETION PERIOD for Supply, Fabrication, Installation, Commissioning, Testing, etc.): 1.08.1 For SUPPLY:- Supply of all materials along with all its accessories of the total system up to NALCO, CPP site shall be made within 04 Months from the date of award of LOI/ PO. 1.08.2 For DISMANTLING, ERECTION, COMMISSIONING, TESTING, etc.:- Fabrication, installation, erection (including mechanical erection works, structural works, civil works, electrical, instrumentation & control works), first fill of lubricants, commissioning, performance testing, etc. till handing over of the complete system together with dismantling of the existing equipments, if any, shall be done by the suppliers representative at NALCO, CPP site within 08 months from the date of award of LOI/ PO. Mechanical completion activities, pre-commissioning activities, plant ready for commissioning activities, etc. shall be as per technical specification & scope as at Annexure-VI. 1.08.2.1 MECHANICAL COMPLETION: Mechanical completion of work shall be when all the engineering has been completed, all the foundation work has been completed, all equipment & machinery has been installed & aligned, all piping & instrumentation work is completed, all stringer/ roller/ belt installed, direction of rotation of all prime movers is checked, relays has been set and all scales, meters, measuring devices and recorder are calibrated. The supplier shall notify NALCO in writing that the new plant is ready for occupation in all respect and is ready to start. 1.08.2.2 PRE-COMMISSIONING ACTIVITIES: Pre-commissioning activities defined as activities required to be performed after installation, erection, hydro testing, etc. of an equipment/ system to make them ready for commissioning. This shall include but not limited to the activities like system checking as per P&I drawings, site modification, inspection of equipments, calibration of instruments, checking of the electrical equipments for proper earthing continuity, insulation
NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 22

resistance, primary and secondary injection test of relays after insulation resistance, conducting operability test on individual equipments/ systems, supply and charging of lube oil and other chemicals. Fabrication and supply of such temporary facilities as for example, temporary bypasses, spools, blinds, jump over, vents, etc., which has been required to carry out precommissioning activities. 1.08.2.3 READY FOR COMMISSIONING: The plant shall be considered "Ready for Commissioning" when all the facilities have been completed along with its auxiliaries & support facilities in every respect including charging of lube oil, any last minute modifications as recommended by NALCO, all temporary structures, scaffolding, etc. used for carrying out pre-commissioning works have been removed, all the blinds/ blanks have been put in position as required by process, all the systems as recommended has been purged & pressurized and the plant has reached to a stage of ready for commissioning & acceptable to NALCO. The Vendor shall issue a certificate of "Ready for Commissioning" of plant, for acceptance by NALCO.

***************

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Page 23

ANNEXURE VII

DEVIATION SCHEDULE TO TECHNICAL SPECIFICATIONS & SCOPE OF NIT


(To be filled in by the Tenderer and submitted with Techno-Commercial bid) If the Bidder has got any deviation from the Technical Specifications & Scope of work, Bidder shall tabulate those deviations in this Schedule. Please attach more sheets, if necessary. It is confirmed that except those deviations, as tabulated hereunder, the complete offer is in agreement with the NIT requirement. NOTE: 1. 2. 3. 4. Deviation to Technical Specification (Annexure-VI), if any, shall be indicated only in this schedule. Deviation listed elsewhere shall not be taken cognizance of and shall be ignored. No separate printed terms and conditions shall be considered and shall be totally rejected. Deviations shall only be discussed during the tender discussions, if felt necessary, and no fresh additional deviations shall be entertained. 5. In respect of deviations, if any, on the Critical Provisions, the Bid shall be rejected without any indications. 6. In case of contradiction/ conflicting version found by NALCO at different places of quotation, NALCO can choose any version or the bid may be rejected without any indications. Clause No./ & Reference of Annexure-VI Page No. of NIT Technical Specification of NIT Deviation taken Reasons for deviations

Sl. No.

SIGNATURE NAME

__________________________ __________________________

DESIGNATION __________________________

DATE:

BIDDERS SEAL

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Page 24

ANNEXURE VIII PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT (To be executed on non-judicial stamped paper of appropriate value) B.G. No. ___________________________________ Date: ___________ 1. WHEREAS M/s National Aluminium Company Limited (A Government of India Enterprise), having its Unit/ Office at ______________________ (UNIT/OFFICE ADDRESS ISSUING THE TENDER) (hereinafter called The Company which expression shall unless repugnant to the subject or context includes its legal representatives, successors and assigns) has issued Tender paper vide its Tender No. ______________________________ dt. ________________ for (hereinafter called the said tender) to M/s. ___________________________________ (hereinafter called the said Tenderer(s) which expression shall unless repugnant to the subject or context includes their legal representatives, successors and assigns and as per terms and conditions of the said tender, the tenderer shall submit a Bank Guarantee for ` ______________ (Rupees __________________ only) towards earnest money in lieu of cash.
2. WE __________________________________ Bank having its branch office at _______________________ do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the Company stating that in the opinion of the company which is final and binding, the amount claimed is due because of any withdrawal of the tender or any material alteration to the tender after the opening of the tender by way of any loss or damage caused to or would be caused or suffered by the Company by reason of any breach by the said tenderers(s) of any of the terms and conditions contained in the said tender or failure to accept the Letter of Intent Agreement or that the amount covered under this Guarantee is forfeited. Any such demand made on the Bank by the Company 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 ` ____________ (Rupees _____________________ only). 3. We undertake to pay to the Company any money so demanded not withstanding any dispute or disputes raised by the tenderer(s) in any suit or proceeding pending before any office, court or tribunal relating thereto our liability under this present guarantee being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under. Our liability to pay is not dependent or conditional on the Company proceeding against the tenderer. 4. The guarantee herein contained shall not be determined or affected or suspended by the liquidation or winding up, dissolution or change of constitution or insolvency of the said tenderer(s) but shall in all respect and for all purposes be binding and operative until payment of all money due or liabilities under the said contract(s)/ Order(s) are fulfilled. 5. WE ______________________________________ Bank Ltd. further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the finalization of the said tender and that it shall continue to be enforceable till the said tender is finally decided and order placed on the successful tenderer(s) and or till all the dues of the company under or by virtue of the said tender have been fully paid and its claims satisfied or discharged or till a duly authorized officer of the company certifies that the terms and conditions of the said tender have been fully and properly carried out by the said tenderer(s) and accordingly discharges the guarantee. 6. That the Company will have full liberty without reference to us and without affecting this guarantee to postpone for any time or from time to time. The exercise of any of the power of the Company under the tender. 7. Notwithstanding anything contained herein before, our liability shall not exceed ` ____________ (Rupees _________________________________only) and shall remain in force till ___________. Unless a demand or claim under this Guarantee is made on us within three months from the date of expiry, we shall be discharged from all the liabilities under this guarantee. 8. We __________________________________ Bank, lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Company in writing. We further undertake to keep this Guarantee renewed from time to time on the request of Tenderer(s). Date____________ Corporate Seal of the Bank ________________________Bank By its constitutional Attorney

Signature of duly Authorised person On behalf of the Bank With seal & signature code

Details of Persons Issuing the BG: Name: __________________________________ Address for Correspondence: ____________________________ Telephone & Fax No._____________________________ E-mail: ____________________________________ Note: BGs to be furnished from any of the approved banks of NALCO.
NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 25

ANNEXURE IX PROFORMA FOR CONTRACT CUM PERFORMANCE GUARANTEE BY SELLER/ CONTRACTOR (To be executed on non-judicial stamped paper of appropriate value) B.G. No. ___________________________________ Date: ___________

1. WHEREAS National Aluminium Company Limited (A Government of India Enterprise) having its Unit/ Office at _________________________ (UNIT/ OFFICE ADDRESS WHERE THE WORK IS EXECUTED) (hereinafter referred to as The Company which expressions shall unless repugnant to the subject or context includes its legal representatives, successors and assigns) has entered into a contract with M/s. _____________________________ has placed a purchase order on M/s.

__________________________ (hereinafter referred to as Contractor(s)/ Seller(s) which expression shall unless repugnant to the subject or context includes their legal representatives, successors and assigns) for __________________________ (work/ assignment description) on the terms and conditions as set out inter alia, in the Companys contract No./ P.O. No. _________________________________ dated ____________and various documents forming part thereof hereinafter referred to as the said contract which expression include all amendments, modifications and/ or variations thereto and whereas the Contractor(s)/ Seller(s) has agreed for due execution of the entire contract and guarantees its performance including any parts executed through any other agencies/ subcontractors. AND WHEREAS one of the conditions of the said contract is that contractor(s)/seller(s) shall furnish to the Company a Bank Guarantee from a bank for ____% (_____ percent) of the total value of the said contract against due and faithful performance of the said contract including defect liability obligations and the performance guarantee obligations of the contractor(s)/ seller(s) for execution/ supplies made under the said contract. 2. We _________________________ Bank having its branch office at _______________ do hereby agree and undertake to pay the amount due and payable under this guarantee without any demur merely on a demand from the Company stating that in the opinion of the Company, which is final & binding, the amount claimed is due by reason of default made by the Contractor(s)/ Seller(s) in performing any of the terms & conditions of the said Contract including defect liability obligations, in fulfilling the performance guarantee obligation or loss or damage caused to or would be caused to or suffered by the Company by reason of any breach by the said Contractor(s)/ Seller(s) of any of the terms & conditions of the contract. Any such demand made on the Bank by the Company 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 ` _______________ (Rupees ______________________________________ only). 3. We undertake to pay to the Company any money so demanded not withstanding any dispute or disputes raised by the contractor(s)/ Seller(s) in any suit or proceeding pending before any office, court or tribunal relating thereto our liability under this present guarantee being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under. Our liability to pay is not dependent or conditional on the Company proceeding against the Contractor(s)/ Seller(s). 4. The guarantee herein contained shall not be determined or affected or suspended by the liquidation or winding up, dissolution or change of constitution or insolvency of the said Contractor(s)/ Seller(s) but shall
NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 26

in all respect and for all purposes be binding and operative until payment of all money due or liabilities under the said contract(s)/ Order(s) are fulfilled. 5. We ________________________________ Bank further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Contract(s)/ Order(s) and that it shall continue to be enforceable till all the dues of the company under or by virtue of the said Contract(s)/ Order(s) have been fully paid and its claims satisfied or discharged or till a duly authorized officer of the Company certifies that the terms and conditions of the said Contract(s)/ Order(s) have been fully and properly carried out by the said contractor(s) and accordingly discharges the guarantee. 6. We ________________________________ Bank further agree with the Company that the company shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Contract(s)/ Order(s) or to extend the time of performance by the said Contractor(s)/ Seller(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Company against the said Contractor(s)/ Seller(s) and to forbear or enforce any of the terms and conditions relating to the said Contract(s)/ Order(s) and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s)/ Seller(s) or for any forbearance, act or omission on the part of the Company or any indulgence by the Company to the said Contractor(s)/ Seller(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have affect of so relieving us. 7. Notwithstanding anything contained herein before, our liability shall not exceed Rs____________ (Rupees_________________________________ only) and shall remain in force till __________ unless a demand or claim under this Guarantee is made on us within three months from the date of expiry, we shall be discharged from all the liabilities under this guarantee. 8. We _________________________________ Bank, lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Company in writing. We further undertake to keep this Guarantee renewed from time to time at the request of Contractor(s)/ Sellers(s).

Date: ______________ Corporate Seal of the Bank

_________________________Bank By its constitutional Attorney

Signature of duly Authorized person On behalf of the Bank With seal & signature code Details of Persons Issuing the BG: Name: __________________________________ Address for Correspondence: ____________________________ Telephone & Fax No._____________________________ E-mail: ____________________________________ Note: BGs to be furnished from any of the approved banks of NALCO.

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Page 27

ANNEXURE X

LIST OF STANDARDISED BANKS I . SCHEDULE OF PUBLIC SECTOR BANKS (INDIA)


Sl.No. 1 2 3 4 5 6 7 8 9 10 11 12 13 Public Sector Banks (India) State Bank of India. State Bank of Bikaner and Jaipur. State Bank of Hyderabad. State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra. State Bank of Travancore. Allahabad Bank Andhra Bank Bank of Boroda Bank of India Bank of Maharashtra Sl.No Public Sector Banks (India) 14 Canara Bank 15 Central Bank of India 16 Corporation Bank 17 Dena Bank 18 Indian Bank 19 Oriental Bank of Commerce 20 Punjab National Bank 21 Punjab and Sind Bank 22 Syndicate Bank 23 Union Bank of India 24 UCO Bank 25 Vijaya Bank (Twenty Five Banks)

II. SCHEDULE OF PRIVATE SECTOR BANKS (INDIA)


Sl.No. 01 02 03 04 Private Sectors Banks (India) ING Vysya Bank Axis Bank Ltd S.B.I. Commercial & International Bank Ltd. ICICI Banking Corporation Bank Ltd. Sl.No. Private Sectors Banks (India) 05 HDFC Bank Ltd. 06 IDBI Bank Ltd. 07 Indus Ind Bank 08 Kotak Mahindra Bank (Eight Banks)

III. SCHEDULE OF FOREIGN BANKS


Sl.No. 01 02 03 04 05 Foreign Banks American Express bank Ltd. Bank of American NT & SA Bank of Tokyo Ltd. BNP Paribas Barclays Bank plc. Sl.No Foreign Banks 06 Citi Bank NA 07 Deutsche Bank A.G. 08 HSBC 09 Standard Chartered Bank 10 J P Morgan (Ten Banks)

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Page 28

ANNEXURE XI MANDATE FORM FOR ELECTRONIC PAYMENT THROUGH RBI/ EFT/ INTERNET/ RTGS To National Aluminium Company Limited, Dear Sir, Sub: Authorization for release of payment due from NALCO, through RBI-EFT/Internet / RTGS. Refer Order No__________ dt___________ and/or Tender/Enquiry/Letter No__________ dt_______ (Please fill in the information in CAPITAL LETTERS. Please TICK wherever it is applicable) 1. 2. Name of the Vendor Address of the vendor : _________________________________ : _________________________________ _________________________________ _________________________________ City :______________ Pin Code: ________ E-mail Id: __________________________ Permanent Account Number:___________________________

3. Particulars of Bank: Bank Name Branch Name Branch Place Branch City Pin Code Branch Code MICR No (9 Digits code number appearing on the MICR Band of the cheque supplied by the Bank. Please attach Xerox copy of a cheque of your bank for ensuring accuracy of the bank name, branch name and code number) Account Type Savings ? Current ? Cash Credit ? Account Number (as appearing in the Cheque Book) RTGS / IFSC Code 4. Date from which the mandate should be effective:

I hereby declare that the particulars given above are correct and complete. If any transaction is delayed or not effected for reasons of incomplete or incorrect information, I shall not hold National Aluminium Company Limited responsible. I also undertake to advise any change in the particulars of my account to facilitate updating of records for purpose of credit of amount through RBI EFT/ Internet/ RTGS.

Place: ____________ Date: _____________ Signature of the vendor/Authorized Signatory Certified that particulars furnished above are correct as per our records

Banks Stamp: Date: ____________ (Signature of the Authorized Official from the Banks)

NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014

Page 29

ANNEXURE XII
SOCIAL ACCOUNTABILITY POLICY We at NALCO are committed to provide a socially accountable work environment to all employees and uphold ethical business practices by respecting employees rights. We shall achieve these by adopting a companywide culture, which will help to promote: Involvement of all employees in sustenance of SA 8000 standard; Continual improvement initiatives in all social issues; Learning and training opportunities to all employees; Fulfillment of relevant statutory rules & regulations, ILO requirements, applicable international instruments and their interpretation. ************************** ENVIRONMENT POLICY In recognition of the interests of the society in securing sustainable industrial growth, compatible with a wholesome environment, NALCO affirms that it assigns high importance to promotion and maintenance of a pollution-free environment in all its activities. OBJECTIVES: To use non-polluting and environment-friendly technology. To monitor regularly air, water, land, noise and other environmental parameters. To constantly improve upon the standards of pollution control and provide a leadership in environment management. To develop employees awareness on environmental responsibilities and encourage adherence to sound environmental practices. To work closely with the Government & local authorities to prevent or minimize adverse consequences of the industrial activities on the environment. To comply with all applicable laws governing environment protection through appropriate mechanisms. To actively participate in social welfare and environmental development activities of the locality around its Units. ************************** OCCUPATIONAL HEALTH & SAFETY POLICY NALCO is committed to maintain a Safe, Healthy and Sustainable work environment in all its operations. This shall be achieved by: Focusing on prevention of Accidents and Occupational Health issues. Complying with all legal requirements & other requirements related to Safety and Occupational Health of persons and establishing clearly defined goals & procedures to achieve the same. Ensuring Safety & Health of all employees and contract workers in its premises, including those involved in transportation, cleaning and other such activities. Conducting Periodic Safety Audits, Environment Audits, Health Check-ups and Risk Assessment by both internal and external qualified persons. Considering aspects related to Safety and Health of personnel as well as environmental issues at the time of procurement of equipment and selection of technologies. Ensuring health of persons in the peripheral locations, likely to be affected by our operations. Periodically monitoring and reviewing safety & occupational health issues at relevant levels, including the highest levels. Communicating Safety Hazards and health related issues to all concerned through suitable means, including training. Involving the workmen in Policy implementation as well as identification of potential issues. Considering Health & Safety performance of individuals at different levels during their career advancement as per NALCOs policy. Establishing and maintaining suitable set-up with competent persons to monitor and bring to the notice of the management any issues related to unsafe conditions & practices. Striving for continual improvements, exceeding statutory compliance levels, wherever feasible. ************************** ENERGY POLICY Enhancing Energy Performance, comprehensively optimising Energy Use, Energy Consumption and Energy Efficiency, is a major imperative for an Energy Intensive industry like ours. In recognition of this, we will focus on continual improvement of all round Energy Performance with special focus on areas of significance by way of having in place Energy Objectives based on the enshrined Guiding Principles. Guiding Principles: To endeavour for reduction in Specific Consumption of Energy in all forms in areas of significance. To ensure availability of correct information in time and to make available necessary resources for achieving the Objectives and Targets. To comply with all applicable legal and other statutory/ regulatory requirements related to our energy use, consumption and efficiency. To espouse Energy Efficient Technology encompassing procurement of Energy Efficient products & services and design for energy performance improvement. To carry out Energy audits and Energy reviews at planned intervals, to improve energy performance.

************************** NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 30

Social Accountability 8000 Compliance Format


A. Basic information Name of the organization Address Telephone No. Fax No. E-Mail ID: Name of the Proprietor Nature of Business License Number and date of expiry B. Information regarding Social Accountability What is the minimum age required to join your organization? Do you require to keep any kind of deposit inform of cash at the time of employment? What types of certificates (Like mark sheet, birth certificate) you keep with you? Do you provide safe & healthy work environment as per statutory requirement? Do you provide personal protective equipment(s) to your employees free of cost? Do you provide safety training to your employees? Do you provide medical treatment assistance in the event of Work Place Injury? Do you allow trade union and collective bargaining in your organization? Do you ensure that your employees are not discriminated on the basis of cast creed, gender, religion, age and dieses? Do you maintain a disciplinary procedure? What is the official working hour? How many shift do you have? Which day is off day in your organization? Do you compensate, in case, a person works in off day or holiday?

ANNEXURE XIII

___________ Years Yes/ No Original Copy / Xerox Yes / No Yes / No Yes/ No Yes / No Yes / No Yes / No Yes / No ______ hours _______ No. ______________ Yes / No

Page 1 of 2

Do you pay overtime to your employees as per law? What is the lowest amount (salary / wage) you pay to your employees? Is there any case of deduction in wage?

Yes / No Rs.________/Yes / No

In case, it is yes, what are the general reasons for such deduction? ______________________ Do you receive, handle or promote goods and/or services from Supplier / Sub-contractors or Sub-suppliers who are classified as Home Worker?

Yes / No

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

Have you taken care to look into issues related to Child Labour, Forced Labour, Health & Safety, working hours and remuneration of your suppliers?

Yes / No

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

Signature: Designation: Date


Seal of the organization

Page 2 of 2

Das könnte Ihnen auch gefallen