0% found this document useful (0 votes)
137 views50 pages

NALCO Tender for Turbine Overhauling

This document is a notice inviting tender for the major overhauling of turbines and valves with other general works for Unit #1 and Unit #6 at the National Aluminium Company Limited plant. It provides details such as the reference number, contract period of 24 months, submission deadline of February 21, 2017, and opening of bids on the same date. Bidders are advised to follow the instructions in the tender document and submit required documents and EMD as specified.

Uploaded by

PunitGo
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
137 views50 pages

NALCO Tender for Turbine Overhauling

This document is a notice inviting tender for the major overhauling of turbines and valves with other general works for Unit #1 and Unit #6 at the National Aluminium Company Limited plant. It provides details such as the reference number, contract period of 24 months, submission deadline of February 21, 2017, and opening of bids on the same date. Bidders are advised to follow the instructions in the tender document and submit required documents and EMD as specified.

Uploaded by

PunitGo
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

MC-4435 Page 14 of 63

NATIONAL ALUMINIUM COMPANY LIMITED


(A Government of India Enterprise)
CPP CONTRACT CELL
Web site: www.nalcoindia.com Tel : 06764-220145
Fax : 06764 - 220145
NOTICE INVITING TENDER
Ref: CPP/CNT/MC-4435 /NIT/2017/197 Dt. 31/01 /2017.

BY REGISTERED POST
To
...........................................................................................
...........................................................................................

Name of the work: MAJOR OVERHAULING OF TURBINE & VALVES WITH OTHER GENERAL
WORKS FOR UNIT#1 & UNIT#6.( MC-4435).

Dear Sirs,

With reference to above, you are requested to submit your sealed offer for above referred work
as specified in the enclosed documents, considering all the terms, conditions, specifications etc.
In case of SINGLE PART BID TENDER, the tender document, duly filled in & signed, on
each page, along with the required documents in support of terms and conditions as per the
NIT/GCC etc are to be submitted in a sealed envelope along with the requisite EMD, as per
details, indicated at clause no:25.0 of Annexure-AA.
In case of TWO PART BID TENDER, the tender document, duly filled in & signed, on
each page alongwith the required documents in support of qualifying criteria & other conditions
of NIT/ GCC and the requisite EMD are to be submitted in a sealed envelope marked as "Part-I:
Techno-commercial bid". The Price Bid is to be submitted in a separate sealed envelop marked
as Part-II: Price bid. Both these envelopes are to be kept in a sealed envelope as per the
details indicated at clause no:25.0 of Annexure-AA.

You are requested to refer to Check list for bidders and clause 25.0 of Annexure-AA of
NIT for details regarding mode, submission, receipt and opening of tender.

NALCO reserves the right to reject any or all offers without assigning any reason thereof. The
contract may be spilt among two or more number of successful bidders if considered expedient by
NALCO.
Thanking you.
Yours faithfully,
For and on behalf of
NATIONAL ALUMINIUM COMPANY LIMITED

(T.K.MISHRA)
ASST. GENERAL MANAGER (MECH.) CONTRACTS
MC-4435 Page 15 of 63

NATIONAL ALUMINIUM COMPANY LIMITED


(A Government of India Enterprise)
CPP CONTRACT CELL
Web site: www.nalcoindia.com
CONTRACT DETAILS
Form no: F2/CNT/4.6 Issue No. 001 Rev.07 PAGE 01 OF 02

1.0 Name of the Work MAJOR OVERHAULING OF TURBINE & VALVES


WITH OTHER GENERAL WORKS FOR UNIT#1 &
UNIT#6.
1.1 Nature of the Work CAPITAL CONTRACT
(ONE TIME )
1.1(i) Details of Items Critical to quality in Not Applicable
case of Specialized Jobs.

1.1(ii) Minimum Workable offer if applicable NO % of estimate in case of


declared estimate.(Not
Applicable)
1.2 Location of the work INSIDE PLANT PREMISES
2.0 NIT reference MC-4435
3.0 Contract Period Twenty Four Months
4.0 No. Agency required and % distribution 01(One)No. and 100%.
of work(subject to availability of bidders)
4.1 Mode of tendering PROPRIETARY
4.2 Type of bidding SINGLE PART
4.3 E.M.D. amount Not Applicable for Proprietary (Ref Clause 6.0 of
Annexure-AA)
4.4 Tender fee Not Applicable for Proprietary

5.0 Tender Submission Date/Time. On or before Dt.21/02/2017 by 3.00 PM through tender


box (Ref clause: 25 of Annexure-AA)
6.0 Tender Opening Date/Time Dt.21/02/2017 at 3.30 PM (Ref. clause 25 of
Annexure-AA)
7.0 Validity of Offer Four Months (Ref Clause 27.4 of Annexure-AA)
8.1 Bank Guarantee / Indemnity Bond value (i) B.G:Not Applicable
Against Free Issue Materials. (ii) I.B: Not Applicable
(Ref clause no:11.3 of Annexure-AA)
8.2 Bank Guarantee against materials / (i) B.G:Not Applicable
equipments taken outside the Plant. (Ref clause no:11.3 of Annexure-AA)
9.0 Defect Liability Period 03 Months (Ref clause 7.0 of Annexure-AA)

10.1 Current minimum daily wages of all Refer clause-20.1.1 of Annexure-AA


categories of labour
10.2.1 The values of L0 and Y applicable L0 = ` 294/- Y L = 100 % (Ref clause-20.2.1 of
Annexure-AA)
10.2.2 The values of D0 and Y applicable Not Applicable (Ref clause-20.2.2 of Annexure-AA)
MC-4435 Page 16 of 63

Form no: F2/CNT/4.6 Issue No. 001 Rev.07 PAGE 02 OF 02

10.3.1 Labour escalation against change in Not Applicable (Ref clause-20.2.1 of Annexure-AA)
minimum wages. (On firm price basis)
10.3.2 Fuel escalation against change in Fuel Not Applicable (Ref clause-20.2.2 of Annexure-AA)
Price
10.4 HRD clearance Not Applicable (Ref clause 16.6,18, 19 & 20 of
Annexure-AA) & Refer Caluse 3.0 of SCC incase of
sub contractor of BHEL.
11.(i) Type of Contract under Service tax Act Service Contract
& Applicability of Service tax Applicable ( Ref clause no; 10.1 to 10.7 of Annexure-
AA & Annexure-14)
11.(ii) Service tax (Reverse Charge Applicable (Ref: Annexure-14)
Mechanism)
11.(iii) Service tax (Cenvatability) Cenvatable ( Ref clause no; 10.1 to 10.7 of Annexure-
AA)
12 Recovery of WCST / OVAT Not Applicable (Ref clause no:10.8 of Annexure-AA)
13 Recovery towards compensation for
Ref clause no:21.0 of Annexure-AA.
delay
14 Recovery of Building and Other
Not Applicable (Ref clause no:10.9 of Annexure-AA)
Const.workers BOCW( RE& CS ) Cess.

IMPORTANT POINTS TO BE NOTED FOR SUBMISSION OF BID


15. Tender Documents should to be submitted in original i.e. tender document issued by
NALCO, or, in the original print of down loaded Tender Document.
16. All the pages of the tender document should be signed by the contractor with seal.
17. The rates should be quoted in words as well as in figures.
18. Erasures & over writings are not permissible. Any corrections should be signed with date by
the person, signing the tender document.
19. Nalco reserves the right of rationalisation of the quoted rates of the successful
tenderer with respect to Nalcos estimated rates (Ref clause no: 27.3 of Annexure-AA).
20. If any tenderer is having any unauthorised structure / occupation inside Nalco Township /
Plant their offer will not be considered for evaluation and shall be liable for rejection.
21. All the supporting documents submitted with the offer should be attested by a gazetted
officer or Notary Public.
22. Incase of splitting of works if defined in the NIT, the overall L1 bidder would be generally
awarded wit the defined percentage of works & for awarding the balance percentage of
works all others i.e.L2/L3/L4..etc. bidders would be asked at atime to counter match to
the frozen L1 rates within a cutoff date. The balance work would be awarded to the L1
counter matched bidder in the order of their merit. In case no bidder agrees to match the L1
rates, the total job may be awarded to the overall L1 bidder provided the bidder has the PQ
Credentials for same. Hence, the biddrs are required to submit their maximum possible
similar job credentials available with them at the time of bidding, so that if required the 100%
of the job may be awarded to the L1 bidder.

(T.K.MISHRA)
ASST. GENERAL MANAGER (MECH.) CONTRACTS
MC-4435 Page 17 of 63

NATIONAL ALUMINIUM COMPANY LIMITED


(A Government of India Enterprise)
CPP CONTRACT CELL
Web site: www.nalcoindia.com
CHECKLIST FOR BIDDER.
Following information along with the attested copy/copies of all the supporting documents as applicable,
are to be submitted in the envelope of Single part/ two-part bid (Ref cl. No-25.7 of annex-AA).
Sl Documents description For open For LTE
No. tender Tender
1. (a) EMD Amount as per NIT specification. Yes / No Yes / No
(b) Cost of tender document, if downloaded from Internet. Yes / No NA
2. E.P.F. A/c CODE Yes / No Yes / No
3. E.S.I. A/c CODE Yes / No Yes / No
4. PAN No. Yes / No Yes / No
5 E MAIL ID ( Annex.IV) Yes / No Yes / No
6 Phone no/ Mobile no (Annex. IV) Yes / No Yes / No
7 PAN based Service Tax registration No Yes / No Yes / No
8. TIN No Yes / No NA
9 Solvency Certificate from a Bank Yes / No NA
10. Power of Attorney of the signatory / Authorized signatory nominated by Yes / No
Yes / No
the company for the tender, if signed by other than proprietor.
11 Proof of ownership/partnership of the firm/company attached. Yes / No NA
12. Offer is submitted in the (a) Obtained from Contract Cell, Yes / No NA
original NIT documents (b) Downloaded from Internet Yes / No NA
13. Deviation from the NIT terms & conditions in deviation sheet only. Yes / No NA
(Ref :-Annexure-III)
14 Signed declaration form by authorised signatory as per Annexure-IV Yes / No Yes / No
15 Undertaking of downloaded tender documents as per Annexure-V Yes / No NA
16 Bank mandate for e-payment form as per Annexure-VII Yes / No Yes / No
17. Appendix I & II regarding relatives in NALCO Yes / No Yes / No
18. Appendix III & IV regarding details of commitments and information of Yes / No NA
the tenderer
19. Documentary evidence in support of pre-qualifying criteria of the NIT Yes / No
Work Orders listing as per annex no. 12. NA
Yes / No
Work Orders listing as per annex no. 13
20. Copies of audited Balance Sheet / Profit & Loss account for the last Yes / No
NA
three Financial Years
21. Copy of statutory license, if applicable Yes / No Yes / No
22. List of tools & tackles Yes / No NA
23. All the pages of the offer including GCC are signed by the bidder Yes / No Yes / No
24. Supporting documents are attested by Gazetted Officer / Notary Public Yes / No Yes / No
25 Price Bid contains no conditions in any form Yes / No Yes / No
NB: - If any of the information is not furnished, the offer of the party shall be liable for rejection and the
consideration of the offer is at the discretion of NALCO.

SIGNATURE OF TENDERER WITH SEAL


MC-4435 Page 18 of 63

ANNEXURE-AA
INSTRUCTIONS TO BIDDERS
CPP Plant of National Aluminium Company Ltd (NALCO) is situated on NH-55 at approximately 12 KM
away from ANGUL (District head quarter) and 5 KM away from Banarpal in Angul district of state of
Orissa , connecting between Cuttack and Sambalpur.

1.0 SCOPE OF WORK:


The scope of work shall be as detailed is enclosed at Annexure-I (A). The work shall be carried out as
per direction of Engineer-in-charge/Manager-in-charge subject to special condition of contract given in
Annexure-I (B).
2.0 QUANTITY & RATE:
2.1 The quantity & rate schedule format is enclosed at Annexure-II. Bidders are required to quote their
rates in figures as well as words in the enclosed Annexure-II only. In case of any discrepancy between
rate in figures, words and amount quoted by the bidder, the relevant provision of GCC will apply to
resolve the matter.
2.2 The tenderers must quote their most reasonable and workable rate. Overall total evaluated price
for all items of schedule of quantities shall be the basis for determining the reasonableness of
price and gradations of the tenders. In case the offered price of the tenderer(s) is found to be
unworkable, based on the rate approved by NALCO, the tenderer(s) may be asked to justify their
quoted rates within ten days of issuance of letter to that effect. However if the offer is
considered for placement of work-order in virtue of being the lowest bid, the bidder(s) shall be
asked to give a performance Guarantee Bond in addition to Security Deposit in the form of Bank
Guarantee from NALCO approved Bank, equal to the amount which will be the difference
between the lower limit of workability decided by NALCO and the quoted price of the L-1
tenderer. Such performance Guarantee Bond should be valid for the entire scheduled
completion period of the work. EMD of such tenderer, who refuses to justify their quoted rate
and / or to give Performance Guarantee Bond, shall be forfeited.
2.3 Bidder shall quote in figures and in words for the rates tendered by him in the Quantity & Rate
Schedule (Annexure-II) forming part of the documents, in such a way that interpolation is not possible.
The amount for each item shall be worked out and entered in the requisite column for all items.
2.4 Price bids must not contain any conditions stipulated by the bidders. Conditional price bids are liable for
rejection.
2.5 (i) No discount over quoted rate / total amount should be mentioned separately in the offer.
(ii) No additional rate over quoted rate / total amount should be mentioned separately in the offer.
(iii)Bidders shall submit the details about engagement of Agents / Middlemen/ Intermediary/
Consultants / Service Providers and payments proposed to them by the bidder should be a part of the
present bid.
2.6 All corrections and alterations in the entries of tender document if any shall be signed in full by the
bidder with date. No erasures and over writings are permissible.
2.7 Bidders are required to quote for all items of the quantity and rate schedule (Annexure II) otherwise
the offer may be treated as incomplete offer and may be rejected .
2.8 Bidders are required to quote their best prices considering the fact that price negotiation, if required,
may be held with the lowest bidder only.
2.9 Bidders are required to quote their rates up to two decimal places only. Decimal digits beyond two will
be rounded off to two decimals for evaluation/placement of order.
3.0 QUANTITY VARIATION:
(i) Item rate contracts (O&M and Capital): The Quantities mentioned in the schedule are
approximate in nature and may vary by a wide margin within the contract value for which the
contractor shall have no option but to execute the works, as per direction of the Manager-in-
charge at the same rates, terms & conditions of the order. Payment shall be released to the
contractor for the actual executed quantity only.
(ii) Lump sum/ Turn key Contracts (Capital): In case of Lump sum/ Turn key (LSTK) no
adjustment in the contract value shall be made unless there is written instruction by the
Manager-in-charge to change the scope of contract due to addition/deletion of items.
MC-4435 Page 19 of 63

Adjustment to the contract value due to such change in scope of work shall be governed by the
provisions of GCC.
4.0 CONTRACT PERIOD: Time of completion is the essence of the Contract. The contract period for this
work shall be as mentioned in Sl no:3 of F-2 form of contract details and shall be effective from the date
of issue of our brief order/work order /effective date as mentioned in the work order.Time period of
completion of individual items/activities may be decided jointly by Manager-In-Charge and contractor,
which shall be adhered to by the contractor.
5.0 QUALITY OF WORK:
5.1 The contractor shall execute the job under adequate supervision of experienced and qualified
personnel in accordance with the best engineering practices and the specification laid down in the
enclosed Annexures. NALCO may inspect the work any time without notice to the contractor and may
order re-execution of sub-standard work reserving the right to recover compensation in terms of GCC.
5.2.1 Inspection and test procedure given in the relevant clauses of the contract or BIS codes or other codes
of practices as specified in Scope of work / Special Conditions of Contract should be strictly followed.
5.2.2 Contractor shall use only calibrated instruments for measurements/tests/inspection, calibrated in a
Laboratory, accredited to NABL / Laboratory approved by the manufacturer.
6.0 EARNEST MONEY DEPOSIT: EMD Not Applicable.
7.0 DEFECT LIABILITY PERIOD (DLP): Refer Clause-1.0 of Annexure-1B.
The DLP shall be governed by the detailed terms and conditions stipulated in clause 65 and 68 of GCC.
The defect liability period shall be reckoned from the date of completion of the contract period for
supply and workmanship unless mentioned otherwise in Scope of Work / Special Condition of Contract.
Duration of DLP is mentioned at Sl. No. 9 of F-2 form of contract details.
7.1 DLP for SPECIALISED WORKS:
i) Water proofing (Below or above ground) and Roof treatment works - 10 YEARS
ii) Post construction Anti-termite treatment - 5 YEARS
iii) Weather proof Paint works - 4 YEARS
Special DLP shall be applicable for above jobs. In order to comply with the above, the proportionate
security deposit for the value of work executed under the above scope shall be retained till completion
of special DLP.
7.2 In some cases relaxed DLP can be considered depending upon the nature of the job.
8.0 SECURITY DEPOSIT: Refer Clause-5.0 of Annexure-1B.
8.1 On receipt of the order, the successful bidder shall deposit with NALCO an amount, equivalent to 10%
of the order value for value of contracts not exceeding ` 1.0 crore, 7.5% for the value of contracts over
` 1.0 crore up to ` 5.0 crores, and 5% of the value of contracts over ` 5.0 crores by the person(s),here
in after called as contractor as Security Deposit within 21 days from the date of issue of work
order/LOA/LOI. This amount will have to be suitably enhanced to the tune of above percentage of the
executed value.
Alternatively, Initial Security Deposit amounting to 2.5% of the contract value shall have to
be deposited, within 21 days of receipt of Work Order/LOA/LOI by him. In this case, the balance
amount of the security deposit shall be recovered through deductions from bills as indicated under
Payment term .
In case the successful bidder fails to submit the ISD /SD, with in a period of 21 days from
the date of issue of work order/ LOI, the ISD amount along with a simple interest @12% per
annum as penalty, applicable from the date of work order till the date of submission of ISD or
submission of 1st RA bill, shall be recovered starting from 1st RA bill .
8.2 The contractor can submit the initial SD or total SD in the form of either bank draft or bank guarantee
from any NALCO approved bank in the prescribed format {ref Annexure-IX (C)}
8.3 The Earnest Money Deposited along with the tender, by the successful bidder, if any shall be adjusted
towards security deposit / initial security deposit.
8.4 The security deposit will be released after release of final bill and successful completion of the defect
liability period on certification of Manager-in charge / Engineer-in charge.
8.5 In case the DLP is NIL, the Security Deposit will be released after settlement of final bill.
MC-4435 Page 20 of 63

9.0 PAYMENT TERMS: Refer Clause-4.0 of Annexure-1B.


9.1 (i) Payment shall be made against monthly R.A bills, (unless otherwise mentioned separately in
special conditions of contract (Annexure-IB)) submitted in the prescribed format & duly approved
and certified by the Manager-in- charge. Such Certificate / approval by the MIC and passing of the
amount so payable shall be binding and conclusive subject to deductions as per the contract,
which is subjected to arithmetical correction if any.
(ii) Payment up to 85% of the contract value shall be made through RA Bill both for CAPITAL
contracts and one time O&M contracts. For repetitive O&M contracts payment will be released
through RA Bills upto last but one month of the contract period. Balance will be paid through Final
Bill only.
(iii) NALCO shall release payment to the contractor through e-payment. The e-payment facility is
available under INTERNET mode through company banker as well as NEFT/RTGS mode through
designated enabled branches. The contractor shall submit duly filled bank mandate form in
duplicate with due authentication from their banker to avail e-payment facility before submission
of 1st RA bill. The prescribed mandate form is appended at Annexure-VII.
(iv) If the contract value is ` 20,000/- or less, only one full and final bill will be admitted.
(v) The contractor must possess PAN in the name of the firm/company or sole proprietor for release
of any payment.
9.2 If full security deposit has been submitted or security deposit is not applicable as per contract terms,
the amount passed will be paid in full. Otherwise, balance S.D will be recovered in installments through
deduction @ 10% from gross RA bill of contract value up to ` 1.00 crore, @7.5% from gross RA bill of
contract value between ` 1.00 crore to ` 5.00 crore, and @5% from gross RA bill of contract value over
` 5.00 crores till total S.D is collected.
9.3 The materials drawn if any by the party as free issue materials from NALCO should be reconciled.
The reconciliation statement of free issue items / materials should be submitted to the Manager in-
charge for certification. The final reconciliation statement should be submitted along with final bill for
release of final payment.
9.4 (i) The final bill shall be submitted by the contractor within one month of the completion of
contract otherwise the contract may be closed ex-parte on the basis of the Manager-in-
Charges certificate of the measurement and the amount payable or recoverable as certified by the
Manager In Charge, taking all recoveries into account and shall be final & binding on the contractor.
(ii) Besides above, the contractor may be treated as dormant or non-responsive. This may affect
contractors future business with NALCO adversely.

9.5 The R.A. Bills in duplicate shall be accompanied by the following documents.
(i) Joint Measurement Sheet.
(ii) R.A. Bill Form.
(iii) Any other document required by MIC or as per directive from statutory authorities.
In addition to the above, the Final Bill in duplicate shall be accompanied also by
(i) Work Completion certificate from MIC.
(ii) Stores Issue Voucher, Stores Return Voucher, Material Transfer Voucher if any.
(iii) Site Transfer Note, if any.
(iv) No claim certificate duly signed by the contractor.
(v) Deviation Statement
(vi) Handing over / taking over certificate (wherever applicable)
(vii) Satisfactory commissioning protocol (wherever applicable)
(viii) Royalty clearance certificate (wherever applicable)
(ix) No due certificate from Civil, Electrical and / or any other department suggested by MIC.
(x) Material Reconciliation Statement for Free Issue Material, (if applicable)
MC-4435 Page 21 of 63

Note: - Final bill shall be submitted in quadruplicate. Out of the above, certificates not applicable to a
particular work will be certified by the MIC.
9.6 In case of Lump sum / Turnkey contract, the payment shall be released according to approved Billing
schedule and Payment Terms specified in special conditions of contract.
10.0 PAYABLE TAXES & DUTIES:
10.1 The Rates quoted by the bidders in Annexure-II shall be inclusive of all taxes and duties as applicable
on the date of tender opening date but exclusive of Service tax, Odisha VAT, Excise duty , Swachh
Bharat Cess and Krishi Kalyan Cess as applicable. In case of excisable goods, the basic price & excise
duty/cess shall be quoted separately. For payment of Service Tax, Excise duty ,Swachh Bharat Cess
and Krishi Kalyan Cess to the contractor, the clauses in the para 10.2, 10.3, 10.4, 10.5, 10.6 and 10.7
below will be applicable.
10.2 The contractor is required to get them registered under the Central Excise & Customs and submit
notarised copy of registration certificate along with their tender, failing which their claim for service tax
from NALCO will not be entertained.
10.3 It is the responsibility of the successful bidder to satisfy Excise Authorities with supporting documents
as demanded by Excise Authorities regarding price of items shown in Annexure-II.

10.4 Service Tax ,Swachh Bharat Cess and Krishi Kalyan Cess shall be paid extra at applicable rates,{ if
applicable (ref clause no: 11 of F-2 form)} at the time of execution against service component
indicated in quantity and rate schedule at Annexure-II.

10.5
(i) Wherever the Service Tax, Excise duty , Swachh Bharat Cess and Krishi Kalyan cess paid to the
Central Excise authorities on the input services availed by NALCO are CENVATABLE, the
Contractor shall issue Invoice / R.A. Bill in accordance with the Excise Rules / Cenvat Credit Rules
giving all the information as required under the said rules.
(ii) Wherever Service tax, Excise duty,Swachh Bharat Cess and Krishi Kalyan cess is NON-
CENVATABLE, the Service Tax, Excise duty,Swachh Bharat Cess & Krishi Kalyan Cess amount
payable by NALCO towards the same shall be loaded on the bidders quoted value to arrive at the
relative position of the bids.
(iii) For claiming Service Tax from NALCO, the contactors invoice should contain
details like Serial no. of documents, Date of issue, Description of work, price of the input service,
service tax payable, service tax registration no., name and address of the input Service Provider,
class / category under which Service Tax is leviable etc. Sample of the Invoice is attached at
Annexure-VI for reference.
(iv) For claiming Excise Duty from NALCO, the invoice should clearly indicate the Basic Price, Excise
duty, Excise Tariff Head number, Description of the materials under the excise tariff head in Central
Excise rules. Transporters copy of invoice as prescribed in the Central Excise rules must be
handed over to the carrier under their (carrier) receipt. The original copy of the excise duty invoice
must be sent alongwith the payment documents to avail CENVAT benefit by NALCO.
10.6 Any revision in the rates of Service Tax / Excise duty / Swachh Bharat Cess/Krishi Kalyan Cess after
award of the contract will be payable as per the prevailing rates during execution of the contract.
10.7 Any inclusion/deletion of certain services in the Service Tax Act after award of the contract shall be to
the account of NALCO. However, it is the responsibility of the contractor to claim service tax/cess from
NALCO accordingly, and to comply with the service tax act.

NB: - The contractor shall be fully & solely responsible to the statutory authorities for compliance of all the
provisions of Service Tax Act / Rules, Cenvat Rules and other statutory provisions applicable to this work as a
service provider.

10.8 DEDUCTION OF WORKS CONTRACT SALES TAX (OVAT) & INCOME TAX:

(i) Notwithstanding anything contained elsewhere in the contract, NALCO shall deduct at source the
taxes as required under Section-13(AA) of Orissa Sales Tax act or as amended from time to time or
MC-4435 Page 22 of 63

under any statute, if applicable (ref clause no: 12 of F-2 form), from the payment due to the
contractor. The amount so deducted shall be deposited by NALCO with the Sales Tax Authorities
as per Law. It is for the contractor to deal with the Sales Tax Authorities directly in respect of any
claim or refund relating to the above deductions and NALCO shall not be liable or responsible for
any claims or payments or reimbursement in this regard.
(ii) Income Tax as applicable at the prevailing rate on the gross amount billed shall be deducted from
the contractors bills.

10.9 CESS UNDER RE&CS ACT-


Cess (Presently 1%) will be deducted from Gross bill value as per Building and Other
Construction Workers (RE&CS) Act 1996 for Township construction contracts. (Constn,
alteration, repairs, maint. or demolition of or in relation to buildings, streets, roads, drainage,
electrification, distribution of Power, water Works, communication works etc.

10.10 ROYALTY CLEARANCE.


As per Mines and Minerals Act of Govt. of Orissa the contractor is required to pay royalty for
various types of construction materials (minor minerals) used in the work. The royalty charges
shall have to be deposited in the office of Tahsildar from whose jurisdiction the minerals have
been lifted. The party has to submit Mineral usage statement and Royalty Clearance certificate
from above Authority along with Final Bill , failing which, net amount of the bill will be retained
till submission of the Royalty certificate.
11.0 MATERIALS; TOOLS & TACKLES; ENERGY/WATER REQUIREMENT:
11.1 The contractor shall have to make his own arrangement for supply and storage of his materials /
consumables and general tools, tackles, welding sets, electrodes, chain pulley blocks, slings, gas
welding/cutting sets, in connection with execution of work. No extra payment shall be applicable for
such provisions. Wherever required consumables of approved quality like general purpose welding
electrodes, cleaning agents, Oxygen gas, D.A. gas, etc to execute the contract shall be in Contractors
scope and contractor has to arrange these materials at their own cost unless mentioned otherwise in
the tender documents attached herewith.
11.2 FREE ISSUE MATERIALS / CONSUMABLES / FACILITIES FROM NALCO:
Unless mentioned otherwise in the attached tender documents, Argon Gas & Co2 gas will be supplied
by Nalco as Free Issue Item if required for the work executed inside plant. The contractor will do
transportation from issue point to work site.
i) Power and water Supply to Contractors Establishments in PLANT.
FOR REVENUE CONTRACTS AND NON- LUMSUM / TURN KEY CAPITAL CONTRACTS- Electrical energy
and Water if required, for the work to be executed inside plant / township, will be supplied by Nalco free
of cost from any suitable point. The contractor shall have to make arrangements, at his own cost, for
tapping and using the power/water so required as per advice of Manager In Charge.
For availing Electrical energy, the contractor shall have to provide, at his own cost, a MCB (Miniature
Circuit Breaker) at the point of power supply by Nalco. The MCB shall have to be of a suitable capacity
as decided by Nalcos electrical authorities for the concerned area and shall have to be replaced, as
and when warranted, on the grounds of changed power requirements or the MCB having been
defective and/or damaged.
ii) CAPITAL LSTK (LUMP SUM / TURN KEY) CONTRACTS- Electricity charges shall be
recovered @ ` 4.30 /KWH as per Clause no. 2.3 of GCC on meter reading. However, this
rate is subject to revision time to time.
iii) Power and Water supply to Contractors ESTABLISHMENT in side /out side Plant
premises:-

The following points shall be complied in addition to Nalco GCC Clause No. 2.3 for giving power
supply to Contractors Establishments:-

1. Power and water supply only to be provided to the contractor to whom the permission has
been granted by Estate Department to have establishment in the township.
2. This is as per the requirement to have establishment inside / out side plant premises e.g.
township for power and water supply as envisaged by the Manager-in-Charge for
execution of this specific job.
MC-4435 Page 23 of 63

3. Contractors will be supplied power and water to their establishments out side Plant
premises as per terms of the contract awarded to them. They have to make all
arrangements to receive power from designated panels by laying necessary cables and
installing suitable distribution board. They have to apply to Estate department through the
Engineer-in-Charge. The application will be made in prescribed format and a completion
certificate by licensed electrical contractor will be enclosed. The representative of DGM
(Elect) will inspect the installation and after getting their clearance, power supply will be
charged. The individual establishments are to be maintained and managed by contractors
as per IE rules.
4. At the time of charging of power supply, initial meter reading will be jointly noted by
representatives of contractor, Estate Department and Electrical Department.
5. Every month, energy meter reading will be jointly taken by representatives of Estate
Department and Electrical Department. Electricity Bill will be raised by Estate Department
@ ` 4.30 per KWH basing on the meter reading. However the rate is subject to revision
time to time.
6. Water charges will be billed by Estate deptt. @ ` 150.00 per month or part there of.
7. While processing final bill of the contractor, the contractor has to enclose the following:-
Either a certificate from Electrical Department that the power supply to their establishment has
been disconnected or a certificate from respective Engineer-in-Charge and Estate Department in
prescribed format that power supply is to be continued against some other valid contract with
proper reference.

The final bill will not be processed without compliance of the above. (Supporting document to be
attached)
(c) Issue of cement and steel as Free Issue shall be governed by clauses 52 to 54 of GCC unless
mentioned otherwise in scope of work / special conditions / BOQ or elsewhere in this tender document
subject to the followings:
(i) For issue of materials within plant boundary wall limit, the contractor shall submit only indemnity
bond for the entire value of materials issued to them free of cost as per clause 53 (ix) of GCC.
(ii) For the materials which are issued for outside plant boundary such as Ash Pond area , Intake
Pump House , Lean Slurry area , Bidyut Nagar Colony , township, CISF Barrack etc, the
contractor shall furnish Bank Guarantee equivalent to 20% of the value of material and indemnity
bond equivalent to 80% value of materials being issued to the contractor.( Ref Sl no. 8 of Form
F2 of contact details)
(iii) For materials taken out side plant to the vendors shop, Bank Guarantee equivalent 100% of the
value of the materials will be submitted by the vendor before taking out the materials.
(iv) The Indemnity bond and the Bank Guarantee shall remain valid till the material account is totally
settled. The BG and Indemnity Bond shall be submitted in the prescribed format enclosed (Refer
Annexure-IX).

11.3 BANK GUARANTEES:-


i) The party may submit Bank Guarantee against Security deposit for Free Issue Material.
ii) The BG in prescribed format should be issued by approved Banks listed at Annex-VIII.
iii) The original BG should be sent by the Bank directly to Nalco Finance Deptt. through
Registered/Speed Post with AD along with forwarding letter from Bank indicating address, Phone,
Fax no. and email ID of the issuing Bank.
iv) Incase original BG is carried by the party for onward transmission to Nalco, it must accompany the
forwarding letter of the Bank. Besides, the Bank has to send an unstamped duplicate copy of the
BG and forwarding letter directly to Nalco Finance Deptt. through Regd./Speed Post with AD.
12.0 SUPERVISION:
(i) The contractor shall have to work as per direction of the Manager-in-charge, and shall report to
him daily regarding day-to-day progress. The contractor shall give full access to the Manager-
in-charge / authorized representative of NALCO to inspect day-to-day work executed by the
MC-4435 Page 24 of 63

contractor. Besides, the contractor shall have to engage his own supervisor at their own risk and
cost to ensure proper workmanship and good quality work, which is a part of the scope of work.
(ii)
Under prevailing statute, the supervision should be carried out by a person holding valid license
issued by appropriate statutory body.
13.0 EXECUTION OF AGREEMENT: Not Applicable(Refer Caluse 3.0 of SCC)
13.1 No bill shall be payable unless the agreement is signed, if signing of agreement is applicable.
14.0 GATE PASS & SECURITY: The contractor shall have to arrange valid gate pass for the labour/
workers engaged by him in order to enter into the factory premises if the work is to be executed inside
the CPP plant.
14.01 ISSUE & USE OF ELECTRONIC ID CARD: All the contract workers will be provided with electronic
entry/exit pass by CISF before moblisation of site/commencement of work by the contractor. All
contract workers shall use this ID/Punch cards for making entry into /exit from the plant. After expiry of
the contract, ID/Punch card will be surrendered by the workers at the time of closure of contract through
the contractor. Incase of loss /missing of ID/Punch card, contractor has to deposit ` 200/- per card in
the cash counter of NALCO for issue of fresh identity card. Incase of discontinuation of job by the
workers, the cards will be surrendered to the CISF under intimation to unit HRD.
15.0 TIME OF WORK: The factory timings are as follows:
`A' Shift - 6.00 AM to 2.00 PM, `B' shift - 2.00 PM to 10.00 PM
`C' shift - 10.00 PM to 6.00 AM,`G' shift - 8.00 AM to 5.00 PM (with 1.00 Hr lunch break from 1PM to
2PM)

16.0 OCCUPATIONAL HEALTH & SAFETY MANAGEMENT SYSTEM:


16.1 SAFETY: - The contractor shall have to take necessary safety arrangements/ precautions for the
workmen engaged by him and shall be responsible for any First Aid / Emergency treatment for his
labours / workmen. In addition, the contractor shall have to abide by all fire & safety regulations of the
owner. The contractor has to execute the works after taking necessary instruction & safety clearance
from the safety officer.
16.2 All lifting/handling tools & tackles deployed by the contractor should have been load-tested as per the
prevailing rules & regulations. Mobile equipments such as Truck, Tractors, Tippers, Dumpers etc. shall
have valid fitness certificate with due insurance required as per the prevailing rules & regulations. .
Wherever transport of material is applicable, the contractor has to ensure that goods carried during
transportation do not exceed the permitted laden weight as certified by registering authority for the
respective vehicles.
16.3 PERSONAL PROTECTIVE EQUIPMENTS (PPEs): The contractor shall have to provide all the
necessary PERSONAL PROTECTIVE EQUIPMENTS (PPEs) to the workmen engaged by them as per
the requirement, area wise as mentioned in the PPE format. The PPE format with duly signed and
declaration should be submitted along with TENDER failing which, the TENDER is liable for rejection.
Incase the contractor fails to provide PPEs as per requirement, at the time of starting the job; they will
not be allowed to carry out the assigned job.

PPEs can be got issued from NALCO on request at the procurement cost + 25% extra towards the
service charges OR at the rate mentioned in the PPEs format ,Which ever is higher

16.4 The contractor, before starting the work, shall collect a copy of the safety manual from Safety
Department and shall abide by all instructions mentioned therein.
16.5 The contractor shall be responsible to promote awareness on the OSHAS requirements among the
workmen engaged by them for the subject job and ensure adherence to sound OSHAS related
practices as detailed in the "Occupation Health & Safety Policy" enclosed herewith. The contractor
shall be responsible for abiding by all the applicable provisions of safety code of contractors which is
available in the NALCO web site. The contractor shall contact Safety Dept. for getting necessary
advice/compliances as required.
16.6 MEDICAL CHECK UP OF WORKMEN: Not Applicable(Refer Caluse 3.0 of SCC)
17.0 ENVIRONMENTAL REQUIREMENTS:
The contractor shall be responsible to promote awareness on the Environmental requirements among
the workmen engaged by them for the subject job and ensure adherence to sound environmental
practices as detailed in the "GENERAL ENVIRONMENTAL REQUIREMENT & ENVIRONMENTAL
POLICY" enclosed herewith at ANNEXURE-XI
17.1 The contractor shall remove all the waste/debris generated during the work on each occasion &
dispose off to a place identified by Manager-in-charge. The thorough up-keeping of the work spot
MC-4435 Page 25 of 63

before the contractor leaves the work spot is essential. In case the contractor fails to comply with the
above, the owner may get the up-keeping done & recover the expenses with overheads from the
contractor.

18.0 LABOUR LAWS:


18.1 The successful bidder shall abide by all applicable statutory provisions in respect of workmen deployed
by him to the satisfaction of Central & State Government Authority. The contractor shall comply with
the provisions of all statutes and amendments thereof at their cost for different legislations as under.
The list is indicative and not exhaustive.
1. Building & other Construction Workers(RE & CS) Act 1996
2. Child Labour( Prohibition & Regulation) Act 1986,
3. Employees Provident Fund and Miscellaneous Provisions Act, 1952.
4. Employees State Insurance Act, 1948.
5. Factories Act, 1948
6. Industrial Dispute Act 1947,
7. The Inter-state Migrant Workmen (Regulation of Employment and Conditions of Service) Act, 1976
8. The maternity benefit act 1961
9. Minimum wages Act 1948,
10. Payment of Wages Act 1936,
11. Payment of Bonus Act 1965,
12. Payment of Gratuity Act, 1972
13. Employees Compensation Act 1923.
14. Contract Labour (R&A Act, 1970)
The contractor shall comply to any modification thereof on any other Laws
relating to the work and rules made there on time to time .
18.2 CONTRACTORS OBLIGATIONS AND PENALTY FOR NON-COMPLIANCE
The contractor shall abide by the following obligations during execution of contract against
deployment of contract labours.
a. The Contractor shall not engage any contract labour having unsound mind, criminal record,
poor health or having record not suitable from security point of view to NALCO.
b. The contractor has to ensure that no contract labour should enter the plant/work premises
without valid photo pass.
c. The contractor shall ensure that no contract labour should leave the work place/plant
before time without authorization/gate pass/ permission of the representative of contractor
to check frequent entry/exit, which may cause security/administrative inconvenience.
d. The disputes of the Contractors labourers are to be settled by individual contractor. In no
case NALCO, as the Principal Employer will enter into the matter except witnessing the
proceedings, if required by the Statutory Authorities.
18.3 The contractor shall have valid labour license during the execution of the contract wherever applicable.
The contractor shall not engage child labour, in compliance to statutory requirement.
19.0 PF & ESI A/C CODES: Not Applicable(Refer Caluse 3.0 of SCC)
20.1 PAYMENT OF WAGES TO ENGAGED LABOUR AT SITE:
20.1.1 Payment of wages to the labour employed by the contractor shall be as per the Central
Government notification fixing minimum wages for different categories of labour in Central
Public Enterprises from time to time plus an additional element as indicated below (as a part of
wages).The contractor shall have to make labour payment accordingly, along with applicable
statutory benefits. Therefore, the contractor must quote their rates considering the following
conditions.

SL NO CATEGORY MINIMUM RATES OF WAGES PAYABLE INCLUSIVE OF WAGES FOR


WEEKLY OFF, VDA & CANTEEN SUBSIDY
MINIMUM WAGE ADDITIONAL CANTEEN
RATES (INCLUSIVE ELEMENTIN ` SUBSIDY IN `
OF WAGES FOR TOTAL IN `
WEEKLY OFF & VDA )
IN `
1 UNSKILLED 250.00 32.00 12.00 294.00
MC-4435 Page 26 of 63

WORKER
2 SEMI SKILLED 312.00 32.00 12.00 356.00
WORKER
3 SKILLED 374.00 32.00 12.00 418.00
WORKER
4 HIGHLY SKILLED 436.00 32.00 12.00 480.00
WORKER

20.1.2 The contractor has to ensure payment of minimum bonus @ 8.33% on the minimum wages
(Considering maximum salary as `7000/- per month) including the additional element but excluding
canteen subsidy to all his workmen engaged in the contract before release of final bill.
20.1.3 In case the contractor fails to pay wages to the workmen employed by him for the subject work,
NALCO will make the payment and recover the same from the contractor's bill along with 25% service
charge for the amount paid.
20.1.4 The contractor failing to make payment of labour wages as per applicable Law, may be debarred /
banned for conducting future business with NALCO.
20.2. Price variation for Labour and Fuel:
Not Applicabe
21.0 RECOVERY TOWARDS COMPENSATION FOR DELAY:
I) CAPITAL and Onetime JOB contracts- In case the contractor fails to complete the work within
the stipulated period, the contractor shall be liable for a penalty @ 1% (one) of the contract
value per week of delay subject to a maximum of 10% (Ten) of the value of the contract
{(unless otherwise mentioned separately in special conditions of contract (Annexure-
IB)}.
II) Repetitive O & M Contracts - RECOVERY TOWARDS COMPENSATION FOR DELAY SHALL
NOT BE APPLICABLE FOR THIS TYPE OF CONTRACTS (Unless otherwise mentioned
separately in Special Conditions of Contract (Annexure-IB).
22.0 ARBITRATION: The clause No.87 of General Conditions of contract shall be applicable incase of any
dispute or difference whatsoever, which may arise at any point of time.
22.1 Subject to all other provisions contained in clause 87 of GCC, the provisions of the Arbitration
and Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rule
made there under, and for the time being in force shall apply to the arbitration proceeding under
this clause.
23.0 TERMINATION OF CONTRACT: If the performance of the successful bidder is found unsatisfactory
during the period of contract, the contract will be terminated with short notice of 15 days and the same
shall be carried out by any other agency at the risk & cost of the contractor. Other penal actions such
as forfeiture of EMD and Security Deposit and debarring the contractor for participating in future
tenders of NALCO may also be taken as per clause no.29.2 given in subsequent page.
23.1 If the Government of India or any Statutory Authority/empowered to do so, decides/directs to
terminate the Contract, the contract shall be terminated without any notice and for that
contractor shall not be entitled to any claim such as extra claim, loss, loss of profit etc. against
NALCO. The settlement of the dues of contractor shall be done on the basis of execution of
actual work in accordance with the terms & conditions of contract.
23.2 SHORT CLOSURE OF CONTRACT: NALCO reserves the right to short close the contract by
serving 15 days notice to the contractor, when either the contract value or the assigned BOQ
quantity has already been executed . The decision of NALCO in this regard shall be final &
binding on the contractor.

24.0 GENERAL INFORMATION:


24.1 Before submission of the bid, the bidders are requested to read the bid document carefully make
themselves fully conversant with the GCC, Special Conditions of Contract and Conditions of bidding,
Specific conditions, technical Specifications and bid drawings if any. The bidder should visit site and
MC-4435 Page 27 of 63

get familiarized with the site conditions so that, no ambiguity may arise in these respect subsequent
to submission of the bids.
24.2 Nalcos General Conditions of Contract (GCC) & Special Conditions of Contract (SCC) if any shall form
part of this contract. The tenderer is advised to go through the same either in the office of the
undersigned during office hours to seek clarification if any, or may refer to NALCO web site and get
them-selves satisfied before quoting the rates. It will be taken for granted by NALCO that tenderer
has seen and gone through the terms and conditions and shall abide by this.
24.3 Wherever applicable, The Bank Guarantee is to be submitted in Nalco's prescribed format (Refer
ANNEXURE-IX) from Nalcos approved Banker only (Refer ANNEXURE-VIII). The original Bank
Guarantee (other than EMD BG) is to be sent directly by the Bank under speed post or registered
post with AD to the address of Manager-in-charge of concern dept. The contractor shall submit the
self certified photocopy of the Bank Guarantee mentioning dispatch reference of bank from where the
original was sent.
24.4 (i) In case there is a tie in L-1 position, the concerned bidders may be called to offer maximum
possible discount on their quoted rates in sealed envelope in order to decide the L-1 bidder among the
considered bids.
(ii) In case tie of price bids, even after application of clause (i) above, the following criteria
shall prevail in the given order.
(a) Bidder having highest average turnover during last three years shall be preferred.
(b) The contractor executing the same contract satisfactorily will be preferred.
(c) The contractor of the previous contract, who has executed the same work satisfactorily will
be preferred.
Note: Average Annual Turnover shall be decided on the basis of audited profit and loss account
submitted by the bidder for the last three financial years.
iii) Incase of tie for L2 or other positions and L1 price matching is to be made for splitting of
the job as per NIT condition, then L2, L3 etc positions shall be determined by applying criteria
at sl no. (ii ) above.
24.5 The bidder is required to give the names of other firms / agencies / partnership firm / wholly owned or
partly owned subsidiary etc. where they are having financial / professional stakes and also give a
certificate if any such firm / agency are participating in the subject tender.
24.6 The bidders may note that any pending criminal case involving moral turpitude, fraud, theft &
unlawful activities or conviction by court of law or indictment/ adverse order by regulatory
authority against the person, company, Directors of the Company or sister concern of the
Company, partner of the firm etc. would constitute disqualification for participating for tender.
24.7 The bidder or its proprietor /partner(s)/director(s) of the firm should not have been convicted by
court of law for an offence involving more turpitude in relation to the business dealing during
past seven years for acceptance of the offer. The bidder shall give affidavit to this effect. The
affidavit must be affirmed before the competent judiciary authority or duly notarized by Notary.
25.0 MODE, SUBMISSION, RECEIPT AND OPENING OF TENDER:
25.1 All covering letters & information are to be included in the offer. The instruction given in the checklist of
single part / two part bids must be strictly complied.
25.2 The tender should be submitted in sealed envelope duly superscribing clearly the name of the work
with the note "Quotation DO NOT OPEN along with tender reference number & Tender Opening
Date written prominently. The full name, postal address and telephone/Fax number(s)/e-mail id of the
bidders shall be written on the bottom left corner of the sealed envelope. The Bidder need to fill up
the prescribed Declaration Format Ref:-Annexure-IV and submit along with the bid document . If
the bidder is not submitting the Bid document in case of LTE, they have to give reason for same
and return back the entire set of document as per Acknowledgement Cum Consent Letter From
Bidder. Normally the quotation should be submitted through tender box located at Contract Cell, CPP
Administrative Building (3rd Floor).
25.2 Tenders are to be dropped in the tender box kept located at CPP Contract Cell in 3rd Floor of CPP
Administrative Building , NALCO, Angul on or before time & date specified at Sl. No. 5 of F-2 form
MC-4435 Page 28 of 63

during normal office working hours. The PART-I bids in case of two part tendering and Single part bid in
case of LTE tendering shall be opened at the time & date specified at Sl.No. 6 of F-2 form.
25.3 Postal Bids are to sent through REGISTERED POST / SPEED POST OF POSTAL DEPT, GOVT OF
INDIA ONLY and the same shall be received during office hours of all working days except Sundays &
holidays upto the date and time specified at Sl. No. 5 of F-2 form in the office of D.G.M (Contract cell),
CPP, NALCO, Pin- 759145, Dist-Angul (Odisha), India. The sealed bid offers in case of Open Tender
and LTE received through postal shall also be opened together with the bids received in the tender
box.
25.4 ORIGINAL Offers sent through private couriers shall have to be deposited within the scheduled
date and time by the representative of the Courier service in the office of the D.G.M(Contract
cell), CPP, NALCO, Pin- 759145, Dist-Angul (Odisha), India. The sealed bid offerss in case of Open
Tender and LTE received through postal shall also be opened together with the bids received in the
tender box.
25.5 Bidders are advised to submit complete set of Tender documents along with ANNEXURE-II & III
and Appendices as obtained from Contract Cell, CPP , NALCO or in the original print if the
tender documents downloaded from Internet along with undertaking (Annexure-V) duly filled in
and with no deviations to the specific requirements, terms & conditions and signed on the
bottom of each page with official seal along with a forwarding letter addressed to the DGM
(Contract Cell), CPP , NALCO.
25.6 All the supporting documents submitted with the offer should be attested by a gazetted officer
or notary public and are required to sign each page by the bidder or by their authorized
representative.
25.7 In case deviation is unavoidable, bidders are instructed to give all deviations in the enclosed
deviation statement sheet (Annexure-III) only, along with the tender document. Please be
informed that only deviation statement will be considered for further evaluation.
25.8 Deviation(s) listed at any other place of the tender shall not be considered at all and shall not be
binding on NALCO. The tender shall be evaluated based on the deviation statement and no claim
whatsoever shall be entertained irrespective of bidder has accepted this particular clause or not.
25.9 Financial implications of the agreed deviation as per assessment of NALCO will be loaded on the price
quoted by the bidder. Deviation not accepted by NALCO will have to be withdrawn by the bidder
otherwise such bids may be disqualified/rejected.
25.10 In the event of office remaining closed on the Bid Submission date, tenders will be accepted on the next
working day up to 3.00P.M. & will be opened at 3.30 P.M.
25.11 Tenders received late due to any reason whatsoever e.g. delays of Postal/ transit and/or delivery at
wrong place etc shall not be considered.
25.12 NALCO reserves the right to defer the date of tender opening in case the response is considered
inadequate or due to any other reasons. In such event, the bidders shall be intimated the next date of
opening subsequently.
25.13 The price bids of technically qualified bidders shall only be opened on a later date. The date & time of
opening of price bid shall be intimated to the qualified bidders in writing by registered post / speed
post / Fax / Email / put up on Notice Board / personal intimation. The opening of the price bid also
will be at The Office of CPP Contract Cell in Administrative Building 03rd Floor . Interested bidders or
their authorised representative(s) may witness the tender opening if they so desire.
25.14 The bidder shall ensure submission of complete informations / documents in the first instant itself.
NALCO reserves the right to evaluate the offer based on the details furnished by the bidders on the
scheduled date of tender submission without seeking any subsequent additional information.
25.16 DECLARATION OF RELATIVES WORKING IN NALCO: The contractors must furnish certificate as
mentioned in Appendix I & II enclosed, disclosing in detail about their relative / relatives working in
NALCO. Suppression of this information in any form if detected at any stage will be disqualification and
lead to rejection of the offer or termination of the contract as the case may be. The concerned party
may also be banned from participation in future tenders.
26.0 EVALUATION OF BIDS: The price bids of the techno-commercially qualified bids incase of two part
bid system & bids in case of single part bidding shall be evaluated as per the footnote of Quantity &
Rate Schedule (Annexure-II).
27.0 ACCEPTANCE OF TENDER:
27.1 NALCO reserves the right to reject or accept any or all the offers in full or part, split the work,
reduce or increase the quantity, without assigning any reason thereof.
MC-4435 Page 29 of 63

27.2 NALCO reserves the right to award the work in parts between two or more agencies if considered
expedient. The quoted rates shall hold good for such an eventuality. Reference is also invited to clause
No: 9 of General conditions of contract.
27.3 NALCO reserves the right to rationalize the total item unit rates of the successful bidder with
respect to the departmental estimate for unit item rates keeping the contract value unaltered. In
such cases the break- up of material and service component of the rationalized rates will be in
the same ratio, as that of the quoted rate of the successful bidder for that item. Rationalization
formula:- Rationalized item rate = (Total quoted value / Total estimated value) X Estimated Item rate
27.4 VALIDITY OF OFFER: - The validity of the offers submitted by the bidders shall be Four months
from the date Opening of Tender.
27.5 Bidders may note that, Brief Order / Letter of Indent / Fax of Intent / Work Order placed, is in
acceptance of their offer by NALCO and shall be binding on them. However, the bidder has to
return a copy of LOI / FOI / Work Order duly signed by them or their authorized representative
as a token of receipt of the same within fifteen days of issue of the same for our records. In
case of no communication of the same is received within the stipulated time from their end, it
will be presumed that the party has received the Brief Order / Letter of Indent / Fax of Intent /
Work Order .
27.6 Any communication such as Letter, BO, LOI, FOI, WO etc shall be communicated to the Bidder
through Registered post/ Speed post/ Fax/ Hand delivery. Any communication through any one
or more of above modes shall be valid and binding on the Bidder.
28.0 SECRECY TERMS: -The contractor shall use all the documents, drawings, data & information of
proprietary in nature, received from NALCO, solely for the purpose of performing and carrying
out the obligations on their part under this contract. He shall not disclose the same to any other
person except to the extent required in the performance of the work and shall maintain the
utmost secrecy. Contractor and NALCO shall bind their employees, who are involved in
engineering of the project by a suitable secrecy contract. The documents, drawings, data and
information received from NALCO shall not be used by contractor for any other purpose and
will also keep them confidential. All data, documents and information provided by Contractor
during the course of execution of the work will be treated as confidential by NALCO and will not
be released to any third party, without specific written permission of Contractor.
28.1 Breach of Secrecy: In case of breach of secrecy by the Contractor, Nalco will have right to
terminate contract, forfeit security deposit and claim damages from the party.
29. 0 CIRCUMSTANCES OF BLACKLISTING / SUSPENSION / BANNING OF BUSINESS.
29.1 BLACKLISTING
Blacklisting of any agency/ firm/ contractor working with the Company may be resorted to in following
cases:
i) If the Proprietor or Partner or Director of the Firm is convicted by a Court of Law, following
prosecution under the normal process of Law for an offence involving moral turpitude in relations
to business dealings;
ii) If security considerations including the question of loyalty to the State warrant as per
recommendations of Ministry of Home Affairs.
iii) If there is justification for believing that the Proprietor or Partner or Director (or Employee) of the
Firm has been guilty of malpractices such as bribery, corruption, cheating, fraud, substitution of
bid or theft or any other illegal activities while carrying out the work etc.
iv) If the Firm refuses/fails to return the Company's dues without adequate cause;
v) If the Firm is blacklisted by any Department of the Central Government/ State Government.
vi) If the Firm is a confirmed evader of Central / State taxes/duties for which NALCO has received
notice from the concerned department of Central / State Govt.
vii) Misbehavior/ threatening of departmental supervisory staff during work execution.
viii) Constant non-achievement of milestones on insufficient and imaginary grounds and non-
adherence to quality specifications despite being pointed out.
ix) Persistent & intentional violation of important conditions of contract.
x) Submission of false/ fabricated/ forged documents for consideration of a bid.
MC-4435 Page 30 of 63

xi) If declared bankrupt or insolvent. .


29.2 BANNING/ DEBARRING FROM FUTURE TENDERS:
Incase where the conduct of the firm is not serious enough to merit blacklisting but removing the name
from the registered vendors of NALCO is justified in the interest of the company, the firm/company shall
be banned from doing business with NALCO for a period up to 3 years but not less than one year. The
reasons for banning are listed below. This list is illustrative only and not exhaustive.
(i) Any failure to execute the contract satisfactorily.
(ii) Offence except criminal, such as moral turpitude, fraud, theft, unlawful activities within the
premises of the company (Plant or Township) by the contractor or their workmen.
(iii) Defaults such as failing in disbursements of wages of the workmen/contract labourers in time at
least twice in a contract period.
(iv) Submission of false declaration / documents in the offer.
(v) Misconduct / misbehavior of the contractor or any of the workers engaged by them.
(vi) Non-compliance of environment, safety and health requirements including use of proper PPEs.
29.3. CONDITION FOR SUSPENSION OF BUSINESS WITH A CONTRACTOR
Temporary Suspension of business may be ordered without any notice, where full enquiry into the
allegation is pending and may entail the blacklisting of the firm/ party/ contractor, if the allegation is
proved.
NOTE:- NALCO will issue show-cause notice giving 15 days time to the contractor to respond the
same in cases of debarring/ blacklisting/ banning/ suspension of business with the party.
30.0 OTHER TERMS & CONDITIONS:
30.1 If found suitable, Preference for engagement of labourers under NALCOs contractors establishment
may be given to the land affected persons.
30.2 For Contractors establishments outside the Plant premises, Ground Rent will be recovered at
the rate as specified or decided by NALCO from time to time for the land so made available.
(Present rate is ` 100 /Hectare or part there of per annum or part thereof).
30.3 The contractor has to dismantle the structure constructed by him for the purpose of office-cum-store on
completion of the contract as per the provision of GCC clause no.2.4.2. If the same is not dismantled
within two months of completion of contract he will not be issued any tender paper or will not be
allowed to participate in any tender. Besides with-holding of final bill , other penal action as per contract
/ Law as deemed fit may be initiated against the contractor.
30.4 Following penal actions shall be initiated against the unauthorized occupant;
a) Disconnection of power and water supply lines to be made,
b) Penal rent @ ` 10,000/- per month or part thereof towards the ground rent and 20 (twenty)
times penal rent towards electricity and water charges shall be recovered,
c) Withholding of all the pending bills of the contractor,
d) Initiation of eviction proceedings in the Estate Court for out side Plant establishments
30.5 The contract shall be subject to the provisions of GCC except those provisions of GCC, which are
superseded by the clauses under Instructions to Bidders (Annexure-AA). In case of any
contradiction between the provisions of Annexure- AA and special conditions / scope of work / technical
specification, the provisions in the latter will prevail.
30.6 Amendments and/or Clarification, if any issued for the NIT shall form part of the Tender
Documents. Amendments and/or Clarifications will be hosted on the web-site of NALCO
www.nalcoindia.com and www.eprocure.gov.in and no separate intimation will be given to the
bidders or released in the press. Bidders are requested to visit the web-sites from time to time
to note the Amendments and/or Clarifications before submission of their bid. NALCO shall not
be responsible if any bidder omits to notice any Amendments and/or Clarifications before
submission of their bid.
30.7 Telex/ Telegraphic/ Fax/ E-mail bids shall not be accepted.
30.8 The documents as stated below shall constitute the integral part of Contract Documents:
(a) Bill of Quantity.
(b) Scope of Work/Technical Specifications.
(c) Drawings if any .
MC-4435 Page 31 of 63

(d) Special Conditions of Contract.


(e) Instruction to bidders/NIT.
(f) General Conditions of Contract (GCC).
(g) Relevant Indian Standards.
In the event of any ambiguity or conflict between the Contracts documents as given above, the
order of precedence shall be the order in which they are listed above. All documents forming
part of this tender are intended to be correlative, complimentary and mutually explanatory. The
tender documents should be read by the bidder as a whole before bidding the tender.
30.8.1 If any varying of conflicting situation arises in any of the document forming part of the Contract,
the General Manager, CPP shall be the deciding authority with regard to intention/interpretation
of the document and his decision shall be final and binding on the parties.

30.8.2 All the pages of GCC duly signed & stamped by authorized signatory should be submitted along
with the agreement.
30.8.3 On award of the contract to the successful bidder, it becomes mandatory by the bidder
to enclose a deviation statement with RA bill once the executed value of the work has
reached 80% of the awarded value.
30.8.4 In case the bidder does not participate in three consecutive bids, the bidder will be put
under holiday list for a period of one year.
31.0 Energy Management System (ISO 50,001) Requirement:
31.1 Mandatory guidelines for saving any form of energy:-
Energy is lifeline of an Organization and CPP , NALCO is implementing Energy Management Systems
(EnMS) ISO 50001 in all activities. The contractual service providers are advised to train his workmen
for practicing the following Dos & Donts while executing the assigned work at site.

WHAT TO DO? WHAT NOT TO DO?


1) Use compressed air for instrument 1) Never open any compressed air for body /
cleaning if advised by NALCO dress/ vehicle cleaning.
2) Close water line valves if they are in 2) Never allow any water line in open condition.
open condition
3) Use water for instrument /equipment 3) Never use any water line of the plant for
cleaning if advised by NALCO cleaning of bicycles / vehicles.
4) Use LPG for cooking if at all required 4) Never use any electrical heater for cooking or
room heating.
5) Switch off lights/ fans in day time 5) Never waste electricity in any way.
when not required
6) Touch only that part of equipment 6) Never touch any isolators / switches of any
for which you are authorized by the equipment .
Engr. I/C
7) Handle coke, pitch, oil (FO, HSD, 7) Never waste any quantity coke, pitch, oil (FO,
LDO) & LPG with due care as they HSD, LDO) & LPG a drop of any types of oil .
are costly .

31.2 The Energy Policy of NALCO is attached. The Service Provider needs to comply all the requirements of
the Policy in consultation with the Manager-in-Charge of the contract.
MC-4435 Page 32 of 63
MC-4435 Page 33 of 63

ANNEXURE-III
EXCEPTION / DEVIATION STATEMENT TO THE TENDER TERMS & CONDITIONS
In case of no deviation please write 'No Deviation' in the space below:

Sl. Reference of Tender Document Subject Deviation / Exception


No Page No. Clause No. Para No.

Signature & Seal of bidder.


MC-4435 Page 34 of 63

ANNEXURE IV(A)
-: DECLARATION BY THE BIDDER :-

I _________________________________________________ representing the bidder, do declare on behalf


of the firm as hereunder :
* That, I am the PROPRIETOR of the bidders firm. I undertake to submit proof of ownership as
and when demanded by NALCO.
OR
* That I am the authorised signatory to the tender documents holding valid Power of attorney.
Certified copy of the valid power of Attorney is enclosed with the offer.
NOTE: Strike out whichever is not applicable.

(a) That, we do not have any FINANCIAL/PROFESSIONAL stake in any of the other bidders participating in
this tender;
(b) That, this firm has not been blacklisted/debarred/banned in any unit of NALCO/Other PSUs / GOVT of
India/ State Govts/ Quasi Govt. organizations.
(c) That, we are not in any arbitration/legal cases with NALCO and no cases are pending in court of law.
(d) That, the proprietor/partners/directors/ employees of the firm have never been a part of any
blacklisted/debarred/banned firms or company in any unit of NALCO/Other PSUs / GOVT of India/ State
Govts/ Quasi Govt. organizations.
(e) That, we have never been prosecuted by any statutory authority
(f) That, any change in the constitution of the firm shall be made with prior clearance from NALCO.
(g) That, we have studied all the clauses/sub-clauses terms and conditions of the tender documents
including GCC and our offer fully comply with the requirements spelt out in the tender documents.
(h) We undertake to abide by and comply with all the safety and environmental regulations in force in NALCO
during the execution of work.
(i) We undertake to abide by and comply with all the applicable provisions of laws governing contract
workers engaged by you for this work.
(j) We undertake to receive payment through E-payment mode.
(k) The appendix I & II regarding relatives working in NALCO are filled up and enclosed.
(l) That we have quoted the rates in figures as well as words.
(m) We undertake that we do not have any unauthorized structure / construction inside Nalco-nagar Township
or Plant. We also undertake to remove any / all such structures, if detected by Nalco later on in
compliance of GCC terms and conditions.
(n) We declare that all supporting documents of the offer submitted are attested by a Gazetted officer /
Notary public.
(o) I/we declare that the document down loaded by me/my company is/are not tampered in any form.
(p) We under take that my workers shall use electronic Punch cards at the Plant gates at the time of
entry and exit if introduced by NALCO. Failing which he shall not be allowed into the Plant.

I further declare that all above statements are true. If at any time during pre-ordering/post
ordering stage of the contract, it is found otherwise, action as deemed fit by NALCO including rejection
of my offer/ banning/blacklisting me/my firm / my company and forfeiture of EMD may be taken. The
same will be binding on me / firm / company represented by me.

Name of the signatory_________________________________


Postal address of the firm: _____________________________
____________________________________________________
_____________________________________________________
PAN NO : TIN NO : _________________
EPF NO :____________________ESI NO :_________________
Phone no______________________Mobile no_________________
Fax no:_________________________
Email Address : _____________________________________

Date: _________ (Signature and official seal of the Proprietor / Authorised Person)
MC-4435 Page 35 of 63

ANNEXURE IV(B)

FORMAT FOR ACKNOWLEDGEMENT CUM CONSENT LETTER FROM BIDDER


To
The DGM ( P&C) ,
NALCO CPP CONTRACT CEELL ,
ANGUL -759145 .
FAX NO. 06764 220145 .
Atten. : -------------------------------

SUBJECT: Tender for -------------------- (BIDDING DOCUMENT NO. ---------------------------------)

Dear Sir,
We hereby acknowledge receipt of a complete set of Bidding Document along with enclosures for subject works as
per the Master Index for our use in preparing the Bid.
We undertake that the contents of the above Bidding Document shall be kept confidential and further that the
drawings, specifications and documents shall not be transferred and that the said documents are to be used only for
the purpose for which they are intended.

A. We intend to bid as requested for the subject works and furnish following details with respect to our quoting
office:
a. POSTAL ADDRESS : ________________________
b. TELEPHONE NUMBER : ________________________
c. TELEFAX NUMBER : ________________________
d. CONTACT PERSON : ________________________
e. E-MAIL ADDRESS : ________________________

B. We are unable to bid for the reasons given below and we are returning back the entire set of Bidding
Documents.
Reasons for non-submission of Bid:
___________________________________________________________________
___________________________________________________________________
___________________________________________________________________

AGENCY'S NAME : _________________________


SIGNATURE : _________________________
NAME : _________________________
DESIGNATION : _________________________
DATE : _________________________
MC-4435 Page 36 of 63

ANNEXURE-V

Undertaking on Downloaded tender documents

We here by confirm that, we have downloaded the complete set of tender


documents along with the set of enclosures hosted in NALCO's website,
www.nalcoindia.com/www.eprocure.gov.in . We confirm that the bid document
has not been edited or modified by us and all pages have been submitted. It is
confirmed that we have quoted as per the original NIT unless otherwise
specifically mentioned as deviation in the deviation sheet.

Suppression of this information in any form if detected at


any stage will be disqualification and will lead to rejection of the offer or
termination of the contract as the case may be.

Date:___________ Signature Authorised Person With seal

Name of the signatory ___________________________________

Company Name __________________________________________

Postal Address ___________________________________________

___________________________________________

Email ID _________________________________________________

Phone ______________________ FAX _______________________

All the above fields are to be filled up or else the offer may be liable for rejection.
MC-4435 Page 37 of 63

ANNEXURE VI
SAMPLE OF CONTRACTORS INVOICE FOR PAYMENT OF SERVICE TAX
(Under Rule 4 a of Service tax Rule 1994)

Name & Address of Service Provider Name & Address of Service Receiver

PAN PAN: AAACN7449M

S.T.R.C. No. S.T.R.C. No. AAACN7449MSD015

OVAT TIN. OVAT TIN: 21331104647


Original- Excise Deptt./Duplicate- Finance/Triplicate-Engineer-In-Charge/Quadruplicate-Service Provider

INVOICE NO:
DATE:

Type of Service Provider (Strike whichever is Individual/Body Corporate/Firm /HUF/ AOP/ Government/
not applicable) Local Authority
Whether CENVAT credit on inputs, capital goods and input services, used for Yes
providing the taxable service, has been taken by the service provider under the
provision of the CENVAT Credit Rule,2004 No

1. Running Account Bill No

2. Period of Provision of Service From To

3. W.O./P/O. Number and Date No. Date:

4. Description of taxable service

5.Whether covered under Reverse Charge Yes No If yes, please mention


Mechanism the category

6. Name and Address of the Service Receiver National Aluminium Company Limited, Captive Power Plant
Division, Angul
7. Gross amount of bill raised

8. Value of Materials component in the


Contractor Invoice
9. Value of Material Supplied by NALCO (as
ascertained from individual issue voucher
pertaining to billing period
10.Value of service portion of contract.
(Sl.No.7- Sl.No.8) Actual Basis

11. Sum of Value of taxable Service Under


Composition Scheme (Sl. No.7+Sl.No.9)
X applicable % * (Note)
12. Amount of Service tax on Sl.No.10 or Sl. Tax Swachh Bharat. Cess Krishi kalyan Cess:
No. 11 as applicable
13. Percentage of Service tax liability to be
deposited by the service provider under
reserve charge mechanism
14. Amount of Service tax payable to service Tax Swachh Bharat. Cess Krishi kalyan Cess:
provider as per Sl. No. 13
Declaration:
We have paid/shall be paying the applicable service tax amount to Rs. ... to the Excise
Authority within the statutory time limit.
MC-4435 Page 38 of 63

Date Signature of the Authorized


Signatory with Seal (by service provider)
Signature of Engineers-In-Charge For Use in Finance Department
with Seal Value of service component Rs.

Applicable % under Reverse


Charge Mechanism

Service Tax passed for Service Tax to be deposited


payment to Service Provider in by NALCO in Rs.
Rs.

Tax: Tax:

Swachh Bharat. Cess: Krishi kalyan Cess:

Swachh Bharat Cess: Krishi kalyan Cess:

Total: Total:

Accountant Accountant

NOTE:- Applicable % for determining value of taxable service under Composition Scheme.
Original works (Capital nature) - 40% of total amount.
Maint. / Repair / Reconditioning / finishing of immovable property- 70% of total amount.

N.B.: Total amount means value of works contract including materials supplied by Customer
(NALCO)
MC-4435 Page 39 of 63

ANNEXURE-VII
Bank MANDATE FORM for e-payment
(To be submitted in Duplicate)
To
National Aluminium Company Limited
Captive Power Plant
Nalco Nagar 759145
Dist.-Angul, Orissa.
Dear Sir,
Sub. :- Authorization for release of payment due from NALCO.....through
e-mode facilities of RTGS/NEFT/Internet Banking.

Refer Order No.. Date..


And/ or Tender/ Enquiry/ Letter No Date

(Please fill in the information in CAPITAL LETTER PLEASE tick wherever it is applicable)

1. Name of the party : ..


2. Address of the party : ..
..
: 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.
Account type Savings: Current: Cash Credit:
Account No.(as appearing in the Cheque Book).
( 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 & code and
Account number )
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 updation of records for purpose of credit of amount through Internet / RTGS / NEFT.
Place:
Date: Signature of the Party / Authorized Signatory
..
Certified that particulars furnished above are correct as per our record.

Banks Stamp:
Date:
(Signature of the Authorized Official from the Banks)
N.B.: 1) RTGS / NEFT charges if any, is to borne by the party.
2) One cancelled cheque of the concerned bank with signature & stamp of the bidder is to be
attached with the bank mandate form.
MC-4435 Page 40 of 63

ANNEXURE-VIII
LIST OF STANDARDISED BANKS
I SCHEDULED PUBLIC SECTOR BANKS (INDIAN)
1. State Bank of India
2. State Bank of Bikaner and Jaipur
3. State Bank of Hyderabad
4. State Bank of Mysore
5. State Bank of Patiala
6. State Bank of Travancore
7. Allahabad Bank
8. Andhra bank
9. Bank of Boroda
10. Bank of India
11. Bank of Maharashtra
12. Canara bank
13. Central bank of India
14. Corporation Bank
15. Dena Bank
16. Indian Bank
17. Oriental Bank of Commerce
18. Punjab National Bank
19. Punjab and Sind Bank
20. Syndicate Bank
21. Union Bank of India
22. UCO Bank
23. Vijaya Bank
24. IDBI Bank

II SCHEDULED PRIVATE SECTOR BANKS (INDIAN)


1. ING Vysya Bank
2. Axis Bank
3. SBI Commercial & International Bank Ltd.
4. ICICI Bank
5. HDFC Bank
6. YES Bank
7. Indus Ind Bank
8. Kotak Mahindra Bank

III SCHEDULED FOREIGN BANKS


1. American Express Bank Ltd.
2. Bank of American NT & SA
3. Bank of Tokyo Ltd.
4. BNP Paribas
5. Barclays Bank plc
6. Citi Bank NA
7. Deutsche Bank AG
8. Hongkong & Shanghai Banking Corporation
9. Standard Chartered Bank
10. JP Morgan Chase Bank NA
MC-4435 Page 41 of 63

ANNEXURE-IX(A)
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 Rs. .(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 Rs (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 authorised
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 Rs.
(Rupeesonly) 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. WeBank, 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).
MC-4435 Page 42 of 63

Date. .Bank
Corporate Seal of the 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.


MC-4435 Page 43 of 63

ANNEXURE-IX(B)
BANK GUARANTEE FOR SECURITY DEPOSIT
(To be executed on non-judicial stamped paper of appropriate value)
B. G. No._____________ Date:_____________

1. In consideration of National Aluminium Company Limited (A Government of India Enterprise), having its UNIT/Office
at _______________ (UNIT/OFFICE ADDRESS WHERE THE WORK IS EXECUTED) (hereinafter called The
Company which expression shall unless repugnant to the subject or context includes its legal representatives,
successors and assigns) having agreed to exempt M/s. ..(Hereinafter called the said
Contractor(s)/ Seller(s)), which expression shall unless repugnant to the subject or context includes their legal
representatives, successors and assigns) from the demand under the terms and conditions of Contract(s)/ Order(s)
No. . dt. for (work/assignment description) of cash security deposit for
the due fulfillment by the said contractor(s)/seller(s) of the terms and conditions contained in the said
Contract(s)/Order(s), on production of Bank Guarantee for Rs. (Rupees..only).
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 and binding, the amount claimed is due by way of 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 and conditions contained in the said contract(s)/orders(s) or by reasons of
the said Contractor(s)/ Seller(s) failure to perform the said Contract(s)/ Order(s) including defect liability obligations 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 Rs.. (Rupees..only).
3. We undertake to pay to the Company any money so demanded notwithstanding 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
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 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 Authorised 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 variations, or extension
MC-4435 Page 44 of 63

being granted to the said Contractor (s)/ Seller(s) or for any forbearance, act or omissions 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.(Rupeesonly) 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. WeBank, 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. .Bank
Corporate Seal of the Bank By its constitutional Attorney

Signature of duly Authorised person


On behalf of the Bank With seal & signature code
Detail 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.


MC-4435 Page 45 of 63

ANNEXURE-IX(C)
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 Rs.
(Rupeesonly).
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).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 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.
4. 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 authorised 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.
5. 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
MC-4435 Page 46 of 63

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.
6. Notwithstanding anything contained herein before, our liability shall not exceed Rs.(Rupeesonly)
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.
7. WeBank, 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. .Bank
Corporate Seal of the 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.
MC-4435 Page 47 of 63

ANNEXURE-IX(D)
BANK GUARANTEE AGAINST FREE ISSUE OF MATERIALS

GUARANTEE NO......... DATE :........

WHEREAS National Aluminium Company Limited (hereinafter referred to as "the Company") which expression
shall unless repugnant to the context includes their legal representatives, successors and assigns having their
registered office at NALCO BHAWAN, P/1, NAYAPALLI, BHUBANESWAR-751 061, Odisha, and their Branch
Unit/office at _______________(UNIT/OFFICE ADDRESS), has entered into a Contract with M/s
___________________________ (hereinafter referred to as the Contractor which expression shall unless repugnant
to the context include their legal representatives, successors and assigns for the work of ________
_________________________________________ on the terms and conditions as set out, inter-alias, in the Companys
Contract No.__________________________ dated: ___________ and various documents forming part thereof
hereinafter collectively referred to as the "said contract" which expression shall include all amendments, modifications
and/or variations thereto.

AND WHEREAS one of the conditions of the said contract is that the Company has agreed to supply to the contractor
raw-materials (hereinafter referred to as the "said materials") for the purpose of execution by the contractor of the said
contract and pending execution by the contractor of the said contract incorporating the said materials, the said materials
shall be under the custody and charge of the contractor and shall be kept, stored, altered, worked upon and/or fabricated
at the sole risk and expense of the Contractor.

AND WHEREAS the Company has asked the contractor for adequate security for the said materials to be supplied to the
contractor under the contract.

AND WHEREAS at the request of the contractor the Company has agreed to accept a bank guarantee from
___________________ with Registered Office at _________________________ (hereinafter referred to as "the
surety").

NOW THIS GUARANTEE WITNESSETH that in consideration of the Company having at the request of contractor
agreed to accept a Bank Guarantee of the Surety amounting to Rs.__________________ (Rupees
_______________ ___________________ only) in respect of the said materials against any and all loss, damage,
destruction (inclusive of but not limited to any and all loss or damage or destruction to or of the said materials or any
item or part thereof by theft, pilferage, fire, explosion, storage, chemical or physical action or reaction, bending,
wrapping exposure, rusting, faulty workmanship, faulty methods or technique of fabrication, or other act of omission or
commission whatsoever within the control of the contractor, misuse or misappropriation by the contractor and the
contractor's servant and/or agents whatsoever to or of in the said materials or any part of items thereof from the date
the said materials was supplied to the contractor upto and until the date of return to the Company of the said materials or
relative part of item thereof or completed fabricated work(s) incorporating the said materials, the surety shall indemnify
and pay, without protest or demur and without recourse to the contractor, the Company upto and not exceeding
altogether a sum of Rs.___________ (Rupees _________________________________only) on demand by the
Company. The decision of the Company as to any loss, damage, destruction, misuse and misappropriation under the
terms and conditions of this guarantee shall be final and binding on the Surety.
MC-4435 Page 48 of 63

THIS GUARANTEE is irrevocable and will remain in force and effect upto and until the said materials have been returned
to the Company as per terms of the said contract and intimation thereof being given by the Company to the surety on
the aggregate amount payable hereunder has been paid by the surety to the Company, whichever is earlier.

Notwithstanding anything stated above, the liability of the surety under the guarantee is restricted to
Rs.___________ (Rupees____________________ only) and this guarantee will remain in force upto
_________________ in the first instance. However, if the contractor's obligations under this guarantee is not completed
or fully performed within this period, the surety hereby agrees to further extend the guarantee till such time as is required
to fulfill such obligations.

We have the power to issue this guarantee in your favour under memorandum and Articles of Association and the
undersigned has full power to do so under the power of Attorney dated __________ granted to him by the Bank.

Unless a claim made on us within three months from the date of expiry, i.e., _______________, all our rights under
the said guarantee shall be forfeited and we shall be relieved, and discharged from all liabilities there under.
Date. .Bank
Corporate Seal of the 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.


MC-4435 Page 49 of 63

ANNEXURE-X
AGREEMENT
CONTRACT AGREEMENT FOR THE WORK OF.(MC-.) DATED.
../../..,(the th day of the month ofof the year two thousand) between M/s.. in
the town of. AT/PO- ,DIST-STATE.,PIN-. here in after called
,the "Contractor" (which terms shall unless excluded by or repugnant to the subject or context include its successors and
permitted assignees) of the one part and the NATIONAL ALUMINIUM COMPANY LIMITED hereinafter called the OWNER (Which
term shall, unless excluded by or repugnant to the subject or context include its successors and permitted assignees) of the other
part.
Whereas:
(A) The owner being desirous of having provided and executed certain works mentioned enumerated or referred to in the tender
documents including Notice Inviting Tender/Letter Inviting Tender, General Conditions, Drawings, Plans, Time schedule of
Completion of jobs, and other documents has called for Tender.
(B) The Contractor has inspected the site and surroundings of the works specified in the tender documents and has satisfied himself
by careful examination before submitting his tender as to the nature of the surface strata, soil, subsoil and ground, the form and
nature of site and local conditions, the quantities, nature and magnitude of the work, the availability of labour and materials
necessary for the execution of work, the means of access to site, the supply of power and water thereto and the
accommodation he may require and has made local and independent enquiries and obtained complete information as to the
matters and things referred to or implied in the tender documents or having any connection therewith, and has considered the
nature and extent of all probable and possible situations, delays, hindrances or interferences to or with the executions and
completion of the work to be carried out under the contract, and has examined and considered all other matters, conditions and
things and probable and possible contingencies, and generally all matters incidental thereto and ancillary thereof affecting the
execution and completion of the work and which might have influenced him in making his tender.
(C The Notice Inviting Tender/ Letter Inviting Tender, General conditions of Contract, Special Conditions of Contract, General
Obligations, Specifications, Drawings, Plans, Time Schedule of Completion of jobs, Letter of Acceptance of Tender and any
statement of agreed variations with its enclosures, copies for which are hereto annexed form part of this contract though
separately set out herein and are included in the expression ``CONTRACT'' wherever herein used.
01) WORK ORDER NO: CPP/CNT/MC- / / DT. / /
AND WHEREAS:
The owner accepted the Tender of the Contractor for the provision and the execution of the said work at the rates stated in the
schedule of quantities of works and finally approved by owner (Hereinafter called the `Schedule of Rates') upon the terms
and subject to the conditions of contract. Now this agreement witnesses and it is hereby agreed and declared as follows:-
01. In consideration of the payment to be made to the contractor for the work to be executed by him, the contractor hereby
covenants with the owner that the contractor shall and will duly provide, execute and complete the said works and shall do
and perform all other acts and things in the contract mentioned or described or which are to be implied there from or may be
reasonably necessary, for the completion of the said works and at the said times and in the manner subject to the terms and
conditions or stipulations mentioned in the contract.
02. In consideration of the due provision execution and completion of the said work, the owner does hereby agree with the contractor
that the owner will pay to the contractor the respective amounts for the work actually done by him and approved by the owner
at the scheduled rates and such other sum payable to the contractor under provision of the such contract, payment to be made
at such time and in such manner as provided for in the contract.
AND
03. In consideration of the due provisions execution and completion of the said work the contractor does hereby agree to pay such
sums as may be due to the owner for the services rendered by the owner to the contractor such as power supply, water
supply and others as set for in the said contract and such other sums as may become payable to the owner towards the
controlled items of consumables materials or towards loss, damage to the owner's equipment, materials, construction plant and
machinery, such payments to be made at such time and in such manner as is provided in the contract. It is specially and
distinctly understood and agreed between the owner and the contractor that the contractor shall have no right, title or interest in
the site made available by the owner for execution of the works or in the building, structure or works executed on the said site by
the contractor or in the goods, articles, materials etc. brought on the said site (Unless the same specifically belongs to the
contractor) and the contractor shall not have or deemed to have any lien whatsoever charge for unpaid bills nor will be entitled
to assume or retain possession or control of the site or structures and the owner shall have an absolute and unfettered right to
take full possession of the site and to remove the contractor, his servants, agents and materials belonging to the contractor
and lying on the site.
The contractor shall be allowed to enter upon the site for execution of the works only as a licencee simplicitor and shall not have
any claim, right, title or interest in the site or the structure erected thereon and the owner shall be entitled to terminate such
license at any time without assigning any reason. The materials including sand, gravel, stone, loose earth rock etc. dug up or
excavated from the said site shall unless otherwise expressly agreed under this contract, exclusively belong to the owner and
the contractor shall have no right to claim over the same and such excavations and materials should be disposed off on account
of the owner according to the instructions in writing issued from time to time by the Engineer-in-Charge.
In witness whereof the parties have executed these presents in the day and the year first above written.
Signed & delivered for & Signed & delivered for &
on behalf of Owner on behalf of Contractor.
(NATIONAL ALUMINIUM CO.LTD.) (M/S..)
PLACE: NALCO CPP DIVISION ANGUL. PLACE: NALCO CPP DIVISION ANGUL.
IN THE PRESENCE OF TWO WITNESSES.
NALCOS WITNESS. CONTRACTORS WITNESS.
01)__________________________________01)____________________________________

02)__________________________________02)____________________________________
MC-4435 Page 50 of 63

PLACE: NALCO,CPP
MC-4435 Page 51 of 63

NATIONAL ALUMINIUM COMPANY LIMITED


CAPTIVE POWER PLANT DIVISION
APPENDIX I
INSTRUCTION FOR BIDDERS: FILLING UP OF FOLLWING APPENDIXS ARE MUST, WITHOUT
WHICH THE OFFER IS LIABLE FOR REJECTION.
The tenderer shall carefully study the list of directors of NALCO given below and state Yes or No
to questions given below:
1. Shri T.K.Chand CMD
2. Shri R.Sridharan , IAS Director, (Part-Time Official)
3. Shri Nikunja Bihari Dhal,IAS Director, (Part-Time Official )
4. Shri N.R.Mohanty, Director, (P&T)
5. Shri B.K.Thakur Director, (HR)
6. Shri K.C. Samal Director ,(Finance)
7. Smt Soma Mondal Director, (Commercial )
8. Shri V.Balasubramanyam Director, (Production)
9. Prof. Damodar Acharya Director, (Part-Time Non Official)
10. Shri Dipankar Mahanta Director, (Part-Time Non Official)
11. Shri Maheswar Sahu Director, (Part-Time Non Official)
12. Shri S.Sankararaman Director, (Part-Time Non Official)
13. Shri P.K.Nayak Director, (Part-Time Non Official)

Sl.No. Description Write Yes or No


1. Whether the tenderer is a relative of any of the directors of NALCO?
2. If the tenderer is a firm, any of NALCO Directors or any of their relatives
is a partner in the tenders firm?
3. If the tenderer is a Company Registered under Companys Act 1956,
whether any of NALCOs Directors is a member of Director of the
Company?
Note: If Yes to any of the above questions, please give the name of NALCOs Director and relationship
of the tender / partner / member / Director as the case may be.
Sl.No. Name Relationship

APPENDIX II
Important: Suppression of information shall be viewed seriously and action deemed fit would be taken
including termination of the contract.

(Strike out which is not applicable)

1. I/We hereby declare that none of my/our relative is an employee of NALCO.


2. I/We hereby declare the following are the employee/s of NALCO is/are my/our relative/s.
Sl.No. Name of the employee/ P.No. / Relationship with the employee.
Designation/Place of Posting.
1
2
3

(PLEASE ATTACH EXTRA SHEET, IF REQUIRED)

SIGNATURE OF THE TENDERER


MC-4435 Page 52 of 63

Appendix - III

DETAILS OF PRESENT COMMITMENTS OF THE TENDERER

NAME OF TENDERER

Sl. Full postal Address of Description Value of Date of Schedu State Expecte Remarks
No client & Name of of work contract commen led comple d date of
Officer-in-Charge with cement Comple tion in completi
telex / Telephone NO. of work tion % as on
period on date
1 2 3 4 5 6 7 8 9

Documentary proof for above information enclosed.

Signature & Stamp of the Contractor


Appendix - IV
PROPOSED SITE ORGANISATION
NAME OF TENDERER :

Tenderer is to indicate here the site organisation, he proposes to set up for execution of the work.

It is understood that this will be augmented from time to time depending on the requirements for timely
completion of the work as directed by the Engineer-in-Charge.

Tenderer is also to furnish the bio-data of the Resident Engineer & key personnel to be deployed at site.

Signature & Stamp of the Contractor

Note:- If the annualized concurrent commitments of the bidder plus annualized estimated
value of the work under consideration exceeds two times the average annual turnover of the
bidder during preceding three years, price bid of such bidder shall not be considered for
opening .
MC-4435 Page 53 of 63

ANNEXURE-XI
GENERAL ENVIRONMENTAL REQUIREMENT ( CAPTIVE POWER PLANT)

1. The contractor should adhere to safe environmental practices and shall perform in line with the
environment policy of the company. The contractor has to ensure efficient use of natural resources like
water, fuel oil and lubricants.
2. It will be the responsibility of the contractor to safely dispose off the waste generated in the processes
of any job to the allotted location as assigned by Manager-in-charge in a manner so as to minimize their
harmful concentration effects in the environment.
3. The contractor should ensure that oil/grease; chemicals and toxic substances are stored/ handled
properly so that they do not find their way into the industrial drain and the atmosphere.
4. The contractor should make use of equipments having permissible noise limits and not polluting the
atmosphere by any means. The contractor shall also guard against any hazardous & unsafe working
conditions.
5. The various activities of the contractor should not create any adverse effect on ambient air & water
quality at work site and adjoining area. It will be the responsibility of the contractor not to cause damage
to the afforestation/green belt created inside/ outside the plant.
6. Contract should ensure proper awareness among workers to maintain a clean environment
inside/outside the plant.
7. The emission level of the vehicles, construction equipments etc deployed by the contractor should
comply with the norms specified by statutory authorities/ acceptable standards.
8. The contractor should avoid use of toxic and hazardous chemicals. If use of toxic and hazardous
chemicals becomes unavoidable, their presence should be within the limits specified by the acceptable
standards. The contractor should declare before use of chemicals, the nature of the chemicals i.e.
Toxic/ non-toxic, hazardous/ non-hazardous to the Manager-in-charge and obtain his clearance before
using such chemicals.
9. The contractor should ensure that disposal of used chemicals are disposed off to the drains only after
neutralization of the chemicals and after clearance of the Manager-in-charge.

MINIMUM SAFETY EQUIPMENTS TO BE PROVIDED BY THE CONTRACTOR TO THE WORKMEN.

1. The contractor shall provide safety shoes, safety helmets to their workmen while executing the job.
2. Dust respirators must be used by the contractor workers working in dust area.
3. Face shield must be used by the welders.
4. While working on a height, Safety belt must be used by the workers.
5. Suitable face mask must be used the contract workers while working out painting jobs.

****************
MC-4435 Page 54 of 63

ENVIRONMENTAL POLICY (CAPTIVE POWER PLANT)

The Captive Power Plant, NALCO located at Angul, Orissa, generating coal based thermal power,
being committed to the Corporate Environmental Policy of the Company, further resolves to minimize
the pollution and protect the environment in the impact zone of its operation.

OBJECTIVES SPECIFIC TO CAPTIVE POWER PLANT:


To achieve continual improvement in use of natural resources.
To reduce, contain and treat all effluents and emissions of the plant harmful to the environment.
To take special care in minimizing emission of fly ash and its safe disposal including continual effort for
agricultural use of fly ash.
To reduce dust level in the coal and ash handling areas.
To create and conserve green belt in and around the plant.
To create awareness and concern for the environment among the employees and persons working on
behalf of the organization.

COMMITMENT:

We, the employees of Captive Power Plant of NALCO commit ourselves for prevention of pollution,
continual improvement of the environment. We also resolve to comply with all legal & other
requirements on environment applicable to our organization.
S/d
Executive Director (S&P), NALCO

OCCUPATION 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.

Sd/-
Chairman-cum-Managing Director
24.02.2009
Bhubaneswar .
MC-4435 Page 55 of 63

SOCIAL ACCOUNTABILITY POLICY


We at National Aluminium Company 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 company wide 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.

This policy is communicated and understood within the organization.

Sd/-
Chairman-cum-Managing Director
MC-4435 Page 56 of 63

ENERGY POLICY
Enhancing Energy Performance, comprehensively optimizing energy use, Energy consumption and
energy efficiency, is a major imperative for an energy intensive industry like ours. In recognition of
this, we focus on improvement of Energy Performance in all areas of operations with thrust on
planning Energy Objectives based on the enshrined Guiding Principles.
Guiding Principles
To Endeavour for reduction in specific consumption of energy in all forms and in all areas of
operations.
To ensure availability of information and necessary resources for achieving objectives and
targets.
To comply with all applicable legal, regulatory and other requirements related to 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.
Commitment
We affirm our commitment to continually improve our energy performance and strive for achieving the
objectives and targets.

Chair-cum-Managing Director
MC-4435 Page 57 of 63

PPE MATRIX ( CAPTIVE POWER PLANT)

Major activity Safety Safety Safety Hand Face Safety Belt Dust Ear Personal Crawl SCBA
Shoe Helmet Goggles Gloves Shields control plugs/ alert board sets
mask muffs alarm
Working at Y Y NR NR NR Y NR NR NR NR NR
height
Excavation/earth Y Y NR NR NR NR NR NR NR NR NR
work
Working in noisy Y Y NR NR NR NR NR Y NR NR NR
area
Working in dusty Y Y NR NR NR NR Y NR NR NR NR
area
Coal compaction Y Y NR NR NR NR Y NR NR NR NR
/handling
Sand blasting Y Y Y Y Y NR Y NR NR NR NR
Riveting Y Y NR NR NR NR NR Y NR NR NR
Chlorine gas Y NR NR NR NR NR NR NR NR NR Y
leakage
attending
Working on Y Y NR NR NR Y NR NR NR Y NR
fragile roof
Electrical panel Y Y NR NR NR NR NR NR NR NR NR
checking WITHOUT
EXPOSED
STEEL
CAP
Gas Storage NR NR NR NR Y (WITHOUT NR NR NR NR NR
shed checking IRON
FASTENER
IF
REQUIRED)
Confined space Y Y NR NR NR Y NR NR Y NR NR
checking

Note : Y yes, NR : not required, SCBA : self contained breathing apparatus, PPE : personal
protective equipment.

PPEs shall be selected depending on combination of job and site conditions.

Declaration by the Bidder (Contractor)

I do hereby agree to provide the ISI/CE marked PPEs as required to ensure safe working conditions
in consultation with NALCOs Safety Dept. to the workers to be engaged by me while working
inside the plant. I also agree to follow the Safety Code for Contractors issued by Safety dept,
CPP, NALCO.

(Signature of the bidder)


MC-4435 Page 58 of 63

Annexure- IA

SUB: MAJOR OVERHAULING OF TURBINE & VALVES WITH OTHER GENERAL WORKS FOR UNIT#1 &
UNIT#6
1.00 Scope of work for general works (Unit # 1 TO #6):

1.01 Stop & Control valves:


Overhauling of hydraulic & steam sides of HP stop & control valves.
Overhauling of hydraulic & steam sides of I.P stop & control valves.
Overhauling of hydraulic & steam sides of LPBP stop & control valves.
Overhauling of hydraulic & steam sides of CRH & Extraction NRVs.
Overhauling of hydraulic & water sides of water injection valves

Note: Overhauling of valves include dismantling, replacement / repair of damaged parts,


cleaning, checking, adjustment of all clearances, proper fitting with o-rings, gaskets with valves
seat matching.

1.02 Main turbine:

1.02(A) (Bearings no. 1 to 4):


Opening of all the bearing pedestal covers.
Checking & adjustment of key & packer clearances.
Checking and rectification of bearing clearances & replacement if required.

Note: All associated works viz. (a) bearing bedding matching, (b) Torus/saddle blue matching &
(c)Blue matching of saddle/bottom plate to surface plate to fit the bearing into the system.

DP test & ultrasonic test of bearing Babbitt surfaces


Checking & correction of oil guards/oil catchers etc.
Checking & adjustment of thrust bearing trip device & over speed trip device.
Recording/re-visioning of seal bore readings.
Measuring pedestal Catenary.

1.02(B) Couplings:
Recording of CRO of HP-IP,IP-LP & LP-GEN, swing check of HP rotor front
Decoupling, checking of alignment values & rectification of misalignment between (a) HP-IP, IP-
LP,LP-GEN.
Recording of coupling bolt elongation.
Coupling face scrapping if required for keeping the swing value within norm.

1.02 (C ) Other works:


Cleaning of all slide guides/packers/spacer bolts etc of the turbine. Adjustment of clearances
wherever required.
Cleaning and adjustment of axial shift mechanism (ped-2)
Horn drop test of HP & IP turbine & rectification/replacement of hanger supports.
Cleaning of main oil tank, control oil tank & reserve oil tanks
Checking of oil injectors.
Oil flushing & oil system normalization.
Overhauling of MAIN STEAM & HRH Strainers.

1.02(D) Turning gear:


Removal of bearing pedestal cover.
Inspection of turning gear, nozzle & measurement of clearances.
Necessary correction of nozzle to gear clearances.

1.03 MAIN OIL PUMP (Unit # 1 TO #6):


MC-4435 Page 59 of 63

Dismantling & cleaning of M.O.P.


Checking the run out of MOP shaft.
Inspection of M.O.P bearings, wearing rings, coupling & test oil tubes etc.
DP test of bearings & wearing rings.
Measurement of bearing & wearing ring clearances. Replacement if required.
Assembly & alignment of MOP
Checking & adjustment of over speed trip mechanism

1.04 PAINTING:
Painting of servomotors of HP/IP stop/control valves, Overload control valve & LPBP
stop/control valves.
Painting of hood cover of HP & IP modules.
Painting of bearing pedestal covers & LP turbine outer casing.

2.00 SOW FOR OVERHAULING OF HP TURBINE (Unit # 1 TO # 6):


Removal of insulation of HP module.
Cutting & dismantling of all connected pipe lines to the HP module & unthreading of Breach nuts
with use of heating torches. If breach nut cannt be unthreaded the M.S pipe line has to be cut &
re-welded.
Decouple HP & IP turbine rotors.
Shifting the HP module to the repair bay.
Dismantling of total HP module.
Blast cleaning of HP Rotor, HP inner casing & gland segments with suitable grade Alumina
powder.
Checking of internals, measurement of axial & radial clearances of the blades & correction if
required.
Measurement of gland fin clearances & refining if required.
Carrying out roll & bump check.
Centering & boxing up of HP module.
Note:All heat tightening is to be carried out on the eddy current principle & no gas heating is
allowed.
Shifting of module to turbine floor.
Centering of HP turbine & final adjustment.
Connecting back all pipe lines.
The following common works on other modules may have to be carried out as per requirement
with out any extra cost to NALCO as a part of the scope of work for overhauling of HP, IP/LP
module as the case may be;
Perform roll check, bump check, centering (both radially & axially) of IP/HP rotor to IP/HP casing
as the case may be.
Changing of gaskets in steam connections to front & rear glands for IP/HP module as the case
may be.
Check & set/centre axial position of IP/HP turbine as the case may be.
Measure sizes of keys & fix/rectify new keys as the case may be.
Inspection of rupture diaphragms & replacement if required.
LP gland box clearance adjustment & replacement of labyrinth, if required.
Putting the machine on barring gear.
Assistance in setting governing charecterstics.
In case of high vibration during steam rolling analysis of the same by BHELs experts has to be
carried out. If required trim balancing at site has to be carried out.
Synchronization & full load operation of the turbine.

3.00 SCOPE OF WORK FOR OVERHAULING OF IP TURBINE (Unit # 1 TO # 6) :


Removal of insulation.
Perform roll-check, bump-check, centering & check axial position of IP rotor to IP casing.
Removal of inlet, extraction & other pipe lines. Welding back the pipe lines after final assembly,
conducting radiography as per requirement.
Changing of gaskets in steam connections to front & rear glands.
MC-4435 Page 60 of 63

Removal of top half gland boxes & checking of radial/axial clearances of seals.
Supporting IP bottom half outer casing, loosening parting plane bolts & lifting top half of casing.
Performing roll check of IP inner casing, supporting IP bottom half inner casing, loosening parting
plane bolts & lifting top half of casing.
Set rotor to zero position & check/correct radial/axial clearances of IP turbine.
Check & correct gland clearances, replace rotor fin ring as per requirement.
Lift IP rotor & IP bottom inner casing from position. Carry out visual inspection of rotor & casing.
Blast cleaning of IP rotor & IP inner casing with proper grade Alumina. The Alumina is to be
arranged/transported by the contractors at their own cost. However necessary waybill for
transportation of Alumina powder to CPP only shall be provided by NALCO. The responsibility of
arranging waybill/transportation from CPP to partys works is with the contractor.
Replacement of thermocouples from bottom half of inner casing & placement of inner casing in
position.
Checking of parting plane deformation/elevation of shroud blades & correction if required.
Centering of IP rotor with respect to IP inner casing/IP outer casing (bottom half only) after
alignment of the total rotor system.
Set IP rotor to zero position & measure radial/axial clearances (flow-path).
Perform roll & bump check with inner casing only.
Boxing up of inner casing & heat tightening of parting plane bolts.
Note:
All heat tightening is to be carried out on the eddy current principle & no gas heating is allowed.
Boxing up of outer casing & heat tightening of parting plane bolts.
Set axial position of IP turbine & center the IP module.
Measure the sizes of keys & fix new keys if required.
Perform roll & bump check of IPT in assembled condition & adjust if required.

4.00 A) SCOPE OF WORK FOR OVERHAULING OF LP TURBINE (Unit # 1 TO # 6)


Loosening of LP casing joining/parting plane bolts, removal of LP rotor, casing etc.
Roll check with LP inner/outer casing.
Supporting LP inner outer casing at the bottom with jack bolt & loosening of the parting plane bolts,
removal of the eccentric bush pin.
Removal of top half of inner outer & roll check of inner-inner casing.
Removal of top half of inner casing & check clearances(flowpath) of LPT. Adjust the clearances to
the required value.
Removal of LP rotor & inspection.
Inspection of radial fins of rotor/inner casing & check their healthiness. Change the damaged fins
of the casing only. Rectify the damaged fins of rotor if required.
Visual inspection of rotor for damages if any. Repair of loose last stage rotor blades wherever
required.
Cleaning of bottom casing & placement of inner-inner & inner-outer top casing.
Measurement of the gap between the casings & necessary rectifications on the inner-inner & inner-
outer casing.
Inspection of bellows of cross around pipes wherever required.
Blast cleaning of LP rotor & LP inner casing with suitable grade Alumina powder.
Placement of LP rotor in position & checking of radial/axial clearances of LP rotor.
Boxing up of inner-inner casing & conducting roll check of LP inner casing.
Boxing up of inner-outer casing & conducting roll check of LP inner outer casing.
Boxing up of LP outer casing.
Inspection of rupture diaphragms & replacement if required.
LP gland box clearance adjustment & replacement of labyrinth if required.

Note:

The following common works on other modules may have to be carried out as per requirement
without any extra cost to NALCO as a part of the scope of work for overhauling of HP, IP/LP module as
the case may be;

Perform roll check, bump check, centering ( both radially & axially) of IP/HP rotor to IP/HP casing as
the case may be.
MC-4435 Page 61 of 63

Changing of gaskets in steam connections to front & rear glands for IP/HP module as the case may
be.
Check & set/centre axial position of IP/HP turbine as the case may be.
Measure sizes of keys & fix/rectify new keys as the case may be.
Inspection of rupture diaphragms & replacement if required.
LP gland box clearance adjustment & replacement of labyrinth, if required.
Putting the machine on barring gear.
Assistance in setting governing characteristics.
In case of high vibration during steam rolling analysis of the same by BHELs experts has to be
carried out. If required trim balancing at site has to be carried out.
Synchronization & full load operation of the turbine.

4.00 B) SOW FOR NFT IN LAST STAGE BLADES OF LP ROTOR (Unit # 1 TO # 6):
Removal of blades on last stage of LP rotor (Both sides).
Cleaning of blades and rotor grooves thoroughly.
Fixing of blades with technological pins (these pins have to be supplied by NFT group).
Carrying out necessary natural frequency test on the blades.
Replacement of blades if required. Carry out necessary repair in rotor grooves and blades if
required.
Fitment of blades on the rotor with new clamping pieces and locking strips.
MC-4435 Page 62 of 63

ANNEXURE-1B

SPECIAL CONDITIONS OF CONTRACT


1.0 DEFECT LIABILITY PERIOD:

DLP for a period of three months from the date of commissioning of unit shall be considered for any
defective workmanship.
If the defects are notified within DLP, the defect shall be rectified by BHEL whenever opportunity comes
to attend the defect.

2.0 ACCOMODARION:

NALCO shall arrange free accommodation to BHEL personnel to a maximum of four air-conditioned
rooms in NALCO guest house or nearby hotel during the period of overhauling of each unit.
Accommodation of sub-contractor of BHEL shall be arranged by BHEL

3.0 HRD CLEARANCE AND EXECUTION OF AGREEMENT:

I. No labour license is required for BHEL personnel. However for subcontractor of BHEL, the labour
licenses are to be made by individual subcontractors.
II. BHEL has to undertake after placement of work order that for any dispute arising out of EPF & ESI
clearance of the subcontractor workmen working this contract shall be their responsibility and in case
of any demand raised by PF/ESI authorities against this contract shall be recovered from the
available bills of BHEL. Incase no bills are available; BHEL shall be asked deposit the same.

4.0 PAYMENT TERMS:


The rate of billing shall be considered based on date of start of work. The payment term shall be:
a. 10% of the contract value of the unit along with service tax on mobilization at site.
b. 30% of the contract value of the unit along with service tax on completion of dismantling
activity.
c. 40% of the contract value of the unit along with service tax on completion of oil flushing.
d. 10% of the contract value of the unit along with service tax on commissioning of unit.
5.0 SECURITY DEPOSIT:

The balance 10% of the bill amount shall be retained by NALCO till completion of DLP of three months
for each unit. This amount may be considered as security deposit. Hence in lieu of SD no other
deductions will be done from the bills amount raised against payment terms clause no. 4.0-a, b, c & d
above.

6.0 OBLIGATIONS OF BHEL:

1. Contractor has to depute the sufficient engineers round the clock during overhauling to complete the
job within stipulated period (within 35 days for one unit from date of stoppage of barring gear to date of
commissioning).
2. Contractor has to mobilize enough highly skilled man power and fitters to complete the job within
stipulated period.
3. The exact date of mobilization shall be informed 10 days in advance.
4. All spare parts and consumables for use in equipments like seals, glands, gasket, hylomer shall be
supplied by NALCO at free of cost.
5. All the cleaning of components/cutting/removal/replacement of samples/jobs/equipments is within the
scope of contractor.
6. The responsibility of arranging the special instruments if required, is with the contractor.
7. Any machining/repair/modification work of minor nature required for the job shall be done by M/s BHEL
without extra cost to M/s NALCO. NALCO shall extend the available workshop facility.
8. Sub contractor of BHEL has to make their own arrangement for accommodation and food.
9. Any scaffolding as required is to be done by BHEL on temporary basis.
10. Contractor has to take safety and Hrd Clearance from NALCO before mobilization at work site.
MC-4435 Page 63 of 63

11. Removal of insulation material on the casing and valves is in the scope of BHEL. However re-
application of insulation material will be in the scope of NALCO.
12. Induction heating equipment and service for removal of parting plane studs of casing.
13. All tools and tackles required for overhauling are in the scope of BHEL.
14. Suitable grade alumina in required quantity is to be supplied by BHEL for blades cleaning.
15. All safety appliances and PPEs are in the scope of BHEL.
16. BHEL has to submit three hard copies of overhaul protocol within one month of commissioning of each
unit.
17. Contractor has to bring one or two skilled EOT crane Operator to expedite the job.

7.0 ENGAGEMENT OF SUBCONTRACTOR:


The major overhauling subcontract works may be awarded to only competent parties by BHEL with
mutual consent of NALCO.
8.0 NALCOS OBLIGATION:
1. Power, service air & water shall be supplied by Nalco free of cost.
2. Crane facilities in two shifts (A & B) shall be arranged by Nalco free of cost.
3. Suitable office accommodation at the site shall be provided by NALCO for BHEL engineers.
4. Limited drawing shall be made available by NALCO.
5. Only special spanners (>75mm) shall be provided by NALCO.
6. Unit operating history shall be obtained at the site for reference.
7. Fax facility can be extended to BHEL.

You might also like