Вы находитесь на странице: 1из 250

GLOBAL INVITATION

NIT NO : PNMM/PC54/E/001
FOR

BROWNFIELD GAS-BASED 2500 MTPD AMMONIA & 3850 MTPD UREA


FERTILIZER PROJECT
FOR
GUJARAT NARMADA VALLEY FERTILIZERS & CHEMICALS LIMITED (GNFC)
AT
GNFCS EXISTING COMPLEX AT BHARUCH, GUJARAT
INDIA

PREPARED & ISSUED BY

PROJECTS & DEVELOPMENT INDIA LTD.


(A Govt. of India Enterprise)
PDIL BHAWAN, A-14, Sector-1,
NOIDA U.P. (India)

March, 2013

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

LETTER INVITING BID

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
LETTER INVITING BID

LETTER INVITING BID


Dated: 9th March, 2013

REF NO. PNMM/PC54/E/001

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.
(NIT NO : PNMM/PC54/E/001)

Dear Sir(s),
1.0

2.0

Gujarat Narmada Valley Fertilizers & Chemicals Limited (GNFC) hereinafter also referred to
as OWNER has the pleasure of inviting eligible bidders to submit Bid, on Lump-Sum Turn
Key (LSTK) basis for 2500 MTPD Ammonia and 3850 MTPD Urea Plant and Associated
Offsite & Utilities Facilities, for selection of LSTK CONTRACTOR for performing WORK to
install reliable, energy efficient Ammonia and Urea Plant along with Associated Offsite &
Utilities Facilities as per Technical Specifications, Commercial Conditions and details laid
down in this NIT, in Single Phase Two Bid System.
BRIEF SCOPE OF WORK:
Supply of Process License, Basic Design and Detailed Engineering, Procurement, Supply,
Fabrication, Inspection by Third Party Inspection Agency (TPI) as applicable by
Llyods/BV/TUV, Expediting, Route Survey for ODCs, Insurance, Transportation of all
Equipments / Materials to work site including Loading and Un-loading, Storage, Construction
and Erection of all civil, mechanical, electrical and instrumentation works, assembly and
Installation, Temporary Site facility required for execution of Project, obtaining all necessary
statutory approvals from concerned government authorities, as applicable, Testing,
Mechanical Completion, Pre-Commissioning, Commissioning, Sustained Load Test
Performance Guarantee Test Run Including total Project Management and handing over of
Ammonia & Urea Plants of Capacity 2500 MTPD & 3850 MTPD respectively along with
Associated Offsite & Utilities Facilities at GNFCs existing complex in Bharuch, duly
completed in all respects, on single point responsibility basis.

3.0

SALIENT FEATURES OF BIDDING DOCUMENT :

3.1

NIT No.

: PNMM/PC54/E/001

3.2

Site visit (Optional)


Bidders will directly contact above person
for -site visit.

: To contact
Mr.P.G.Dave,
GNFC Ltd.
PO Narmadanagar,
Dist Bharuch.
Mob. No.: +91 9898014865
Tel no. :+91 2642 663439
Fax no.:+91 2642 228063

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
LETTER INVITING BID

3.3

Last date of receipt of bidders


queries

: 30th March, 2013

3.4

Pre Bid conference to be held

: from 10.00 Hrs. to 17.00 Hrs. (IST) on 9th


April, 2013

3.5

Earnest Money Deposit (EMD)

3.5.1

For Indian bidders

:Rs 10 Crores

3.5.2

For Foreign bidders

: USD 2 Million

3.6

Time Schedule: Ammonia Plant, Urea Plant and Associated Offsite & Utilities Facilities

a)

Mechanical Completion

31 Months from Effective Date of Contract

b)

Preliminary Acceptance

34 Months from Effective Date of Contract

3.8

Last Date & Time for Submission


of EMD, Pre-qualification Bid and
Technical
and
Unpriced
Commercial Bid and Priced Bid

: 8th June, 2013, 17=30hrs. (IST)

3.9

Address for Communication with


PDIL

GNFC

3.10

Projects & Development India Limited,


(Materials Management Department)
P.D.I.L Bhawan, A-14, Sector-1,
Noida , (India)
Fax no.:0120-2529801
Kind Attention: Mr. R.R Kumar
Dy.GM(MM)
Tel no. :+91-120-2529839
E-mail :rrkumar@pdilin.com /
manisha@pdilin.com
Gujarat Narmada Valley Fertilizers &
Chemicals Limited,
P.O. Narmadanagar-392015
Distt. Bharuch
Gujarat, India
Kind Attention : Mr. P. G Dave,
Project Manager
Tel no.
: +91-2642-663439
E-mail
: pgdave@gnfc.in

Bids to be submitted at:


Sealed Envelope I (in Original
Only), Envelope II (Original + 7
Copies+ Soft copy in CD form)
and Envelope III (Original +4
Copies)

Gujarat Narmada Valley Fertilizers &


Chemicals Limited,
P.O. Narmadanagar-392015
Distt. Bharuch
Gujarat, India
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
LETTER INVITING BID

Kind Attention : Mr. P. G Dave,


Project Manager
Tel no.
E-mail

: +91-2642-663439
: pgdave@gnfc.in

4.0

SUBMISSION OF BID

4.1

The Bids shall be submitted in the following manner in separately sealed three envelopes,
duly super scribed with Project Name and Bid Document No. and as indicated in Clause
21.0, Instructions to Bidders:-

ENVELOPE-I

EARNEST MONEY DEPOSIT AS SPECIFIED IN BID DOCUMENTS

ENVELOPE-II

PRE-QUALIFICATION BID, TECHNICAL AND UNPRICED COMMERCIAL


BID

ENVELOPE-III

PRICED BID

4.2

ENVELOPE-I of the bid shall contain the following:


i)

ii)

4.3

Earnest Money Deposit (EMD) for an amount indicated and in the manner as detailed
in Instructions to Bidders. Bids without Earnest Money Deposit (EMD) shall be
rejected.
The EMD offered shall be an irrevocable Bank Guarantee, issued by any bank
appearing in the list of GNFC approved banks on a stamp paper of Rupees Two
Hundred. The Proforma for the same is enclosed as Annexure-1.15. The Bank
Guarantee shall be valid, from due date of submission of bid, for a period of Bid
Validity plus Six months.
OR
EMD can also be furnished in the form of Demand Draft in favour of M/s Gujarat
Narmada Valley Fertilizers & Chemicals Limited payable at Bharuch (Gujarat). EMD
will not carry any interest.

ENVELOPE-II of the bid shall contain the following:


Bid/offer duly signed and stamped on each page, in two Parts, in hard copy containing all
documents/attachments, as per the requirement of Clause No.21.0 of Section-1.0, Part-I, of
NIT..

4.4

ENVELOPE-III of the bid shall contain Schedule of Price duly filled in:
i)

ii)

5.0

In this part of bid, the bidder shall not stipulate any conditions. There shall not be any
overwriting. Any conditions mentioned in Priced Bid shall render the Bid liable for
rejection.
Price shall be submitted in Original plus four copies, duly signed & stamped on each
page .

Owner reserves the right to assess bidder's capability and capacity to perform the contract
by taking into account various aspects such as concurrent commitments, responsiveness to
bidding documents etc.
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
LETTER INVITING BID

6.0

Owner/PDIL reserves the right to accept/reject any or all Bids without assigning any reason
whatsoever.

8.0

Bids complete in all respects should reach on or before the BID DUE DATE and TIME. Bids
received through Fax /e-mails shall not be considered. Owner/PDIL takes no responsibility
for delay, loss or non-receipt of Bid sent by post/courier.

9.0

Transfer of Bidding Document is not permissible.

10.0

Bids not received by the due date and time will be rejected and representative of such
bidders shall not be allowed to attend bid opening.

11.0

Eligible bidders are requested to confirm their intention, within a weeks time from the
placement of tender at GNFCS website, of submitting the bid on or before the due date
mentioned above as per the Acknowledgement Cum Consent letter enclosed in Annexure1.22.
Thanking you,
For & on behalf of
Gujarat Narmada Valley Fertilizers & Chemicals Limited

Mr. P. G Dave,
Project Manager

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
MASTER INDEX

PC54/E-1

DOCUMENT

REV

SHEET 1 of 3

SUBJECT : BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.

(NIT NO : PNMM/PC54/E/001 DATED------)

PART-I, COMMERCIAL
SECTION

DESCRIPTION

1.0

INSTRUCTIONS TO BIDDER

2.0

BID CONDITIONS

EXHIBITS
EXHIBIT-1
EXHIBIT-2

FOR TECHNOLOGY CRITERIA (AMMONIA)

EXHIBIT-3

FOR EXPERIENCE CRITERIA

EXHIBIT-4

FOR FINANCIAL CRITERIA

FOR TECHNOLOGY CRITERIA (UREA)

ANNEXURES
ANNEX.-1.1

BID FORM

ANNEX.-1.2

PROFORMA FOR PRICE BID (SCHEDULE OF PRICES)

ANNEX.-1.3

COMMERCIAL QUESTIONNAIRE

ANNEX.-1.4

EXCEPTION/DEVIATION

ANNEX.-1.5

DETAILS OF SIMILAR WORKS EXECUTED

ANNEX.-1.6

CURRENT COMMITMENTS OF THE BIDDER

ANNEX.-1.7

INFORMATION ABOUT BIDDER

ANNEX.-1.8

EXECUTION PLAN

ANNEX.-1.8A

MINIMUM QUALIFICATION & EXP. OF KEY SUPERVISORY


CONSTRUCTION PERSONNEL

ANNEX.-1.8B

DEPLOYMENT SCHEDULE OF SUPERVISORY PERSONNEL

ANNEX.-1.8C

DEPLOYMENT SCHEDULE OF CONSTRUCTION EQUIPMENT

ANNEX.-1.8D

DETAILS OF EQUIPMENT AND SOFTWARES PROPOSED TO


BE USED FOR TENDERED WORK

ANNEX.-1.9

PROCESS TECHNOLOGY

ANNEX.-1.10

FORMAT FOR BIDDERS QUERIES FOR PRE BID DISCUSSION

ANNEX.-1.11

DESCRIPTION OF THE PERFORMANCE GUARANTEES

ANNEX.-1.12

BIDDERS PROPOSED SCHEDULE

ANNEX.-1.13

DECLARATION BY THE BIDDER REGARDING BIDDING


DOCUMENT

ANNEX.-1.14

CONSORTIUM AGREEMENT

ANNEX-1.15

PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY


DEPOSIT (EMD)

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
MASTER INDEX

PC54/E-1

DOCUMENT

REV

SHEET 2 of 3

PART-I, COMMERCIAL
SECTION
ANNEX-1.16A

DESCRIPTION
PROFORMA OF BANK GUARANTEE FOR PERFORMANCE OF
CONTRACT

ANNEX-1.16B

PROFORMA OF BANK GUARANTEE FOR SECURITY BOND


FOR PERFORMANCE GUARANTEE

ANNEX-1.17

PROFORMA OF BANK GUARANTEE


PAYMENT/ PROGRESS PAYMENT

ANNEX-1.18

VOID

ANNEX-1.19

FORMAT
OF
LETTER
CONDITIONS/DEVIATIONS

ANNEX-1.20

LIST OF APPROVED BANKS

ANNEX-1.21

CONTENTS OF BID AND CHECK LIST

ANNEX-1.22

ACKNOWLEDGEMENT CUM CONSENT LETTER

ANNEX-1.23

FORMAT
FOR
CONSTRUCTION
SUB-CONTRACTORS
APPROVAL- TO BE SUBMITTED BY SUCESSFUL BIDDER

OF

FOR

ADVANCE

WAIVER

OF

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
MASTER INDEX

PC54/E-1

DOCUMENT

REV

SHEET 3 of 3

PART-II, TECHNICAL
SECTION

DESCRIPTION

1.0

PROJECT DESCRIPTION

2.0

RAW MATERIAL AND PRODUCT SPECIFICATION

3.0

CONTRACTORS SCOPE OF WORK

4.0

DESIGN BASIS

5.0

DESIGN PHILOSOPHY

5.1

DESIGN PHILOSOPHY PROCESS

5.1.1
5.2

DESIGN PHILOSOPHY COOLING TOWER


DESIGN PHILOSOPHY MECHANICAL

5.2.1

DESIGN PHILOSOPHY STATIC EQUIPMENT

5.2.2

DESIGN PHILOSOPHY ROTATING EQUIPMENT

5.2.3

DESIGN PHILOSOPHY EOT CRANE

5.2.4

DESIGN PHILOSOPHY FOR A/C UNIT & PRESSURISATION

5.2.5

DESIGN PHILOSOPHY PIPING

5.2.6

DESIGN PHILOSOPHY INSULATION

5.3

DESIGN PHILOSOPHY ELECTRICAL

5.4

DESIGN PHILOSOPHY INSTRUMENTATION

5.5

DESIGN PHILOSOPHY CIVIL & STRUCTURAL WORKS

5.6

DESIGN PHILOSOPHY MATERIAL HANDLING

5.7

DESIGN PHILOSOPHY FIRE FIGHTING SYSTEM

5.8

DESIGN PHILOSOPHY FIRED HEATERS

5.9

6.1

DESIGN PHILOSOPHY INSPECTION PHILOSOPHY


CONSTRUCTION/ ERECTION, PRECOMMISSIONING, COMMISSIONING
AND START-UP
STATUTORY REQUIREMENTS

7.0

PERFORMANCE AND GUARANTEE TEST

8.0

DRAWINGS & DOCUMENTS

9.0

SPARE PARTS

10.0

OWNERS ENGINEERS IN LSTK CONTRACTORS OFFICE

11.0

TRAINING OF OWNERS PERSONNEL

12.0

INFORMATION REQUIRED IN THE TECHNICAL PROPOSAL

13.0

VENDOR LIST

14.0

SITE WORKING AND SAFETY CONDITIONS

6.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 1 OF 28

PART I: COMMERCIAL
SECTION 1.0

INSTRUCTIONS TO BIDDERS

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 2 OF 28

CONTENTS

SL. NO.

DESCRIPTION

1.0

INTRODUCTION

2.0

SCOPE OF PROPOSAL

3.0

BIDDING DOCUMENTS

4.0

AMENDMENT OF BIDDING DOCUMENTS

5.0

LANGUAGE OF BID

6.0

TIME SCHEDULE

7.0

SIGNATURE OF BIDS

8.0

PRE-QUALIFICATION CRITERIA

9.0

PRE-BID MEETING

10.0

EARNEST MONEY DEPOSIT

11.0

COST OF BIDS

12.0

MODIFICATION AND WITHDRAWAL OF BIDS

13.0

INFORMATION REQUIRED WITH THE BID

14.0

LOCAL CONDITIONS

15.0

PRICE BASIS & CURRENCY OF BIDS

16.0

VOID

17.0

NUMBER OF BIDS

18.0

CONFIDENTIALITY OF DOCUMENTS

19.0

DUTIES AND TAXES

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 3 OF 28

20.0

BIDDING DOCUMENTS AND DEVIATIONS

21.0

SUBMISSION OF BIDS

22.0

DEADLINE FOR SUBMISSION OF BIDS

23.0

OPENING OF BIDS

24.0

POLICY FOR BID UNDER CONSIDERATION

25.0

DEPUTATION OF REPRESENTATIVE FOR TECHNICAL & COMMERCIAL


DISCUSSIONS

26.0

EFFECT AND VALIDITY OF BID

27.0

COMPLETE SCOPE OF SUPPLIES/ WORK

28.0

EVALUATION AND COMPARISON OF BIDS

29.0

PRICE VARIATION

30.0

REBATE

31.0

CONTACTING OWNER

32.0

AWARD OF CONTRACT

33.0

SIGNING OF CONTRACT

34.0

OWNERS RIGHT TO ACCEPT/ REJECT BIDS

35.0

CONTRACT SECURITY DEPOSIT BANK GAURANTEE AND PERFORMANCE BANK


GUARANTEE

36.0

GENERAL INSTRUCTIONS

37.0

OPTIONAL FINANCING MODEL INCLUDING SUPPLIERS CREDIT

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 4 OF 28

1.0

INTRODUCTION

1.1

Gujarat Narmada Valley Fertilizers & Chemicals Limited (GNFC) hereinafter also referred
to as OWNER is a joint sector enterprise promoted by the Government of Gujarat and
the Gujarat State Fertilizers & Chemicals Limited (GSFC). It is one of the leading Indian
companies in the business of manufacturing and selling fertilizers and chemicals and was
set up in 1976. GNFC started its manufacturing and marketing operations in 1982 by
setting up, then one of the worlds largest Single Stream Ammonia-Urea Fertilizer
Complex at Narmadanagar, Bharuch (Gujarat).
The Company manufactures and distributes nitrogenous and phosphatic fertilizers like
Urea, Ammonium Nitro-phosphate (ANP) and Calcium Ammonium Nitrate (CAN) and
Chemicals like Ammonia, Weak Nitric Acid, Concentrated Nitric Acid, Methanol, Acetic
Acid, Formic Acid, Aniline, Toluene Di-Isocyanate (TDI) and provides various services in
the area of Information Technology. The Company continues to trade in imported
fertilizers like Urea, Single Super Phosphate (SSP), Water Soluble Fertilizers and Cotton
seeds as well as Chemicals like Acetic Acid and Formic Acid etc.
GNFC is proposing to set up a Brownfield Gas-Based Ammonia-Urea Fertilizer Project at
GNFCs existing complex in Bharuch.

1.1.1

Projects & Development India Ltd. (PDIL) has been retained as Consultant for selection of
a suitable LSTK Contractor for execution of the project on a Lump-Sum Turnkey basis
with Single point responsibility.

1.1.2

The present NIT specifies the requirement of selection of LSTK Contractor for supply of
Process License, Basic Design and Detailed Engineering, Procurement, Supply,
Fabrication, Inspection by Third Party Inspection Agency (TPI) as applicable by
Llyods/BV/TUV, Expediting, Route Survey for ODCs, Insurance, Transportation of all
Equipments / Materials to work site including Loading and Un-loading, Storage,
Construction and Erection of all civil, mechanical, electrical and instrumentation works,
assembly and Installation, Temporary Site facility required for execution of Project,
obtaining all necessary statutory approvals from concerned government authorities, as
applicable, Testing, Mechanical Completion, Pre-Commissioning, Commissioning,
Sustained Load Test, Performance Guarantee Test Run Including total Project
Management and handing over of Ammonia & Urea Plants of Capacity 2500 MTPD &
3850 MTPD respectively along with Associated Offsite & Utilities Facilities at GNFCs
existing complex in Bharuch, duly completed in all respects, on single point responsibility
basis.

1.2

Project Location:
The proposed project will be located within the existing fertilizer & chemical complex of
GNFC at Bharuch in Gujarat. It is located near Chawaj, about 4 km from Bharuch on the
National Highway No.8. The site has all the infrastructural facilities like road, railways, raw
water availability, effluent discharge facility, ammonia storage, natural gas connectivity etc.
Around 30 hectares of land is also available for the project.
The nearest Railway station is Bharuch in Western Railways on Baroda- Mumbai Route.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS
1.3
1.3.1

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 5 OF 28

Plant Configuration and Capacity


Ammonia Plant
The Ammonia plant will be laid out in single stream having capacity of 2500 MTPD as per
details specified in Part-II, Section-1.0, Project Description.

1.3.2

Urea Plant
The Urea plant will be laid out in single/double stream having capacity of 3850 MTPD as
per details specified in Part-II, Section-1.0, Project Description.

1.3.3

Associated Offsite & Utilities Facilities


The project would essentially consist of Brownfield Ammonia - Urea plant and Associated
Offsite & Utilities Facilities considering utilization of the existing facilities to the maximum
extent possible. Additional provision shall be made as necessary for smooth and reliable
operation of the process plants.
The broad provision of Associated Offsite & Utilities Facilities for the project has been
presented in Part-II, Section-1.0, Project Description.

1.3.4

The Plant offered should be energy efficient, environment friendly and with lowest capital
cost. Bidder can bid for Ammonia and Urea plants with capacity +/- 15 % of the above
mentioned capacity such that about 200 MTPD excess Ammonia is available if the
expected cost is substantially lower with this option. Such optional proposal will be
suitably evaluated.

2.0

SCOPE OF PROPOSAL
The scope of the proposal shall be on the basis of a Single Point responsibility, completely
covering the works specified under the accompanying technical specifications and
documents.

3.0

BIDDING DOCUMENTS
The bidder is expected to examine the bidding documents, including all instructions,
Forms, Annexures, terms and conditions of Contract, specifications, drawings and other
documents and to fully familiarize itself with the requirements of the bidding documents.
Failure to furnish all the information required by the Bidding Documents or the submission
of a bid not substantially responsive to the Bidding Documents in every respect may result
in the rejection of the Bid.
In case of any inconsistency, in the interpretation of meaning of any part of this Tender
Documents, the BIDDER shall give his best endeavor to resolve the inconsistency by
expressing his assumption through his proposal to OWNER.

4.0

AMENDMENT OF BIDDING DOCUMENTS


Bidders shall examine the Bidding documents thoroughly and inform the OWNER of any
apparent conflict, discrepancy or error.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 6 OF 28

At any time prior to the deadline for submission of bids, the OWNER may, for any reason
whether at its own initiative or in response to a clarification or modification requested by
any prospective Bidder(s), modify the Bidding documents, if required.
5.0

LANGUAGE OF THE BID


The bid prepared by the bidders and all correspondence and documents relating to the
Bid exchanged by the Bidder and the Company shall be written in the English language
and all units shall be in Metric system. Any printed literature furnished by the bidder may
be written in another language, provided that this literature is accompanied by an English
translation, in which case, for purpose of interpretation of the Bid, the English translation
shall govern.

6.0

TIME SCHEDULE

6.1

Bidder shall be required to complete the WORK under the CONTRACT so as to achieve
the Guaranteed Completion Date in accordance with the following milestones:

Brownfield Ammonia - Urea plant and Associated Offsite & Utilities Facilities
Mechanical Completion

31 Months from Effective Date of Contract

Preliminary Acceptance

34 Months from Effective Date of Contract

6.2

The basic consideration and essence of the Contract is the strict adherence to the time
schedules for performing the specified works as stipulated in the Contract.

7.0

SIGNATURE ON BIDS

7.1

The Bid must contain the name, designation and place of business of the person or
persons making the Bid and must be signed and sealed by the Bidder with his usual
signature. The names of all persons signing should also be typed or printed below the
signature

7.2

Bids by Corporate/ Limited Companies must be signed with the legal name of the
Corporation/Limited Company by the President, Managing Director or by the Secretary or
any other person or persons holding powers of attorney for signing their Bid.

7.3

The Bidder shall submit authority letter / Power of Attorney/ Board Resolution in favour of
the authorized signatory(s) of the Bid. The Bidder's name stated on the proposal shall be
the exact legal name of the Bidder.

7.4

Bid by a Consortium must be signed by all members of the Consortium. Signature of


each member of the Consortium shall be as per Clause 7.1 to 7.3. In case of Consortium,
the exact legal names of all the members of the consortium shall be stated and leader of
Consortium shall be clearly indicated.

7.5

Bid shall contain no cuttings, erasures or overwriting except as necessary to correct errors
made by the Bidder in which case each such corrections or other changes in the Bid
documents shall carry the initials of the person(s) signing the Bid.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 7 OF 28

7.6

Bids not conforming to the above requirements of signing may be disqualified.

8.0

PREQUALIFICATION CRITERIA:
Bidder/s meeting the respective Prequalification criteria, stated hereunder, shall submit
their Techno-Commercial bid.
Bidder/s may bid as:
Single Bidder subject to meeting the Prequalification Criteria as stated in Clause 8.1
OR
Consortium subject to meeting the Prequalification Criteria as stated in Clause 8.2
Evaluation of offers shall be carried out for only those Bidders who shall meet the
Prequalification Criteria.

8.1

PQ Criteria for a Single Bidder

8.1.1

Technology Criteria
The Bidder should be capable of providing Process License and Basic Design Package of
for a 2500 MTPD Single Stream Ammonia and 3850 MTPD Prilled Urea Plant from
reputed Process Licensers as required below. Technology once selected and offered by
the Bidder cannot be changed.
a)

For Ammonia:
1.
2.
3.

Haldor Topsoe A/S


KBR Kellogg Brown & Root
Uhde

The ammonia technology proposed by Bidder shall have a reference of at least one single
stream plant of minimum 1750 MTPD capacity which is operating successfully for last 3
years. Bidder shall submit documentary proof for the same. Bidder shall, along with the
bid, also submit MoU/ letter of undertaking from process licensor for technology tie up for
the proposed project.
b)

For Urea:
1.
2.
3.

Saipem
Toyo
Stamicarbon

The Urea technology proposed by Bidder shall have a reference of at least one plant of
minimum 2400 MTPD capacity which is operating successfully for last 3 years. Bidder
shall submit documentary proof for the same. Bidder shall, along with the bid, also submit

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 8 OF 28

MoU/ letter of undertaking from process licensor for technology tie up for the proposed
project
8.1.2

Experience Criteria
The Bidder should be an established LSTK Contractor in the field of Oil, Gas,
Hydrocarbon or Fertilizer and should possess experience of having successfully
completed with - single point responsibility at least one Ammonia Plant of Minimum
Capacity of 1350 MTPD within a period of last 15 years on Lump sum Turnkey (LSTK)
basis with scope of work comprising of supply of Process License, Basic Design and
Detailed Engineering, Procurement, supply, construction and erection of all civil,
mechanical, electrical and instrumentation works, Testing, Pre-commissioning,
Commissioning and Guarantee Test of completed individual plants. Such fertilizer plant
should be in satisfactory operation for at least three years from the date of Acceptance
after successful guarantee test. Bidder shall submit documentary proof for the same and a
Certificate of successful Guarantee Test issued by the owner will have to be produced by
the bidder in support of fulfilling this criteria.

8.1.2.1

In case the Bidder intends to engage the services of a sub contractor for Detailed
Engineering for the proposed project then the bidder shall give an undertaking along with
the bid that he will engage the services of only reputed detailed engineering consultant
having experience of carrying out detailed engineering of similar capacity plants as stated
in clause 8.1.2 above. Bidder shall submit the reference list of such plants for which the
proposed detailed engineering consultant has carried out detailed engineering.

8.1.3

Financial Criteria:

8.1.3.1

The Bidder meeting the requirements as per clause 8.1.2 above , must have executed at
least one such completed contract in any of the fields of Oil, Gas, Hydrocarbon or
Fertilizer with minimum contract value of US $ 500 million or INR 28 Billion during last 7
years. Bidder shall submit documentary proof for the same.
Or
executed two such contracts each with contract value of minimum US $ 315 million or INR
17 Billion, in any of the fields of Oil, Gas, Hydrocarbon or Fertilizer during last 7 years.
Bidder shall submit documentary proof for the same.
Or
executed three such contracts each with contract value of minimum US $ 250 million or
INR 14 Billion, in any of the fields of Oil, Gas, Hydrocarbon or Fertilizer during last 7 years.
Bidder shall submit documentary proof for the same.

8.1.3.2

The Annual Turnover of the Bidder, meeting the requirements as per Clause 8.1.2, during
at least one of the last three preceding financial years i.e.2011-12, 2010-2011 and 20092010 or calendar years 2009, 2010 and 2011 should be at least US $ 200 Million or INR
11 Billion. Bidder shall submit documentary proof (e.g. audited balance sheet and P&L
account) for the same.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 9 OF 28

8.1.3.3

Net Worth of the Company should be positive for the last three preceding financial years
i.e. 2011-12, 2010-2011 and 2009- 2010 or calendar years 2009, 2010 and 2011. Bidder
shall submit documentary proof e.g. audited balance sheet, P&L account etc. for the same.

8.1.3.4

The Bidder will submit Solvency certificate not more than six months old, from their
Banker for a value not less than US $ 220 million or INR 12 Billion.

8.2.

PQ Criteria for a Consortium with Joint and Several Responsibilities:

8.2.1

The total number of consortium members including their leader shall not exceed three.

8.2.2

Technology Criteria
At least one of the consortium members should be capable of providing Process License
and Basic Design Package for a 2500 MTPD Single Stream Ammonia and/or 3850 MTPD
Prilled Urea Plant as detailed below. Technology once selected and offered by the Bidder
cannot be changed.
The ammonia technology proposed by Bidder shall have a reference of at least one single
stream plant of minimum 1750 MTPD capacity which is operating successfully for last 3
years. Bidder shall submit documentary proof for the same. Bidder shall, along with the
bid, also submit MoU/ letter of Undertaking from process licensor for technology tie up for
the proposed project.
a)

For Ammonia:
1.
2.
3.

Haldor Topsoe A/S


KBR Kellogg Brown & Root
Uhde

The Urea technology proposed by Bidder shall have a reference of at least one plant of
minimum 2400 MTPD capacity which is operating successfully for last 3 years. Bidder
shall submit documentary proof for the same. Bidder shall, along with the bid, also submit
MoU/ letter of Undertaking from process licensor for technology tie up for the proposed
project
b)

For Urea:
1.
2.
3.

8.2.3

Saipem
Toyo
Stamicarbon

Experience Criteria (Consortium)


The lead consortium member should be at least an established LSTK Contractor in the
field of Oil, Gas, Hydrocarbon or Fertilizer. However, the consortium members among
themselves should possess experience of having successfully completed on Lumpsum
Turnkey (LSTK) basis with a single point responsibility one Ammonia Plant of Minimum
Capacity of 1350 MTPD and one Urea Plant of Minimum Capacity of 1700 MTPD with
scope of work comprising of supply of Process License, Basic Design and Detailed

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 10 OF 28

Engineering, Procurement, supply, construction and erection of all civil, mechanical,


electrical and instrumentation works, Testing, Pre-commissioning, Commissioning and
Guarantee Test of completed individual plants within a period of last 15 years. These
plants should be in satisfactory operation for at least three years from the date of
Acceptance after successful guarantee test. A Certificate of successful Guarantee Test
issued by the owner will have to be produced by the Bidder in support of fulfilling this
criteria.
8.2.3.1

In case the consortium intends to engage the services of a sub contractor for Detailed
Engineering for the Proposed project then the consortium shall give an undertaking along
with the bid that it will engage the services of only reputed detailed engineering consultant
having experience of carrying out detailed engineering of similar capacity plants as stated
in Clause 8.2.3 above. Bidder shall submit the reference list of such plants for which the
proposed detailed engineering consultant has carried out detailed engineering.

8.2.4

Financial Criteria (Consortium):

8.2.4.1

The Lead Bidder of the Consortium, meeting the requirements as per Clause 8.2.3 above,
must have executed at least one such completed contract in any of the fields of Oil, Gas,
Hydrocarbon or Fertilizer with minimum contract value of US $ 500 million or INR 28
Billion during last 7 years. Bidder shall submit documentary proof for the same.
Or
executed two such contracts each with contract value of minimum US $ 315 million or INR
17 Billion, in any of the fields of Oil, Gas, Hydrocarbon or Fertilizer during last 7 years.
Bidder shall submit documentary proof for the same.
Or
executed three such contracts each with contract value of minimum US $ 250 million or
INR 14 Billion, in any of the fields of Oil, Gas, Hydrocarbon or Fertilizer during last 7 years.
Bidder shall submit documentary proof for the same.

8.2.4.2

The Annual Turnover for Lead Bidder of the consortium, meeting requirement as per
Clause 8.2.3, in a single financial year shall be equal to or more than US $ 150 million or
INR 8 Billion and each member of consortium shall be equal to or more than US$ 65
million or INR 4 Billion during at least one of the last three preceding financial years i.e.
2011-12, 2010-2011 and 2009- 2010 or calendar years 2009, 2010 and 2011. The Lead /
Consortium members shall submit documentary proof for the same.

8.2.4.3

Net Worth of the lead consortium member should be positive for the last three preceding
financial years 2011-12, 2010-2011 and 2009-2010 or calendar years 2009, 2010 and
2011. Net Worth of other consortium members should be positive for last preceding
financial year 2011-12 or calendar year 2011. Bidder shall submit documentary proof e.g.
audited balance sheet, P&L account etc. for the same.

8.2.4.4

All the Consortium members will submit solvency certificate not more than six months old,
from their bankers whose value collectively shall not be less than US$ 220 million or INR
12 Billion.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

8.2.5

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 11 OF 28

Consortium leader & distribution of work


The Lead Bidder of the Consortium shall be directly responsible for managing the critical
activities of the Project.
The identification of the Leader Bidder of the Consortium and the distribution of work
amongst the consortium members will be clearly indicated and set forth in the Bid.
All the members of the Consortium shall be liable jointly and severally for the performance
of the contract and discharge of the contractors obligations and liabilities under the
Contract and a Notorially Authenticated Declaration to this effect shall be included in the
bid and a similar statement shall be specifically included in the Form of contract (in case
the bid is successful), which shall also be signed by the consortium members in
confirmation.
The leader of the Consortium shall be authorized to incur liabilities and receive
instructions for and on behalf of any and all member(s) of the consortium. Notwithstanding
anything contrary in the Consortium Agreement, the leader of the Consortium shall have
coordination responsibility for execution of the contract and will have to carry single point
responsibility of the submitted bid and implementation of the project. The leader of
consortium shall submit undertaking signed by all the consortium members to this effect in
Bid.

9.0

PRE-BID MEETING

9.1

The bidder may submit any queries/clarification/information pertaining to bidding


documents in writing delivered by hand or by Fax or by E-mail as per Annexure-1.10
enclosed in the bidding documents so as to reach PDIL not later than the date specified in
the Letter Inviting Bid. Queries/ Clarifications/ Information sought in any other manner
shall not be responded to.

9.2

The bidder or his authorised representative(s), is advised to attend a pre-bid meeting as


indicated in the Letter Inviting Bid. The purpose of the meeting will be to clarify issues and
to answer questions on any matter pertaining to the Tender conditions that may be raised
at that stage by Bidders.

9.3

The Owners responses to Bidders queries/clarifications raised will be furnished as


expeditiously as possible. Any modification of the Bidding Documents which may become
necessary as a result of the pre-bid meeting/conference shall be sent to all bidders
through the issue of an Addendum/Amendment/Corrigendum.

10.0

EARNEST MONEY DEPOSIT (EMD)

10.1

The Bidder shall furnish as part of his Bid, EMD in the form of a Bank guarantee issued by
banks listed at ANNEXURE-1.20.

10.1.1

The EMD offered shall be an irrevocable Bank Guarantee, issued by any bank appearing
in the list of GNFC approved banks,(Annexure-1.20), on a stamp paper of Rupees Two
Hundred. Proforma of the Bank guarantee is enclosed as Annexure-1.15.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS
10.1.2

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 12 OF 28

The Bank Guarantee shall be valid, from due date of submission of bid, for a period of Bid
Validity plus six months. The amount shall be as indicated in the Letter Inviting Bid for this
NIT. The Bank Guarantee shall be extended suitably if there is a delay in awarding the
contract. The relevant extension shall be on Bidders account.
Or
EMD can also be furnished in the form of Demand Draft in favour of M/s Gujarat Narmada
Valley Fertilizers & Chemicals Limited payable at Bharuch (Gujarat) for value as outlined
in the Letter Inviting Bid for this NIT. EMD will not carry any interest.

10.2

Any Bid not accompanied with EMD shall be rejected by the Owner/Consultant as nonresponsive.

10.3

The EMD of unsuccessful Bidders will be returned by OWNER to the unsuccessful


Bidders as promptly as possible on acceptance of Bid of the successful Bidder or when
the Bidding process is cancelled by OWNER, whichever is later. Where EMD has been
paid by demand draft, the refund thereof shall be in the form of demand draft without any
interest, in the currency in which EMD was submitted, in favour of the unsuccessful
Bidder(s). Bidders may indicate the name and address in whose favour the said demand
draft shall be drawn by the OWNER for refund failing which it shall be drawn in the name
of the Bidder and shall be mailed to the address given on the Transmittal Letter.

10.4

The successful Bidder's EMD will be discharged upon the Bidder accepting and signing
the Contract and furnishing the Bank Guarantee for Performance of CONTRACT.

10.5

The EMD shall be forfeited and appropriated by OWNER as mutually agreed loss and
damage payable to OWNER for, inter alia, time, cost and effort of OWNER in regard to
the NIT without prejudice to any other right or remedy to OWNER under the following
conditions:
a)

If a Bidder withdraws his Bid during the validity or agreed extension validity period
duly agreed by the bidder

b)

If the bid is varied or modified in a manner not acceptable to the Owner during the
validity or agreed extension validity period duly agreed by the bidder

c)

Any effort by the bidder to influence the Owner on bid evaluation, bid comparison or
contract award decision.

d)

In the case of a successful Bidder, if the Bidder fails to sign the Contract in
accordance with Signing of Contract.
OR
If the successful bidder is seeking modifications to the agreed terms and conditions
after issue of Letter of Intent (LOI) and prior to signing of the Contract.
OR
If the successful bidder fail to furnish performance guarantee within 30 days of receipt
of the Contract.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS
e)
11.0

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 13 OF 28

In case of violation of PQ Criteria, as per Clause 8.0

COST OF BIDS
The Bidder shall bear all costs associated with the preparation and submission of the Bid.
In any case, OWNER will be not responsible or liable for these costs, regardless of the
conduct or outcome of the bidding process.

12.0

MODIFICATION AND WITHDRAWAL OF BIDS

12.1

The Bidder may modify or withdraw its Bid after the Bids submission, but before the last
date and time of Bid submission as specified in this NIT provided that written notice of the
modification or withdrawal is received by OWNER prior to the deadline prescribed for
submission of Bids.

12.2

In case any clarifications are sought by the Owner after opening of tenders, then the
replies of the bidder should be restricted to the clarification sought. Any bidder who
modifies his bid (including a modification which has the effect of altering the value of his
offer) after opening of Techno-contractual bids without specific reference by the Owner
shall render the bid liable to be rejected without notice and without further reference to the
Bidder.

12.3

No bid may be withdrawn in the interval between the deadline for the submission of bids
and the expiration during the validity or agreed extension validity period duly agreed by
the bidder. Withdrawal or unsolicited modification of a bid during this interval shall result
in the Bidders forfeiture of its EMD.

13.0

INFORMATION REQUIRED WITH THE BID

13.1

All technical information shall be furnished as per Part-II. In addition, the bidder shall
ensure that Technical and Unpriced Commercial Bid has been submitted as per clause
21.2.2

13.2

Any bid not containing sufficient descriptive material to describe accurately the process
details, functioning of various sections of the Plants, equipment proposed and other
necessary details may be treated as incomplete and hence rejected. Such descriptive
material and drawings submitted by the Bidder will be retained by the Owner. Any major
deviation from these drawings and descriptive material submitted will not be permitted
during the execution of the Contract without specific written permission of the Owner.

13.3

Standard catalogue pages and other documents of the Bidder may be used in the bid to
provide additional information and data as deemed necessary by the bidder.

13.4

Requirement of Manpower for Operation of Plant

13.4.1

Bidder shall furnish tentative manpower requirement with break up for operation of plant
during commissioning, trial runs and guarantee tests.

13.4.2

Bidder shall also furnish a tentative break up of manpower requirement for the normal
operation and maintenance of the plant as per best operation & maintenance practice.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 14 OF 28

14.0

LOCAL CONDITIONS

14.1

It will be imperative on each Bidder to fully inform himself of all local conditions and
factors which may have any effect on the execution of the works covered under these
specifications and documents. Bidder shall inspect the site, examine and obtain at its
cost and responsibility, all information required and satisfy himself regarding all matters
and things such as access to site, communications, transport, right of way, the type and
number of equipment and facilities required for the work, availability of local labour,
materials and their rates, local working conditions, weather, flood levels, sub-soil
conditions, natural drainage, and all information that may be necessary for preparing its
Bid, performance of work and other obligations and related matters. By submitting the Bid
the Bidder shall be deemed to have acknowledged and agreed that ignorance of the site
and other said conditions shall not be basis for any claim for compensation or extension of
time or loss of profits etc. and the OWNER shall not be liable on account thereof in any
manner whatsoever to the Bidder or any person claiming through or under the Bidder.

14.2

Bidders must before submission of their Bids, acquaint themselves with all applicable
regulatory and other legal requirements pertaining to insurance and health, safety and
environment requirement in INDIA and rules related to work permit and visa requirements
in INDIA or in any way or manner affecting the performance of Scope of Work, the
Contractor and the Plant operation and performance including social security, safety,
pollution control, permits, licenses, and the other statutory requirements and regulations.
The submission of a Bid by the Bidder will be construed as evidence that such an
examination was made and the Bidder shall not raise at any time later any claims/disputes
against the OWNER and the OWNER shall not be liable for the same in any manner
whatsoever.

14.3

In their own interest, the foreign bidders are particularly requested to familiarize
themselves with the Income Tax Act 1938, the Companies Act, 1956, the Customs Act,
1962, including any amendments thereof and other related acts and laws prevalent in
India.

14.4

The Owner shall not entertain any request for clarification from the bidder, regarding such
local conditions.

14.5

The Bidder shall be deemed to have prepared the Bid on the basis of its independent
judgment and to have made all necessary allowances and provisions to ensure that the
PLANT will meet all technical specification prescribed hereunder including the specified
performance requirements and guarantees and be entirely suitable for the purpose for
which it is intended. Accordingly, at the time of submission the Bid Price will, without extra
price and/or extension of time, be held to include everything implicitly or otherwise
required or necessary for the proper and timely completion of the WORK including
ACCEPTANCE OF PLANT in accordance with the CONTRACT. Further , in case of any
contract awarded under these specifications and documents, neither any change in the
time schedule of the Contract nor any financial adjustments arising thereof shall be
permitted by the Owner, which are based on the lack of such clear information or its effect
on the cost of the works to the Bidder.

14.6

Visit to site is optional and at BIDDERs cost and expense.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 15 OF 28

15.0

PRICE BASIS & CURRENCY OF BIDS

15.1

Bidder expecting to incur a portion of its expenditure in more than one currency and
wishing to be paid accordingly shall so indicate in the Bid. In such cases the Bid shall be
expressed in different currencies (maximum 3 currencies USD,Euro,INR) and the
respective amounts in each currency together shall makeup the Bid Price.

15.2

LSTK price to be quoted by the LSTK contractor shall be fixed and firm and shall be valid
until completion of the Contract to be executed with the successful Bidder pursuant hereto
and shall not be subject to variation/escalation on any account except as otherwise
specifically provided in the Contract documents.

15.3

Site is located in Bharuch (Gujarat), India and LSTK bidder is required to check & confirm
before bidding for applicability of taxes & duties for the procurement of supply and service
by them for the execution of contract.

15.4

The firm CONTRACT Prices quoted by the Bidder shall be inclusive of complete scope of
the contract. The Bidders shall quote in their proposals in Envelope-III the firm Lump Sum
price for the entire scope of work as per Schedule of Prices, (Refer Annexure-1.2),
inclusive of all taxes, duties, levies etc. as applicable.

15.5

Rates for the Supply of Optional Services (Refer Annexure-1.2, Part-IV, Section-A),
Daily/Hourly rates for change of Work Order (Refer Annexure-1.2, Part-V, Section-A ) and
Rates for the Optional items (Refer Annexure-1.2, Section-D) shall also be submitted in
the Price Bid Envelope-III.

15.5.1

Rates as mentioned in Clause 15.5 shall not be considered for evaluation purpose.

15.5.2

Rates quoted for Vendor recommended spare parts in Part-I of Section-A, Section-B and
Section-C of Annexure-1.2 shall not be considered for evaluation purpose

15.6

All bank charges of bidders bankers shall be to the Bidders account and all Bank charges
of Owner's bankers shall be to Owners account.

15.7

Income Tax, or any other tax and surcharge as applicable shall be deducted at source
from the bills of the contractor and a certificate to that effect shall be issued by the Owner.

16.0

VOID

17.0

NUMBER OF BIDS

17.1

A bidder shall on no account submit more than one bid either directly or indirectly.

17.2

A bidder shall be deemed to have submitted an indirect bid if a subsidiary of the bidder is
also a direct or indirect bidder in an independent bid or if the bidder or its subsidiary has
with its consent been indicated as a sub-contractor in any other bid or even if not so
indicated has entered into any arrangement (whether disclosed or undisclosed) with any
other bidder or with a sub-contractor of that bidder for the performance of any work for
that other bidder upon an award of the work to that other bidder.

17.3

If a bidder makes more than one bid and/or directly or indirectly participates in another bid
as contemplated under 17.2 above, all the bids of the bidder, including the bid of the

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 16 OF 28

bidder in whose bid the first named bidder has directly or indirectly participated, may be
considered as cartel bids and may be rejected. If the factum of such bid(s) is discovered
after the notification of award, the resultant contract shall be liable to be terminated
pursuant to the provisions for termination contained in the Bid conditions.
18.0

CONFIDENTIALITY OF DOCUMENTS
Bidders shall treat the bidding documents and contents therein as strictly confidential. If at
any time, during the bid preparation period, Bidder decides to decline to bid, all
documents must be immediately returned to OWNER.

19.0

VOID

20.0

BIDDING DOCUMENTS AND DEVIATIONS

20.1

Bidders shall confirm compliance to Bidding Documents as per Annexure-1.19

20.2

It is expected that bidders will submit bids based strictly on the terms and conditions and
specifications contained in the bidding documents and will not stipulate any deviations.
Should it, however, become unavoidable, deviations should be separately and
specifically stipulated only in the prescribed Annexure-1.4. OWNER reserves the right to
reject as non-responsive any bid containing major deviation(s).

20.3

It is important that Bidder clearly demonstrates his experience and capability, giving
OWNER a high level of confidence that if awarded, the Bidder will be able to perform the
works within the stipulated Time Schedule and quoted price and meeting all other
requirements listed in the Bidding document.

20.4

Bidder is requested to furnish the complete and correct information required for evaluation
of his Bid. If the information with regard to resources and concurrent commitments or any
other information/documentation forming basis of evaluation is found incomplete/incorrect,
the same may be considered as adequate ground for rejection of the Bid.

20.5

VENDOR list is furnished by OWNER along with BID. Any deviation from this list is to be
submitted by Bidder with items to be procured from VENDOR who is not listed in vendor
list. Prequalification criteria shall be adopted for the vendors which are not in the
agreed Vendor list as per Clause 10.12.2 in Section-2.0 of PART-I: Commercial.

21.0

SUBMISSION OF BIDS

21.1

The Bidder is expected to examine all instructions, forms, terms and conditions in the NIT.
The NIT together with all its attachments thereto, shall be considered to be read,
understood and accepted by the Bidders, save and except deviations, if any, specifically
stated in seriatim by the Bidder. Failure to furnish all information required or submission of
a Bid not responsive to the NIT in every respect will be at the Bidders risk and may result
in the rejection of the Bid.

21.2

The Bidder must submit the bids in three parts each in separate sealed cover prominently
superscribed as Envelope I, II, III and also indicating on each of the envelope the bid
number and date of opening. These three envelopes shall contain the details of the bid in
the following manners:

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 17 OF 28

ENVELOPE-I

EARNEST MONEY DEPOSIT AS SPECIFIED IN BID DOCUMENTS

ENVELOPE-II

PRE-QUALIFICATION BID*,
TECHNICAL AND UNPRICED COMMERCIAL BID **

ENVELOPE-III

PRICED BID * **

Each part and each envelope will be separately sealed and marked.
Note:
* PREQUALIFICATION BID(PQ Bid) shall mean documents submitted in PartI of
the Envelope-II of BID in response to Clause 8.0 i.e Pre Qualification Criteria.
** The Unpriced Copy of Priced Bid contained in Section-IV of Unpriced Commercial Bid
shall be a photocopy of the Priced bid with the prices blanked out, duly signed and
stamped and strictly as per Annexure 1.2 The Bidder shall indicate Quoted/Not
Applicable/Nil against each head, in UNPRICED Commercial Bid.
***The Priced Bid shall also indicate total prices in figures as well as in words. In case of
difference, the amount mentioned in words shall be considered. The prices should be
strictly quoted as specified in Annexure-1.2 otherwise the Bid may be rejected. Wherever
unit rate and total rate is indicated, in case of any difference in total, the unit rate will
govern. The priced Bid containing any comments, remarks, conditions deviations etc,
which is not indicated in the UNPRICED Commercial Bid, is liable to be rejected.
21.2.1

ENVELOPE-I of the bid shall contain the following:


Earnest Money Deposit (EMD) for an amount indicated and in the manner as detailed in
Clause no 10.0. Bids without Earnest Money Deposit (EMD) may be rejected.
The venue for submission of Envelope I shall be as detailed in Clause 21.3 below.

21.2.2

ENVELOPE-II shall contain Pre-qualification Bid and Technical and Unpriced Commercial
Bid in two Parts, as specified below.
The venue for submission of Envelope II shall be as detailed in Clause 21.3 below.
PART-I :
Pre-Qualification Bid: (Refer Clause 8.0)
i)
ii)

iii)

Letter of submission and synopsis of the proposal


Organization Profile covering (a) Name & address of the organization with
telephone, fax, e.mail nos. with contact persons (b) history & structure of the
organizations with names of directors & chief executives (c) name & addresses of the
commercial banks providing total amount of credit lines & solvency certificate from
bankers.
Copy of Article of Association of the Company or Board Resolution mentioning
Chairman/ Chief Executive Officer / Managing Director of the Company.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

iv)

v)

vi)

vii)

viii)

ix)

x)

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 18 OF 28

A copy of MOU/ letter of undertaking by the Process Licenser(s) to the Bidder stating
clearly that the Process Licenser(s) will provide the respective Process License and
Basic Design to the Bidder in case they are successful for award of the contract for
the said Project
A copy of MOU between the Detailed Engineering Consultant (in case the Bidder
themselves are not the detailed designer) and Bidder that they will carry out the
assignment on award of the work order on the Bidder. A reference list of such plants
for which the proposed detailed engineering consultant has carried out detailed
engineering shall also be furnished.
Bidder qualification Criteria in favour of Technology Criteria (Ammonia) as per
Exhibit-1 along with Copies of Work Orders, Performance data sheets of operating
plants under reference and completion certificates in support of prequalification
requirement.
Bidder qualification Criteria in favour of Technology Criteria (Urea) as per Exhibit-2
along with Copies of Work Orders, Performance data sheets of operating plants
under reference and completion certificates in support of prequalification requirement.
Bidder qualification Criteria in favour of Experience Criteria as per Exhibit-3 along
with Copies of Work Orders, Performance data sheets of operating plants under
reference and completion certificates in support of prequalification requirement.
Bidder qualification Criteria in favour of Financial criteria as per Exhibit-4 along with
Annual audited Report for the last three financial years. This shall be a verifiable
statement of annual accounts certified by a Chartered Accountant or Public
Accountant in the form of printed annual reports or similar document.
Solvency Certificate from Bidders bankers. Date of issue of this certificate should not
be more than six months older than the due date of opening of Techno-commercial
part.

PART-II.
Technical-Unpriced Commercial Bid

SECTION-I:

FORM NO: 02-0000-0021 F2REV2

i)

Letter of submission & Synopsis of the proposal.

ii)

Photocopy of EMD/Earnest Money Deposit (EMD) as submitted in


Envelope-I

iii)

Bid Form as per Annexure-1.1

iv)

Commercial Questionnaire as per Annexure-1.3

v)

Details of past experience, as per Annexure-1.5

vi)

Details of concurrent commitments as per Annexure-1.6

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 19 OF 28

vii) Information of Bidder as per Annexure-1.7.


viii) Power of Attorney of Bid Signatory from the competent authority
ix)

Consortium Agreement as per Annexure-1.14

i)

Detailed execution philosophy of work as per Annexure-1.8,


1.8A,1.8B,1.8C,1.8D

ii)

Description of Process technology as per Annexure-1.9

iii)

Description of the Performance Guarantees as per Annexure-1.11

iv)

Bidders Proposed Schedule as per Annexure-1.12

v)

Declaration by the Bidder Regarding Bidding Document as per


Annexure-1.13

i)

VOID

ii)

Format of Letter of Waiver of Conditions/Deviations as per Annexure1.19

SECTION-IV:

i)

Blank copy of Schedule of Lumpsum Prices indicating Quoted/Not


Applicable against each head and duly stamped & signed on each
page, strictly as per as per Annexure-1.2, failing which bid may be
rejected.

SECTION-V:

i)

Technical Details/ documents specified under Technical Information


Required along with Bid.

SECTION-VI:

i)

Exceptions/Deviations

SECTION-II:

SECTION-III

The OWNER wishes to receive fully compliant bids.


Exception/Deviations may only be made in relation to requirements of
OWNER, which the BIDDER feels unable to comply with under any
circumstances or at any price. If the BIDDER wishes to make any
exception/deviations, this must be done by listing the full details of
each exception/deviation in Annexure-1.4. Unless an entry appears in
the list of exception/deviations in Annexure-1.4, OWNER will assume
and consider that BIDDER has no exceptions or deviations to the
Tender Documents
Schedule of Deviations (if any) to the commercial and Technical bid
documents, shall be submitted separately, as per Annexure-1.4. Also,
Technical deviations must be given separately for each discipline.
Note: A soft copy of Annexure-1.4, in editable form, shall also be
submitted by the Bidder.
FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

SECTION-VII:

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 20 OF 28

i)

Vendor List prepared by Bidder for items not covered in OWNERs


Vendor List.

SECTION-VIII: i)

Bidder shall furnish complete manpower requirement with break up for


operation of plant during commissioning, trial runs and guarantee
tests.

ii)

Bidder shall also furnish a complete break up of manpower


requirement for the normal operation of the plant as per best
operation practice.

iii)

Bidder shall submit Estimated required Quantity of Construction


Power and Water.
SECTION-IX

i)

Any other information required in the Bidding Documents or


considered relevant by the Bidder

SECTION-X:

i)

Contents of Bid and Check List as per Annexure-1.21

SECTION-XI:

i)

One set, only, of Tender Documents Part-I (Commercial) & Part-II


(Technical) along with subsequent addendums if any, duly signed
and stamped on each page in original as a token of its acceptance.

SECTION-XII:

Optional
Financing Model Including Suppliers credit

For convenience, the Bid shall be compiled in the form of Specific Sections conforming to
the above. In case of non-submission of above documents or submission of incomplete
documents, the OWNER reserves the right not to evaluate such offers further and not to
enter into correspondence in this regard after opening the Techno-commercial / Unpriced
Bid.
21.2.3

ENVELOPE-III

21.2.3.1 Envelope-III (Priced Bid) shall consist of in the following manner:


(i)

Preamble to Price Bid.

(ii) Priced Bid, duly filled in and completed in all respects, as per Annexure 1.2 given in
the Bidding Documents.
21.2.3.2 PRICED BID (1 original + 4 copies) shall be submitted in a separate sealed envelope
(ENVELOPE-III) duly signed and stamped on each page super scribing on the sealed
envelope Price Bid Do not Open with Techno- Commercial Un-Priced Bid. This
part shall not contain any condition whatsoever failing which the Bids shall be liable to be
rejected. In case of any correction, the bidder shall put its signature and its stamp. Eraser
fluid will not be allowed for making any correction. The venue for submission of Envelope
III shall be as detailed in Clause 21.3 below.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 21 OF 28

21.2.3.3 Prices must be strictly filled in format for Schedule of Prices (Annexure-1.2) enclosed as
part of bidding document. If quoted in separate typed sheets and any variation in
description, unit is noticed, the bid is liable to be rejected. In any case Bidder shall be
presumed to have quoted against the description of work and the same shall be binding
on the Bidder.
21.3

Bid Submission:
The Bidder's bid and the documents attached thereto shall be considered as forming a
part of the Bid Documents. All bids shall be prepared by typing or printing with indelible
black ink. The original and duplicate copies must be specified clearly on the cover of each
volume.
The Bids shall be superscribed BROWNFIELD AMMONIA-UREA PROJECT, GNFC,
GUJARAT, NIT No.: PNMM/PC54/E/001, Due date and time and submitted strictly
as per the following instructions:
Sealed Envelope I (in Original Only), Envelope II (Original +7 Copies+ Soft copy in
CD form)and III (Original +4 Copies) shall be submitted only at:
Gujarat Narmada Valley Fertilizers & Chemicals Limited,
P.O. Narmadanagar-392015
Distt. Bharuch
Gujarat, India
Kind Attention : Mr. P. G Dave, Project Manager
Tel no.

: +91-2642-663439

E-mail

: pgdave@gnfc.in

The outside of the envelope should also indicate clearly the name of the Bidder and his
address. In addition, the left hand corner of the envelope or container should indicate the
Bidders Offer number. The envelopes without above details on the covers shall be
opened at Bidder's risk.
22.0

DEADLINE FOR SUBMISSION OF BIDS:

22.1

Bids must reach the OWNER/PDIL at the address, specified under Clause-21 above, not
later than the time and date as specified in the Letter inviting Bid, Sl. No. 3.8

22.2

Any bid received after the deadline specified in the NIT or as extended shall be liable to
be rejected.

23.0

VOID

24.0

POLICY FOR BID UNDER CONSIDERATION


Bids shall be deemed to be "Under Consideration" immediately after they are opened and
until such time that the official intimation of award / rejection is made by the Owner to the
Bidders. While the bids are under consideration, bidders and/or their representatives or

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 22 OF 28

other interested parties are advised to refrain from contacting by any means, the Owner
and/or his employees / representatives on matters related to the bids under consideration.
The Owner, if necessary will obtain clarifications on the bids by requesting for such
information from any or all the Bidders, either in writing or through personnel contact as
may be necessary. The Bidder will not be permitted to change the substance of the bid
after the bid had been opened.
25.0

DEPUTATION OF
DISCUSSIONS

REPRESENTATIVE

FOR

TECHNICAL

&

COMMERCIAL

After opening of the Bids, to assist in the examination, evaluation and comparison of Bids,
OWNER may, at its discretion, ask the Bidder for clarification on its Bid. The request for
such clarification and the response shall be in writing either through fax or email.
Further OWNER may ask BIDDER to visit OWNER's/PDILs office for technical,
commercial or financial clarifications.
BIDDER is expected to undertake such visits and participate in such meetings as and
when called by the OWNER. All costs related to such visits shall be borne by BIDDER.
If required, Owner reserves the right to seek Revised Price Bid / the price implications (if
any) to the extent and in areas required for evaluation only of such bidder(s) whose
technical and unpriced commercial proposals are acceptable and complete. Owners
decision in this regard shall be final and binding on the bidders.
26.0

EFFECT AND VALIDITY OF BID

26.1

The submission of any bid connected with these documents and specifications shall
constitute an agreement that the Bidder shall have no cause of action or claim against the
Owner for rejection of his bid. The Owner shall always be at liberty to reject or accept any
bid or bids at his sole discretion and any such action will not be called into question and
the Bidder shall have no claim in that regard against the Owner.

26.2

The bids should be kept valid for acceptance for a period of 9 (Nine) Months from the
deadline for submission of bid. A Bid valid for shorter period may be rejected by the
Owner as being non-responsive.
Under the exceptional circumstances, prior to expiry of the original Bid validity period, the
Owner may request the Bidder for a specified extension in the period of validity. The
request and the responses thereto shall be made in writing or by telefax or by E-mail.

26.3

In the event of OWNER seeking extension of period of validity of the Priced Bids, the
validity of EMD shall also be suitably extended.

26.4

A Bidder agreeing to the request of OWNER seeking extension will not be required nor
permitted to modify his bid, and will be required to extend the validity of his EMD
correspondingly. However, Bidders request for revision/adjustment of Priced Bid under
such circumstances may be considered by the OWNER. The provisions of Clause-10.0
regarding discharge and forfeiture of EMD shall continue to apply during the extended
period of Bid Validity.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 23 OF 28

27.0

COMPLETE SCOPE OF SUPPLIES/WORK

27.1

The complete scope of supplies and work/services has been defined in the bidding
documents. Only those bidders who take complete responsibility and who bid for the
complete scope of supplies and work/services as contained in the bidding document shall
be considered for further evaluation.

27.2

If the contractor is required to engage a sub-contractor for any part of work, then such
sub-contractors shall have prior proven experience of similar work and shall require
specific approval by OWNER.
Following the notification of Letter of Intent, the CONTRACTOR will submit to the OWNER
for approval the details of Sub-Contractors in line with requirement of Annexure - 1.23
The list of construction Sub-Contractors proposed in the Bids by the Bidders shall be
considered as indicative only.

27.3

If a proposed sub-contractor has been approved by the OWNER, the CONTRACTOR


shall not replace such approved sub-contractor with another sub-contractor without
obtaining the OWNERs prior approval for the proposed replacement.

27.4

The Bidder shall along with the bid furnish its Project Execution Plan, as per Annexure 1.8,
1.8A, 1.8B, 1.8C, 1.8D which shall be evaluated for technical acceptability of the Bids.

27.4.1

Bidder shall submit a commitment from its Chief Executive that the Project Progress
Schedule shall be monitored by its Board and all actions required to arrest the
failure/delays shall be initiated by them at the appropriate time. Such action plan
document shall be sent by the CONTRACTORs home office to OWNER/ PDIL

27.4.2

Bidder shall ensure that the Project Execution Plan submitted by it are adequate for
completing the work in all respects. All details as mentioned above shall be submitted
along with Bid in the first instance.

27.4.3

Project Execution Plan shall be evaluated by the OWNER/ PDIL and in case the same is
not found adequate for this work, such Bid(s) shall be treated Technically Not Acceptable
and such Bid(s) shall not be considered for price opening.

28.0

EVALUATION AND COMPARISON OF BIDS

28.1

General

28.1.1

The OWNER wishes to finalise the award of work of the facilities covered under this
bidding documents within a limited time schedule. OWNER expects bidders to confirm
compliance to tender terms, conditions & Specifications, which shall stand frozen after
Pre-Bid Conference, failing which the bids are liable to be rejected. Hence the bidders in
their own interest are advised to submit their bids complete in all respects conforming to
all terms and conditions of the bid document.

28.1.2

Bids shall be evaluated based on the information / documents available in the bid. Hence
bidders are advised to ensure that they submit appropriate and relevant supporting
documentation along with their proposal in the first instance itself. Bids not complying to

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 24 OF 28

the requirements of bid documents are liable to be rejected. Bidders are advised to fill up
all Annexures carefully and provide reference to all relevant documents given in their bid
offer.
28.1.3

Bidders shall quote their prices / rates in firm figures and without any qualifications. Each
figure stated shall also be repeated in words and in the event of a discrepancy between
the amount stated in figures and words, the rates quoted in words shall be deemed to be
the correct amount. Bids containing qualifying expressions such as subject to minimum
acceptance or subject to prior sale etc. will not be considered.

28.1.4

Impact of Performance & Productivity of Ammonia-Urea Plant.


The performance and productivity of the PLANTS offered would be considered while
evaluating the prices. The Raw Material & Utility requirement of the PROJECT shall be
the main factor considered for evaluation. The operating cost would be calculated for a
minimum of 330 stream days per year. Expected annual production capacity would be
based on provenness/ reliability of the process and equipment as assessed by the
OWNER on the basis of data/ information furnished by the Bidders on operating plants
using similar process and equipment. If so desired by the OWNER, Bidder would organise
a visit of OWNER's Technical Personnel to such operating plants to verify the claims
made by the Bidders.

28.1.5

The Owners evaluation shall also take into account the following:
a)

The availability of spare parts and components within India.

b)

The availability of after sales services.

c)

Willingness of Bidders to give shop drawings of spare parts and main equipments.

28.2

The financial comparison shall be based on NPV arrived at using the following:

28.2.1

Lumpsum Price
Lumpsum Price along with, taxes, stamp duties, license fees, and other such levies
applicable, of Ammonia - Urea plant and Associated Offsite & Utilities Facilities,
comprising the Price of Supply and the Price of Services, as indicated by the bidder as per
Annexure 1.2. The evaluated CONTRACT PRICE will be discounted, as per the billing
schedule submitted by the Bidder for the implementation period.
The Bidder shall furnish, month-wise payment schedule of its CONTRACT PRICE for 34
months project schedule in Foreign Currency (FC) and Indian Currency (IC) in a tabular
form and as a cash flow curve. The month-wise phasing of expenditure indicated by
Bidder will be used for evaluation and form part of the CONTRACT for capping the
monthly payment on cumulative basis subject to actual progress of work.
CONTRACTOR shall be entirely responsible for all taxes, stamp duties, license fees, and
other such levies applicable, on performance of WORK under CONTRACT, outside
OWNERs country. CONTRACTOR shall also be responsible for payment of all taxes,
duties and levies such as custom duty, excise duty, sales tax, turnover tax, service tax,
income tax, etc. as applicable on performance of WORK under CONTRACT, in India. All
such taxes, stamp duties, licence fees, and other such levies applicable shall be quoted in

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 25 OF 28

Price of Ammonia - Urea plant and Associated Offsite & Utilities Facilities, comprising the
Price of Supply and the Price of Services, as indicated by the bidder as per Annexure 1.2.
28.2.2

Loading toward Works Cost for Ammonia - Urea plant and Associated Offsite &
Utilities Facilities
Calculation of Works Cost of Ammonia - Urea plant and Associated Offsite & Utilities
Facilities shall be done as defined in Part-II, Section-7, Performance and Guarantee Test.
Bidder shall furnish the Guaranteed Consumption Figures of Raw Material and Utilities as
specified therein.
The differential Works Cost (in comparison to bidder quoting the lowest Works Cost)
considering 330 stream days per year will be calculated and will be discounted, for a
period of 15 years.

28.2.3

Set off on account of Taxes and duties


Bids shall be evaluated after considering the applicable set off on account of VAT only.

28.2.4

Set off on account of Suppliers Credit


Bids shall be evaluated after considering the option of Financing Model Including
Suppliers credit submitted by the Bidder.

28.3

To facilitate evaluation and comparison of prices, the OWNER will convert all bid prices
expressed in Foreign Currency into Indian Rupees at rate of the concerned Foreign
Currency, available on RBI website, on the date of opening of Price Bids.

28.4

Deleted

28.5

Bids shall be evaluated considering Project Import Status is available for the project i.e.
full exemption from basic customs duty for import of all supplies for expansion or setting
up of fertilizer projects.

28.6

It is mandatory for the bidder to indicate QUOTED/Not applicable/Nil in the unpriced


schedule. If the Bidder fails to quote for any item in the Price bid, it will be implied that
such item is either included elsewhere in the quoted prices or Not Applicable/Nil as per
Owners decision depending upon the item.

28.7

Prices quoted for Supply of Optional Services as per Annexure-1.2, Part-A, Section-IV
and Schedule of Daily/Hourly rates for change of Work Order as per Annexure-1.2, Part-A,
Section-V shall not be considered for Bid Evaluation purpose.

29.0

PRICE VARIATION
The Bidder shall quote firm prices/ rates in the Schedule of Prices (Annexure-1.2). Firm
prices/rates shall not be subject to any escalation on any account till final acceptance of
the plant except as otherwise specifically provided in the NIT/ Contract documents. Bids
with variable prices may be disqualified.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 26 OF 28

30.0

REBATE

30.1

No suo-moto reduction in price(s) by bidders is permissible after opening of the price bid.
If any Bidder unilaterally reduces the price(s) quoted by him in his bid after opening of
price bids, such reduction shall not be considered for comparison of prices but shall be
binding on the Bidder if he happens to be selected for award of work.

31.0

AWARD OF CONTRACT

32.1

The CONTRACT will be awarded subject to the terms and conditions of this NIT to the
competitive lowest evaluated Bidder submitting responsive bid, which is technically
acceptable to the OWNER, in conformity with the requirements of this NIT and the Bidder
is to the OWNERs satisfaction competent to undertake the Scope of Work. The OWNER
shall be the sole judge in behalf of the matters aforesaid. A responsive Bid is one which
fulfills all requirements under NIT and accepts all terms and conditions of these
specifications and documents without any modifications. A modification is one which
affects in any way the prices, quality, quantity or completion period of the Work or which
limits in any way the responsibilities or liabilities of the Bidder or any rights of the OWNER
as required in these specifications. The decision of OWNER is final in this regard.

32.2

After selection, a Letter of Intent (LOI) shall be released by the OWNER to the selected
Bidder. Letter of Acceptance (LOA) by the Bidder must be submitted within 7 days. No
delay shall be permitted and in the event Bidders LOA is not received by stipulated date,
the OWNER may, unless the OWNER consents to extension of time for submission of
LOA, appropriate the EMD of such Bidder as mutually agreed genuine pre-estimated loss
and damage suffered by the OWNER on account failure of the Bidder to accept LOI. The
LOA shall be subject to acceptance by the OWNER.

32.3

After acceptance of the LOA by the OWNER, the Bidder shall enter into the CONTRACT
with the OWNER.

33.0

SIGNING OF CONTRACT

33.1

OWNER and successful bidder will finalize the CONTRACT. Both the OWNER and the
CONTRACTOR shall initial the agreed CONTRACT. This CONTRACT shall be subject to
the approvals by the Board of Directors of GNFC, Government of India if required and any
variations suggested by the Board / Government of India shall be incorporated in the
CONTRACT subsequently which shall be binding on CONTRACTOR and OWNER.

33.2

The OWNER shall communicate the variations, if any, as suggested by the Board /
Government of India to the CONTRACTOR and incorporate the same in the CONTRACT.
Thereafter a contract agreement shall be finalized between the OWNER and the
BIDDER and signed within 30 days of acceptance by the BIDDER..

34.0

OWNERS RIGHT TO ACCEPT/REJECT BIDS

34.1

The OWNER reserves the right to accept or reject any bid and to annul the bidding
process and reject all bids at any time prior to award of Contract without thereby incurring
any liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of
the ground of OWNERs action.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 27 OF 28

34.2

It is observed that many bidders indulge in trading in contracts by entering into


undisclosed back-to-back arrangements for the whole or a substantial portion of a
CONTRACTORs obligations under the contract. Consequently, if a bidder proposes to
enter into any such arrangements upon a successful award of work or has in place any
such arrangement which will become operative upon the award of work, the bidder must
make a complete disclosure of such arrangement or proposed arrangement in its proposal,
and all provisions applicable to sub-contractor(s) in terms of bidding documents shall
apply to such arrangements.

34.3

If the existence of such an undisclosed arrangement is reasonably apprehended by the


OWNER in the case of a bidder, the OWNER may reject such bidders bid as not
responsive.

34.4

If such an undisclosed arrangement is discovered after the award of work, such


arrangement(s) shall be deemed to constitute an assignment of contract and a ground of
termination pursuant to the provisions of termination under the Bid conditions.

35.0

CONTRACT SECURITY DEPOSIT BANK GUARANTEE and PERFORMANCE BANK


GUARANTEE

35.1

As a Guarantee for Contract Security and faithful Performance, Workmanship, Defects


and Deficiencies a successful Bidder, to whom the work is awarded, shall be required to
furnish two separate Bank Guarantees, as per the forms attached in Annexure- 1.16A
and 1.16B and briefed hereunder:

35.1.1

Confirmed Irrevocable Security Deposit Bank Guarantee (valid upto Acceptance):


Within 30 DAYS after receipt of CONTRACT by CONTRACTOR, the CONTRACTOR
shall furnish to the OWNER the Security Deposit Bank Guarantee equal to ten per cent
(10%) of the TOTAL CONTRACT PRICE. The Validity of this Bank Guarantee shall be till
date of Acceptance of Plant by OWNER plus claim period of three months.

35.1.2

Confirmed Irrevocable Performance Bank Guarantee (valid from Acceptance to


Defect Liability Period) .
At least two months prior to the expiry of Security Deposit Bank Guarantee, the
CONTRACTOR shall furnish to the OWNER, the Performance Bank Guarantee equal to
five per cent (5%) of the TOTAL CONTRACT PRICE. The Validity of this Bank Guarantee
shall be till Defects Liability period plus claim period of three months. The period of
defects liability shall be 12 months from the date of Acceptance of Plant by OWNER.

35.2

Failure of the successful Bidder to comply with the requirement of Clause 35.1.1 hereof
shall constitute sufficient grounds for the annulment of the award in which event OWNER
may call for fresh Bids, without prejudice to its rights and remedies as set forth in this NIT
or otherwise in law. Similarly, failure of the successful Bidder to comply with the
requirement of Clause 35.1.2 hereof shall constitute sufficient grounds to recover the
Security Deposit Bank Guarantee amount, without prejudice to its rights and remedies as
set forth in this NIT or otherwise in law.

35.3

The proceeds of Contract Security Deposit Bank Guarantee / Performance Bank


Guarantee shall be appropriated by the OWNER as compensation for any loss resulting
from the CONTRACTOR'S failure to complete his obligations under the CONTRACT
without prejudice to any of the rights or remedies the purchaser may be entitled to as per
Terms and Conditions of CONTRACT.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INSTRUCTIONS TO BIDDERS
36.0

GENERAL INSTRUCTIONS

36.1

Suitability of Plant

PC54/E-1/P-I/1.0

DOCUMENT NO
REV
SHEET 28 OF 28

Before submitting his bid the bidder shall ensure that compliance with any requirements of
the specification would not render the plant unsuitable in any respect for the purposes
mentioned or inherent in the Specification. Should the Bidder consider that compliance
with any requirements of the Specification would render the plant unsuitable, he shall
submit a proposal or proposals for modifying the requirements and shall include these
in the "Schedule of Deviations from the specification.
36.2

TRANSFER OF TENDER DOCUMENTS/PROPOSAL

36.2.1

Transfer of Bid submitted by one BIDDER to another is not permitted. No alteration in the
essence of a Bid, once submitted, shall be permitted.

36.2.2

OWNER reserves the right to verify all statements/information submitted to confirm the
Bidders claim on experience on the performance of equipment offered and capabilities of
the Bidder to perform the Scope of Work. OWNER may inspect similar facilities built by
the Bidder. Bidder shall co-ordinate and arrange for visit. However all expenses of such
visit of OWNERs Officials / OWNERs Representative will be borne by OWNER.

36.2.3

OWNER shall not entertain any correspondence with any Bidder on acceptance or
rejection of any Bid.

36.2.4

Oral statements made by the Bidder at any time regarding any matter including quality, or
arrangement of the equipment or any other matter will not be considered and will not be
binding on the OWNER.

36.2.5

Standard catalogue pages and other documents of the Bidder may be used in the Bid to
provide additional information and data as deemed necessary by the Bidder.

36.2.6

Bidder will furnish the Bid with all relevant informations as called for. Bids with incomplete
information are liable for rejection.

36.2.7

The Bid shall be submitted in line with clause wise compliance of this NIT.
any, shall be separately highlighted as per Annexure-1.4.

36.2.8

Any clause which is specifically not covered under Annexure-1.4, will be presumed to
have been agreed, unconditionally, by the bidder.

36.2.9

If at any later date, it is found that documents, information and data submitted by the
Bidder in the Bid, and based on which the Bidder has been considered eligible or
successful or has been awarded the Contract is incorrect or false to the extent that had
the correct or true information been made available to the OWNER at the time of Bid
evaluation, the bid would have been declared ineligible or unsuccessful, the Bidder shall
be forthwith disqualified or, as the case may be, the contract awarded based on such
incorrect or false information shall be cancelled and the EMD/PBG shall be liable to be
forfeited.

37.0

Deviation, if

OPTIONAL FINANCING MODEL INCLUDING SUPPLIERS CREDIT


Bidder shall submit Financing Model Including Suppliers credit as option. Based on the
details of the model, suitable financial loading / benefit shall be considered for evaluation.

FORM NO: 02-0000-0021 F2REV2

All rights reserved

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 1 OF 78 V

PART I: COMMERCIAL

SECTION 2.0

BID CONDITIONS

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

March- 2013

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 2 OF 78 V

INDEX
ARTICLE - 1

DEFINITIONS

ARTICLE - 2

SCOPE OF CONTRACT

ARTICLE - 3

CONTRACTORS OBLIGATIONS

3.1

General

3.2

Guarantees and Liabilities

3.3

Contractorss General Responsibility

3.4

Outline of the Work

3.5

Information to Government Authority / Financing Institution

3.6

Packing

3.7

Delivery of Documents

3.8

Insurance

3.9

Dispatch, Transportation / Shipping

3.10

Incidental Services

ARTICLE - 4

OWNERS OBLIGATIONS

4.0

General

4.1

Basic Design Conditions

4.2

Overall Co-ordination

4.3

Monitor, Review and Approval of work

4.4

Local Government Clearance

4.5

Facilities for Contractors personnel

4.6

Operating Personnel

4.7

Feedstock, Utillities and Chemicals

4.8

SITE for erection of PLANT and SITE facilities

4.9

Payment against Contractors Invoices

ARTICLE - 5

WARRANTIES, GUARANTEES AND LIABILITIES

5.1

Warranties and Guarantees

5.2

Performance Guarantee for PLANT

5.3

Performance Guarantees

5.4

Performance Guarantee Test Run

5.5

Construction and Load Data

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 3 OF 78 V

5.6

Delay in Contractors performance

5.7

Rejections, Removal
Replacement

5.8

Corrective measures and Mutually Agreed Damages

5.9

Mutually Agreed Damages

5.10

Acceptance of Plant

5.11

Design and Vendors Guarantees

5.12

Patent Infringement and Indemnification

5.13

Limitation of Liability

ARTICLE - 6

Rejected

Equipment

Contract Price

6.2

Taxes and Duties


TERMS OF PAYMENT

7.1

Terms of Payment

7.2

VOID

7.3

Payment Currencies

7.4

Instruction for Invoicing and Payment Documentation

ARTICLE - 8

and

PRICES

6.1

ARTICLE - 7

of

MECHANICAL
COMPLETION,
COMMISSIONING,
SUSTAINED LOAD TEST AND GUARANTEE TEST RUN

8.1

Mechanical Completion Period

8.2

Mechanical Completion

8.3

Permits and certificates

8.4

Specifications

8.5

Performance Tests

ARTICLE - 9

ACCEPTANCE OF PLANT

ARTICLE-10

GENERAL TERMS AND CONDITIONS OF CONTRACT

10.1

Governing Language

10.2

Governing Laws

10.3

Effective date of Contract

10.4

Completion Period

10.5

Contract Confirmation and Entire Agreement

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 4 OF 78 V

10.6

Instructions, Directions and Correspondence

10.7

Modifications in Contract

10.8

Change in Scope of Contract

10.9

Change in Codes and Standards

10.10

Use of Contract Document and Information

10.11

Bank Guarantee for Performance of CONTRACT

10.12

Sub-contracts

10.13

Termination of CONTRACT

10.14

Force Majeure

10.15

Resolution of Disputes / Arbitration

10.16

Notices

10.17

Mechanics Lien

10.18

Recovery of Sums / Dues

10.19

Payment etc. not to affect rights of the Owner

10.20

Cut-Off dates

10.21

Procurement of additional spares by OWNER

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 5 OF 78 V

ARTICLE-1
DEFINITIONS
In this NIT unless there is anything repugnant or inconsistent to the subject
or meaning thereof, the following words and phrases shall mean and
include as hereafter defined.
1.1

ACCEPTANCE OF PLANT shall mean taking over of the PLANT for


operation and maintenance by the OWNER after CONTRACTOR has
fulfilled its obligations under Article 9.

1.2

ANNEXURE/S shall mean annexure/s attached hereto and forming


an integral part of this NIT.

1.3

APPROVAL shall mean and include the written consent, either


manuscript, type written or printed statement, under signature or seal, as
the case may be, of the OWNER or its authorized representative on
documents, drawings or other particulars in relation to the NIT.

1.4

BATTERY LIMITS means boundaries enclosing the area within which


PLANT and associated facilities as set forth in the NIT at ANNEXURE-1 of
PART-II: Technical, Section-1.0.

1.5

BID shall mean the proposal/document that the BIDDER submits in the
requested and specified form in the specification in response to this NIT.

1.6

'BIDDER' shall mean the firm/party/consortium who quotes in response to


an invitation to bid/this NIT, from the OWNER.

1.7

CHANGE ORDER means an order by which a change is ordered or other


notification made to the Contractor in accordance with the CONTRACT.

1.8

CODES shall mean the following, including the latest amendments,


and/or replacements, if any:
a) All relevant Indian Acts, and Rules and Regulations made there
under;
b) ASME Codes
c) AIEE Codes
d) American Society of Testing of Materials (ASTM) Codes
e) Other internationally applicable standards and/or Regulations the
subject matter of the CONTRACT.
f) Indian Employees Provident Fund Act,
g) Pollution Control norms of Gujarat / INDIA

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 6 OF 78 V

h) Contract Labour
i) Minimum Wages Act
j) Any other labour laws of INDIA applicable during execution of
contract.
k) Any other codes/standards specified in the contract documents.

1.9

COMMERCIAL PRODUCTION means the production of Ammonia


and Urea by the PLANT meeting the required quality specified in the
technical documents after having run the PLANT on continuous
basis to produce quantity specified at technical SPECIFICATION of
NIT.

1.10

COMMISSIONING shall mean feeding the raw-material (feedstock)


into the PLANT following MECHANICAL COMPLETION, lining-up
various sections of the PLANT leading to operation for production of
Ammonia and Urea.

1.11

PMC shall mean Project Management Consultant, the agency


nominated/appointed by the OWNER for the project/job/WORKS other
than CONTRACTOR.

1.12

CONTRACT PERIOD shall mean the time period (as extended by the
OWNER after mutual agreement between OWNER and CONTRACTOR
from time to time where appropriate) during which the CONTRACT shall
be executed as agreed to between CONTRACTOR and the OWNER in the
CONTRACT.

1.13

CONTRACT shall mean agreement to be entered into for the


SCOPE OF CONTRACT between the OWNER and the
CONTRACTOR to be signed by the PARTIES including all
attachments, subsequent amendments and appendices thereto
mutually agreed between OWNER and CONTRACTOR in WRITING
and all documents incorporated by reference therein.

1.14

CONTRACT PRICE shall mean the total price payable to the


CONTRACTOR under Article 6 of this CONTRACT for the full and
proper performance of this CONTRACT.

1.15

'CONTRACTOR' shall mean the successful Bidder whose bid has been
accepted by the OWNER and who has been selected by the OWNER for
the award of WORKS and shall include his heirs, legal representatives,
successors and permitted assigns.

1.16

DAY shall mean a continuous period of twenty-four hours commencing


from a particular point of time.

1.17

DEFECT means any work done or any Material or the Plant or any part
of it which does not comply with the CONTRACT, provided that such
matter shall not be a Defect if it is caused by:
a) normal wear and tear;
b) a failure by the PURCHASER to operate and maintain the PLANT in
accordance with any operating and maintenance manuals provided by
the CONTRACTOR and/or with good engineering practice; and/or

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 7 OF 78 V

1.18

DEFECT LIABILITY PERIOD shall mean a period of 12 months


commencing from the date of ACCEPTANCE OF PLANT. CONTRACTOR
shall warrant that the equipment and material supplied under the
CONTRACT shall be new and free from any defect or deficiency with
respect to design, material and workmanship. In the event of any, defect
or deficiency arising during the defects liability period, CONTRACTOR
shall repair or replace the defective or deficient equipment and materials
at its own cost. In such event the DEFECT LIABILITY PERIOD for the
particular equipment shall be another 12 months from the date of
acceptance by OWNER of such replaced/repaired equipment/material.
However, extended DEFECTS LIABILITY PERIOD shall have an upper
limit of 36 months for extended DEFECTS LIABILITY PERIOD, starting
from the ACCEPTANCE OF PLANT.

1.19

DELIVERY shall mean the receipts of EQUIPMENTS at SITE along with


the invoice/s and all other documents as shall be specified in the
conditions of CONTRACT.

1.20

DRAWINGS shall mean and include engineering drawings, sketches,


plans, sections and elevations related to the CONTRACT together
with modification and/or revision thereto.

1.21

EFFECTIVE DATE OF CONTRACT shall be as defined in Article 10.3 .

1.22

EQUIPMENT shall mean all INDIGENOUS ITEMS and IMPORTED


ITEMS such as machinery, piping, materials, spares, chemicals,
adsorbent, resin and catalysts, including spare parts and other items
required for reliable, efficient operation of the PLANT and which form part
of the PLANT as required under the CONTRACT.

1.23

GUARANTEE TEST RUN shall mean the successful test operation


of the PLANT to establish the guarantees as mentioned under
Article 8.

1.24

IMPORTED ITEMS shall mean such imported items, which includes


items of imported origin, such as machinery, piping, equipment, materials,
spares, chemicals, adsorbent, resin and catalysts, including spare parts
and other items required for the reliable, efficient operation of PLANT and
which form part of the PLANT as required under the CONTRACT.

1.25

INDIGENOUS ITEMS shall mean such items as machinery, piping,


equipment, materials, spares, chemicals, adsorbent, resin and catalysts,
including spare parts and other items required to be procured within India
for the reliable, efficient operation of the PLANT and which form part of the
PLANT as required under the CONTRACT.

1.26

INSPECTOR shall mean any person or outside agency nominated by the


OWNER to inspect EQUIPMENT stage wise as well as final inspection
before dispatch at SUB-SUPPLIERs works and on receipt at SITE as per
the terms of CONTRACT.

1.27

MECHANICAL COMPLETION shall mean the same as defined under


Article 8.2.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 8 OF 78 V

1.28

MONTH shall mean a continuous period, commencing


from
a
particular day in a calendar month and ending on the day immediately
prior to a corresponding day in the following month.

1.29

MUTUALLY AGREED DAMAGES (MAD) means the pre-defined mutually


agreed rates between OWNER and CONTRACTOR as detailed in NIT
representing the CONTRACTORs liability (without possibility to recourse
at Law) for the delay in achieving ACCEPTANCE OF PLANT for reasons
attributable to the CONTRACTOR and / or for the failure to meet WORKS
COST and performance guarantees provided under clause 5.2 of NIT.

1.30

NOTICE INVITING TENDER (NIT)/ INVITATION TO BID (ITB) means


Tender as originally issued and any Addendum / Amendment(s) issued
thereafter.

1.31

'NOTICE OF AWARD OF THE CONTRACT'/'LETTER OF INTENT'/LOI


shall mean the official notice issued by the OWNER notifying the
CONTRACTOR that his bid has been accepted, subject to such conditions
as may have been stated therein as agreed on between CONTRACTOR
and OWNER and that the CONTRACTOR is required to sign the
CONTRACT Agreement.

1.32

OWNER shall mean Gujarat Narmada Valley Fertilizers & Chemicals


Limited (GNFC) having its registered office at P.O. Narmadanagar 392015, District ,Bharuch, Gujarat, India.

1.33

OSBL shall mean the facilities to be provided / erected at OWNER'S SITE


Outside BATTERY LIMITS of PLANT.

1.34

PARTIES shall mean CONTRACTOR and OWNER, jointly.

1.35

PARTY shall mean CONTRACTOR or OWNER as the case may be


the context so requires.

1.36

PLANT shall mean the process units, AMMONIA Plant, UREA PLANT,
Associated Offsite & Utilities Facilities, as defined in the design basis as
per PART-II, TECHNICAL, SECTION 5.1 of NIT and designed to achieve
PERFORMANCE & GUARANTEE TESTS.

1.37

PROJECT shall mean all activities for setting up of the PLANT to


be erected at SITE.

1.38

PURCHASE ORDER(S) means the Purchase Orders and all attached


exhibits and documents referred to therein and all terms and conditions
thereof together with any subsequent modifications thereof placed by the
CONTRACTOR on its VEDNOR/s and/or SUB-CONTRACTORS.

1.39

SCOPE OF CONTRACT shall mean providing services and


supplies as mentioned in Article 2 of the CONTRACT.

1.40

SITE shall mean the PLANT site located within OWNERs existing
Fertilizers & Chemicals Complex at Narmadanagar, Dist-Bharuch,
Gujarat, India, where PLANT is to be constructed utilizing the
EQUIPMENT supplied under the CONTRACT.

1.41

SPECIFICATIONS shall mean and include schedules, detailed


description and statement of technical data, performance

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 9 OF 78 V

characteristics, standards & codes as applicable and specified in


the CONTRACT.
1.42

SUB-CONTRACT shall mean order/s placed by the CONTRACTOR


for any portion of SCOPE OF CONTRACT.

1.43

SUB-CONTRACTOR shall mean any or all persons, firms or


companies selected by CONTRACTOR with approval in WRITING
by OWNER from whom a portion of SCOPE OF CONTRACT are
procured by the CONTRACTOR.

1.44

SUB-SUPPLIER shall mean any or all persons, firms or companies


selected by CONTRACTOR with approval in WRITING, by OWNER
from whom EQUIPMENT are procured by CONTRACTOR.

1.45

SUSTAINED LOAD TEST shall mean the load test to be carriedout by the CONTRACTOR as per Article 8.

1.46

TEMPORARY WORKS means all temporary works and structures of


every kind constructed at the SITE and required for the provision and
construction of the PLANT.

1.47

TEST shall mean such process or processes to be carried out by the


CONTRACTOR as are prescribed in the CONTRACT or considered
necessary by CONTRACTOR and/or OWNER or their representative in
order to ascertain quality, workmanship, performance and efficiency of
EQUIPMENT or part thereof.

1.48

VENDOR shall mean the same as SUB-SUPPLIER.

1.49

WEEK shall mean a continuous period of seven days commencing


from and inclusive of a particular DAY.

1.50

WORK or WORKS shall mean all activities required to be


performed by the CONTRACTOR for setting up of the PLANT and
any TEMPORARY WORKS required for the same and subsequent
dismantling or removal of the Temporary Works when no longer required,

pursuant to CONTRACT.
1.51

WORKS COST shall mean the costs of raw materials and utilities for the
PLANT calculated as specified in PART-II: Technical, Section-7.0.

1.52

WRITING shall mean any document duly signed by a person


authorized by CONTRACTOR or OWNER or both the PARTIES as
the context so requires.

END OF ARTICLE 1

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 10 OF 78 V

ARTICLE -2
SCOPE OF CONTRACT
2.1

The scope of work includes, but shall not be limited to,


a) supply of process license,
b) basic design and detailed engineering,
c) Conducting HAZOP Study and incorporating its recommendation in
the Project
d) procurement, supply, fabrication, inspection by third party inspection
agency (TPI) as applicable, expediting, route survey for ODCs of
EQUIPMENT,
e) Supply of PLANT, EQUIPMENT, Machinery, accessories, auxiliaries,
spares(commissioning and mandatory), all special tools and tackles
required for the maintenance of PLANT and other related items
f) carry out the services of port and custom clearance, handling and
storage at port/Airport,
g) arranging comprehensive insurance including ALOP (Advance Loss
Of Profit) and Delayed Start-up,
h) packing, transportation of all equipments / materials to work site
including loading/un-loading, storage,
i) construction and erection of all civil, mechanical, electrical and
instrumentation works, assembly and installation,
j) temporary site facility required for execution of project,
k) obtaining all necessary statutory approvals from concerned
government authorities, as applicable,
l) testing,
m) mechanical completion, pre-commissioning,
n) commissioning,
o) sustained load test,
p) performance and guarantee test run,
q) total project management,
r) supply of intermediate (for review and approval) and final
DRAWINGS & DOCUMENTS,
s) handing over of Ammonia plant of capacity 2500 MTPD, Urea plant
of capacity 3850 MTPD and along with associated offsite & utilities
facilities as per CONTRACT specifications at OWNERs existing
complex in Bharuch, duly completed in all respects, on single point
responsibility basis and on Lump Sum Turnkey Contract (LSTK)
basis.
t) Any additional equipment/facility whether mentioned or not, but
which is necessary for the satisfactory completion of the PLANT
allowing subsequent operation and maintenance and for achieving
the guaranteed performance of the PLANT along with Associated
Offsite & Utilities Facilities shall be supplied, erected and
commissioned by CONTRACTOR.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

u)

RE
DOCUMENT NO
SHEET 11 OF 78 V

In addition to above following services and supply may be required


from CONTRACTOR for which optional price is to be quoted at
ANNEXURE-1.2:
1) Engineering for OSBL from PLANT BATTERY LIMIT to Tie-in
point.
2) Ammonia storage tank(atmosphere) of 10,000 MT capacity with
associated facility
3) Urea conveying, Bagging and loading
4) Urea Silo for 15,000 MT storage capacity
5) Approach to zero pollution with total recycle of liquid effluent from
PLANT and CO2 recovery from flue gas.

END OF ARTICLE 2

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 12 OF 78 V

ARTICLE - 3
CONTRACTORS OBLIGATIONS
3.1

General
Under this CONTRACT, CONTRACTOR will provide services and supply
EQUIPMENT to build PLANT as defined in this CONTRACT including
Technical SPECIFICATIONS as per PART-II: Technical which are integral
part of this CONTRACT.
OWNER is an ISO 14001 and ISO 18001 certified company and complies
with all rules and regulations covered under these certifications.
CONTRACTOR shall consider this while fulfilling obligations under this
CONTRACT and incorporate all necessary measures as required and in
consultation with OWNER.

3.2

Guarantees and Liabilities

3..2.1

CONTRACTOR shall be fully responsible to OWNER for all guarantees


and liabilities covered under this CONTRACT as per Article 5.

3..2.2

Any other obligation imposed upon CONTRACTOR by the terms of the


CONTRACT.

3.3

CONTRACTORSs General Responsibility

3.3.1

CONTRACTOR shall provide License(s) to OWNER for PLANT


process technologies for fulfilling its obligations under CONTRACT.

3.3.2

CONTRACTOR shall provide services of sufficient number of


engineers, designers, draftsmen, buyers, inspectors, expediters and
other persons required for the performance of WORK pursuant to
the CONTRACT.

3.3.3

In the event that there is any of the EQUIPMENT or WORK of the


type, which is not specifically mentioned in the SPECIFICATIONS or
drawings set out in CONTRACT, but which is necessary for normal,
safe, and continuous operation of PLANT with guaranteed capacity
and quality of product and quality and quantity of effluents on continuous
basis through-out the year, CONTRACTOR shall supply such items of
EQUIPMENT or WORK or perform such WORK that are required to
be done within PLANT, free of cost to OWNER, as if the same had
been originally included in CONTRACT.

3.4.

Outline of WORK
In order to supply the PLANT, CONTRACTOR shall provide and be
responsible for the tasks specified in this Article but not limited to,
under the following headlines:
-

License and Process know-how


Design and Engineering

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

3.4.1

RE
DOCUMENT NO
SHEET 13 OF 78 V

Review and Analysis


Technical SPECIFICATIONS
Codes and Standards
Drawings and Documents.
HAZOP Analysis
Procurement Services.
Laws and Regulations
Statutory Approvals
Inspection, Testing and Expediting
Spares and Special Maintenance Tools
Lubricants
Construction Tools
Transportation and Storing of EQUIPMENT
Construction
Safety and PLANT Security
Pre-COMMISSIONING services
Erection, COMMISSIONING and GUARANTEE TEST RUN
Manpower assistance
MECHANICAL COMPLETION
COMMISSIONING services
Performance Guarantees
Progress Monitoring and Reporting
PROJECT co-ordination
Technical Information
Work of Sub-Contractors
Training of OWNERs personnel

License and Process Know-how:


The CONTRACTOR shall provide the License and Process Know-how and
basic engineering for construction and operation of the PLANT.

3.4.2

Design and Engineering


The design and engineering shall be so performed that PLANT shall be
capable of meeting the guarantees with respect to quality and quantity of
products, consumption of raw materials and utilities (as proven by
WORKS COST), and Pollution Level as guaranteed under this
CONTRACT as per PART-II: Technical, Section-7.0, and shall be
reliable, safe and operable in accordance with sound engineering practice.
CONTRACTOR shall ensure that the design shall be in accordance with
LICENSORs experience and expertise for obtaining a full throughput from
PLANT under varying conditions within the limits specified in CONTRACT.
CONTRACTOR shall carry out engineering work on software like Smart
Plant or PDMS and offer for OWNERs review at various stages.
CONTRACTOR shall review the basic design conditions, including soil
data, and other conditions furnished by OWNER at PART-II: Technical. If

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 14 OF 78 V

CONTRACTOR observes any inconsistency or insufficiency in these data,


CONTRACTOR shall bring the same to the notice of OWNER.
CONTRACTOR may carry out additional soil investigation if desired by
him at his own cost.
3.4.3

Review and Analysis


CONTRACTOR shall allow OWNER/PMC'S representative to review the
design and engineering and CONTRACTOR shall incorporate in its design
and engineering such additions and changes suggested by OWNER'S
representative as long as these do not conflict with the responsibility of
CONTRACTOR in fulfilling its guarantees under CONTRACT provided
they are necessary for safe and reliable operation of the PLANT. Detailed
list for category of DOCUMENT to be reviewed is as per PART-II:
Technical, Section-8.0 The review and approval shall follow the Review
and Approval Procedures defined in the Co-ordination procedure.

3.4.4

TECHNICAL SPECIFICATIONS

3.4.4.1

The CONTRACTOR shall ensure that the modern practices in the


design and manufacture of PLANT are followed notwithstanding any
omission in the SPECIFICATIONS.

3.4.4.2

The execution shall be in strict compliance to the SPECIFICATIONS


enclosed at PART-II: Technical. Other relevant standards for fitting
and attachments shall also be strictly followed. Components for
which there are no relevant standards shall be designed and
manufactured as per good engineering practices.
The true intent and meaning of these documents is that
CONTRACTOR shall in all respects design, engineer, ensure quality
of EQUIPMENT and PLANT, Erect & Construct, Commission and
hand over the PLANT in a thorough workmanlike manner and
PLANT the same in prescribed time in accordance with the
provisions of the CONTRACT.

3.4.4.3

All dimensions and weights should be in the METRIC / SI system

3.4.4.4

CONTRACTOR shall undertake to design the catalytic reactors /


reactors on the basis of commercially proven catalysts of reputed
catalyst VENDORS. A catalyst will be deemed to be commercially
proven if it has successfully operated in similar services under
comparable operating conditions.

3.4.5

Codes and Standards


The engineering shall be performed according to acceptable
international
standards,
as
specified
in
the
Technical

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 15 OF 78 V

SPECIFICATIONS attached
at PART-II: Technical, meeting
safety and other requirements of various national/international
Codes and Regulations being in force as on EFFECTIVE DATE OF
CONTRACT. The design of PLANT shall be based upon the criteria
enumerated in CONTRACT.
A typical list of Indian Acts, Rules and Regulations applicable is also
appended in PART-II: Technical. However, it shall be
CONTRACTOR'S responsibility to follow all Indian rules and Regulations
as
applicable
to
the
PLANT.
3.4.6

Drawings and Documents

3.4.6.1

CONTRACTOR shall submit to OWNER the following drawings and


documentations as required :
a)

20 (twenty) sets Operation and Maintenance Manuals for PLANT.


These manuals shall be furnished at least six MONTHS prior to
MECHANICAL COMPLETION. The entire Operation and
Maintenance Manuals shall be supplied in editable MS Word format
and PDF on two sets of CD.

b)

8 (Eight) copies and in 2 (two) sets of CD ROM of final 'as built'


drawings within 4 WEEKs after ACCEPTANCE OF PLANT. All
drawings / documents shall be in PDF and editable native format or
mutually agreed format.

c)

5 (five) copies of all intermediate drawings for review / approval /


information of OWNER as required including VENDOR documents
and two copies of Technical Catalogues and as per PART-II:
Technical, Section-8.0.

d)

2 (two) copies of all major correspondence exchanged with OWNER


and 2 (two) copies of all correspondence exchanged with any other
party in connection with the WORK except for general
correspondence which will be done by e-mail. Modalities to be
discussed during kick-off meeting to finalize Project co-ordination
procedure.

e)

Required copies

of drawings

for statutory approvals.

Anything mentioned with regard to number of copies to be submitted


by CONTRACTOR, mentioned in Technical SPECIFICATIONS in
PART-II: Technical.

3.4.6.2

The types of drawings and documents to be delivered by the


CONTRACTOR as follows but not limited to:

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

a)
b)
c)
d)
e)
f)
g)

h)
i)
j)
k)
l)
m)
n)
o)
p)

q)
r)

s)

t)

u)

v)

RE
DOCUMENT NO
SHEET 16 OF 78 V

Process and engineering flow diagram, line conditions list, heat and
material balance including steam, power and utilities.
Piping and instrumentation diagrams for process facilities and utility
systems.
Interlock diagram with control narratives.
Operating manual covering all aspect like initial start-up, normal startup, normal shutdown, emergency shutdown, analytical procedure etc.
HAZOP report
PLANT arrangement drawings.
Drawings of EQUIPMENT (inclusive of shop fabrication drawings to
the extent furnished by the VENDOR and if non-proprietary in
nature)
SPECIFICATIONS and data-sheets of all critical EQUIPMENT.
Characteristic curves of fans, blowers, pumps, and compressors etc.
as normally made available by VENDOR.
Instrumentation and electrical drawings including
motor list
and civil foundation drawings.
Catalysts, adsorbents, resins and chemicals detailed specifications
including MSDS.
Drawings, procedures, and special tools & tackles and devices for the
erection of EQUIPMENT.
Unpriced PURCHASE ORDER(S) for all EQUIPMENT.
SPECIFICATIONS and data sheets of EQUIPMENT for approval by
OWNER before manufacture is started.
Shop fabrication drawings of VENDORs
Copies of certified drawings for EQUIPMENT purchased as standard
items from VENDOR and copies of pertinent bulletins and instruction
manuals.
Lubrication schedule from VENDOR.
Certified drawings including civil scope drawing and loading data,
pertinent bulletin, installation, operation and maintenance manuals
and test certificates as received from VENDOR
The final job SPECIFICATION books at least 12 MONTHS before
MECHANICAL COMPLETION and the mechanical catalogues (along
with EQUIPMENT).
CONTRACTOR shall provide the list of recommended spare parts for
EQUIPMENT. The CONTRACTOR shall also provide cross sectional
drawings wherever applicable to identify the spare part numbers and
their location, e.g. the sizes of bearings / seals, their make and
number shall be furnished.
During the progress of WORK, CONTRACTOR shall furnish to
OWNER such copies of drawings, SPECIFICATIONS and manuals
as specified in PART-II: Technical, Section-8.0 and as specified in
the Co-ordination Procedure. (to the extent normally given by the
VENDOR and relate to information/drawings that are non-proprietary
in nature.)
Final revised VENDORs DRAWINGS of EQUIPMENT.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 17 OF 78 V

3.4.6.3

The final documents once submitted by the CONTRACTOR shall be


firm and final and not subject to subsequent changes. The
CONTRACTOR shall be responsible / liable in all respects to the
OWNER consequent to furnishing of the incorrect data / drawings.

3.4.7

VOID

3.4.8

HAZOP Analysis
CONTRACTOR shall carry out HAZOP analysis of the PLANT design
including compressors and packages as per international norms and
practices with OWNERs participation. Any changes arising out of HAZOP
study shall be incorporated by CONTRACTOR without additional cost to
OWNER.

3.4.9

Procurement Services

3.4.9.1

CONTRACTOR shall carry out procurement of EQUIPMENT


required for the PLANT. EQUIPMENT procured shall be according
to CONTRACT SPECIFICATIONS, of the best acceptable quality,
proven record of performance and with suitable delivery time to
meet MECHANICAL COMPLETION as guaranteed by the
CONTRACTOR.

3.4.9.2

CONTRACTOR shall furnish a copy of un-priced PURCHASE


ORDER for all items of selected EQUIPMENT together with spares
and special maintenance tools covering all terms and conditions
such as SPECIFICATIONS requirements for quality, inspection, and
test, warranties and guarantees, erection and COMMISSIONING
assistance by VENDOR, delivery schedule, packing, transportation
and insurance, and documentation. CONTRACTOR shall select the
VENDOR(S) from the approved VENDOR list enclosed at PART-II:
Technical, Section-13. In case the OWNER finds that the
SPECIFICATIONS mentioned in the PURCHASE ORDER does not
meet the requirements of the CONTRACT, then the OWNER shall
ask the CONTRACTOR to take corrective action, which the
CONTRCTOR shall act upon.

3.4.9.3

CONTRACTOR shall be responsible for all co-ordination with


VENDORs and SUB-CONTRACTORS.

3.4.9.4

CONTRACTOR shall arrange, services of VENDOR'S specialist for


installation and COMMISSIONING of EQUIPMENT whenever
necessary.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 18 OF 78 V

3.4.9.5

Any approval by OWNER/PMC'S representative shall not relieve


CONTRACTOR of such responsibility.

3.4.9.6

CONTRACTOR shall not procure and supply any EQUIPMENT of


Chinese origin for the project.

3.4.10

Laws and Regulations


CONTRACTOR shall abide, while fulfilling its obligations under this
CONTRACT, by all applicable codes, laws, and regulations/Acts from time
to time in force in the State of Gujarat and in India. In the event of change
in any codes, laws or regulation/Acts applicable, which alters the scope of
CONTRACTOR'S obligations under CONTRACT, CONTRACTOR shall
agree to make the necessary change in SCOPE OF CONTRACT.
CONTRACTOR shall furnish all necessary certificates confirming
compliance to such codes, laws, and regulations/Acts. Commercial,
guarantees, warranties and COMPLETION schedule implication
because of such changes shall be mutually discussed and agreed
upon.

3.4.11

Statutory Approvals
Certain category of EQUIPMENT fall under the jurisdiction of Indian Boiler
Regulations (IBR), irrespective of the fact whether these are proprietary in
nature or not, certification from an internationally recognized agency such
as Lloyds is considered necessary to enable local IBR authorities to allow
their installation and operation. In such cases, inspection and certification
from such authorities will also have to be arranged by CONTRACTOR.
CONTRACTOR shall also submit, as may be required by IBR authorities,
necessary design calculations from respective fabricators and/or
manufacturers of the EQUIPMENT. CONTRACTOR shall also submit,
as may be required by IBR authorities, necessary design
calculations from respective fabricators and/or manufacturers of the
EQUIPMENT. CONTRACTOR shall obtain such approval/certificate
in the name of OWNER and provide IBR certificate to OWNER.
CONTRACTOR shall also obtain approval from Electrical Inspectorate as
required for Electrical system of the PLANT
The CONTRACTOR shall provide full technical assistance to OWNER for
obtaining the necessary approvals to be issued in the name of OWNER
from the various statutory authorities.
In addition, the CONTRACTOR shall be responsible for obtaining
necessary approvals which are to be issued in the CONTRACTORS
name from the various statutory authorities.

3.4.12

Inspection, Testing & Expediting

3.4.12.1 CONTRACTOR shall establish an inspection and expediting system


and use its services for obtaining the EQUIPMENT which conforms

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 19 OF 78 V

to the required technical and quality SPECIFICATIONS and delivery


according to PURCHASE ORDER. OWNER shall be kept updated
on the progress of work related to EQUIPMENT. The
CONTRACTOR shall detail out the actions to be effected to achieve
the targeted dates and the same shall be discussed and reviewed
with OWNER, periodically using the up-dated network. Based on
these reviews, PROJECT schedule shall be periodically revised and
up-dated to reflect the latest information.
3.4.12.2 The OWNER or its representative, at its own cost, shall have the
right to Inspect and/or to Test the EQUIPMENT to confirm their
conformity to the CONTRACT SPECIFICATIONS. Technical
SPECIFICATIONS giving reference of applicable codes/standards
shall specify what Inspections and TESTs are required to be
conducted and where they are to be conducted. The OWNER shall
notify the CONTRACTOR in WRITING of the identity of any
representatives retained for these purposes.
3.4.12.3 The Inspection and Tests may be conducted on the premises of the
CONTRACTOR or SUB-CONTRACTOR(s) at the point of DELIVERY
and/or at the final destination. All reasonable facilities and
assistance including access to all drawings and production data
shall be furnished to the INSPECTOR at no charge to the OWNER.
3.4.12.4 Should any inspected or tested EQUIPMENT fail to conform to the
SPECIFICATIONS, the OWNER may reject them and the
CONTRACTOR, without affecting the MECHANICAL COMPLETION
schedule, shall either replace the rejected EQUIPMENT or make all
alterations necessary to meet SPECIFICATIONS requirements free
of cost to the OWNER.
3.4.12.5 The OWNER'S right to inspect and where necessary, reject the
EQUIPMENT after the EQUIPMENT arrival at the SITE shall in no
way be limited or waived by reason of the EQUIPMENT having
previously been inspected, tested and passed by the OWNER or
their representative prior to dispatch of the EQUIPMENT from the
VENDORs workshop till ACCEPTANCE OF PLANT.
3.4.12.6 The INSPECTOR shall follow the progress of the manufacture of the
EQUIPMENT under the CONTRACT to ensure that the requirements
outlined in the CONTRACT are not being deviated from with respect
to Schedule and Quality.
3.4.12.7 CONTRACTOR shall allow the INSPECTOR to visit, during working
hours, the workshops relevant to execution of the CONTRACT
during the entire period of CONTRACT validity and INSPECTOR will

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 20 OF 78 V

have the right to inspect at all stages of manufacture right from


identification of material up to final completion.
3.4.12.8 CONTRACTOR shall place at the disposal of the INSPECTOR free
of charge all tools, instruments and other apparatus necessary for
the Inspection and/or Testing of the EQUIPMENT. The INSPECTOR
is entitled to prohibit the use and dispatch of EQUIPMENT, which
have failed to comply with the characteristics required during TESTs
and Inspections.
3.4.12.9 CONTRACTOR shall ensure that the same permission is granted by
his SUB-CONTRACTOR(s).
3.4.12.10 In respect of this inspection CONTRACTOR shall advise in
WRITING of any delay in the programme at the earliest possible
date, describing in detail what has caused the delay and the
proposed corrective action.
3.4.12.11 All TESTs trials in general of EQUIPMENT and materials shall be
witnessed by the INSPECTOR. Therefore, CONTRACTOR shall
confirm with OWNER by e-mail or Fax about the exact date of
inspection with at least 30 DAYS notice. CONTRACTOR shall
specify the items and quantities ready for testing and indicate
whether a Preliminary or Final Test is to be carried out.
3.4.12.12 If on receipt of this notice, OWNER decides to waive the right to
witness the test, timely information will be given to CONTRACTOR
accordingly.
3.4.12.13 Any and all expenses incurred in connection with Tests,
preparation of reports and analysis made by qualified laboratories,
necessary technical documents, testing documents and drawings
shall be at CONTRACTOR'S cost. The technical documents shall
include the references and numbers of the standards used in the
construction and wherever deemed practical by the INSPECTOR,
copy of such standards shall be provided to the OWNER.
3.4.12.14 Arrangements for all inspections required by Local Authorities and
as specified in technical SPECIFICATIONS shall be made by
CONTRACTOR.
3.4.12.15 Copies of all test results/report of the tests shall be furnished
promptly by the CONTRACTOR to the OWNER.
3.4.12.16 Nothing in Articles 3.4.12.1 to 3.4.12.15 shall in any way release the
CONTRACTOR from any warranty or other obligations under this
CONTRACT.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

3.4.13

3.4.14

RE
DOCUMENT NO
SHEET 21 OF 78 V

SPARES AND SPECIAL MAINTENANCE TOOLS.


a)

COMMISSIONING spare parts and special maintenance tools shall


be supplied to OWNER and cost of such spares and tools are
included in the CONTRACT PRICE.

b)

List of spare parts for EQUIPMENT to be supplied under the


SCOPE OF CONTRACT is attached at PART-II: Technical, Section9.0.

c)

CONTRACTOR shall obtain for these spares the appropriate


guarantees and warranties. CONTRACTOR shall also ensure that
spares and special maintenance tools and fixtures are procured along
with the related items of EQUIPMENT and form part of the
PURCHASE ORDER for the related items of EQUIPMENT

d)

In addition, the CONTRACTOR shall furnish the information in


consultation with VENDOR and based on experience from other
Plants , a list of spares and special maintenance tools and fixtures
recommended and sufficient for normal operation and maintenance
of PLANT.

e)

Special tools and gauges required for normal maintenance and


special handling and lifting appliances, if any, for all EQUIPMENT,
shall be supplied with main EQUIPMENT.

f)

All the spare for the EQUIPMENT under the CONTRACT will strictly
conform to the SPECIFICATION and other relevant documents and
will be identical to the corresponding main EQUIPMENT supplied
under the CONTRACT and shall be fully interchangeable.

g)

The CONTRACTOR will provide the OWNER with all addresses and
particulars of his SUB-CONTRACTORS while placing the order on
VENDORS for EQUIPMENT covered under the CONTRACT. The
OWNER will have the right to place order for additional spare parts
directly on VENDOR.

h)

Spare parts shall be new and of first class quality as per engineering
standards/codes, free of any defects (even concealed), deficiency in
Design, Materials and Workmanship and also shall be completely
interchangeable with the corresponding parts.

i)

Type and sizes of bearings/seals shall be clearly indicated.

j)

Spare parts shall be packed for long storage under tropical climatic
conditions in suitable cases, clearly marked as to their intended
purpose.

Lubricants
Whenever lubricants are required, CONTRACTOR shall indicate the
quantity of lubricants required for the first filling, the frequency of changing,
the quantity of lubricants required for 1 year's continuous operation and
the type of recommended lubricants indicating the commercial name

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 22 OF 78 V

(trade mark), quality and grade CONTRACTOR shall indicate various


equivalent of lubricants available in India preferably Indian Oil Corporation
Ltd. First fill of lubricants shall be supplied by CONTRACTOR for all
EQUIPMENT.
3.4.15

Construction Tools
CONTRACTOR shall procure and supply special construction aids, tools,
tackles and fixture, required for construction and during normal operation
& maintenance of the PLANT.

3.4.16

Transportation and storing of EQUIPMENT


CONTRACTOR shall be responsible for proper packing, transportation
from manufacturer's workshop to port or railway station (whether by road,
rail, ship or aircraft), handling and clearances at port or railway station
including loading and unloading, customs clearance, carriage to SITE,
unloading at SITE warehousing, coding and tagging, storage including
proper preservation at SITE of EQUIPMENT. Any special clearance, lifting,
handling, loading/unloading, and transport arrangements for over
dimensional consignments shall also be done by CONTRACTOR.
CONTRACTOR shall ensure timely delivery of EQUIPMENT.
CONTRACTOR shall be responsible for inspection of EQUIPMENT on
receipt at SITE and for maintenance and management of stores and
warehousing of EQUIPMENT at SITE including all activities connected
with the issue of EQUIPMENT for construction and erection.

3.4.17

Construction
CONTRACTOR shall be responsible for PLANT Civil and structural works,
buildings, internal roads, storm water channels, pipe racks, cable racks,
collection pits, all insulating & painting works, erection of complete PLANT,
SITE fabrication, piping, instrumentation installation, electrical installation,
resolution/liquidation of punch list issued by PMC/OWNER and other
miscellaneous construction jobs of PLANT leading to MECHANICAL
COMPLETION. CONTRACTOR shall organize these activities, in
appropriate sequence and use proper methods giving due regard to the
requirements of safety, quality, sound engineering practice, compliance
with relevant Codes and Regulations, and for achieving MECHANICAL
COMPLETION within the period guaranteed.

3.4.18

Safety of PLANT

3.4.18.1 OWNER is a ISO 14001 and OHSAS 18001 certified company and
CONTRACTOR shall comply with all requirements as required and to
enable OWNER to fulfill OWNERs obligations in this regard. ISO 14001
and OHSAS 18001 policy documents are attached at ANNEXURE-2.1
and ANNEXURE-2.2.
3.4.18.2 CONTRACTOR shall observe and also use its best efforts to ensure that
all parts of WORK carried out at SITE is being done in a safe and
satisfactory manner conforming to the applicable Safety Rules and
Regulations. CONTRACTOR will follow the guidelines issued by OWNER

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 23 OF 78 V

as attached at ANNEXURE-2.4. Further, CONTRACTOR shall observe


and further make provisions in contracts that employees working in PLANT
observe all the Safety Rules as required under the Factories Act and
Regulations and other Local Laws and CONTRACTORS to provide safety
apparel and equipment to their employees. OWNER shall have the right to
object to any unsafe practice followed by CONTRACTOR'S, SUBCONTRACTORs employees or any CONTRACTOR'S personnel and
direct them to carry out the job in a manner considered safe by OWNER.
3.4.18.3 CONTRACTOR shall further abide by all the Safety and Security
Regulations imposed by OWNER from time to time.
3.4.18.4 CONTRACTOR shall observe all safety rules so that no harm is done to
OWNER'S employees or property. If on account of CONTRACTOR,
OWNER'S property or personnel are likely to suffer any damage, in such
cases any directions issued by OWNER shall be carried out by
CONTRACTOR.
3.4.19

Pre-COMMISSIONING Services
CONTRACTOR shall render and be responsible for preCOMMISSIONING activities leading to MECHANICAL COMPLETION.
These activities will include relevant checking, adjustment, testing,
calibration, running in and trial runs of individual items of EQUIPMENT,
and other similar jobs. OWNER may provide experienced / trained and
suitable operating personnel, who will assist CONTRACTOR under the
supervision and direction of CONTRACTOR.
Such supervision personnel of CONTRACTOR shall be experienced
personnel as required for carrying out the supervision of preCOMMISSIONING activities along with OWNER'S personnel.
CONTRACTOR shall arrange for VENDOR'S specialists wherever
required. Suitable provision for such services shall be made by
CONTRACTOR at the time of placing the PURCHASE ORDER with no
additional cost to OWNER.

3.4.20

Erection, COMMISSIONING and GUARANTEE TEST RUN


CONTRACTOR shall fulfill his obligations to erect, commission and carry
out GUARANTEE TEST RUN of the PLANT supplied under CONTRACT
as defined in Article 8.

3.4.21

Manpower Assistance
CONTRACTOR shall provide adequate experienced operation and
maintenance (Mechanical / Electrical / Instrumentation)
personnel
according to the requirements, during the pre-COMMISSIONING,
COMMISSIONING activities and up to 3(three) MONTHS after

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 24 OF 78 V

MECHANICAL COMPLETION, who will work under the direction and


control of CONTRACTOR.
CONTRACTOR shall provide services of expatriates during erection and
commissioning , GUARANTEE TEST RUN of the PLANT as required.
CONTRACTOR shall arrange for VENDOR'S specialist for installation
and COMMISSIONING of EQUIPMENT whenever necessary.
OWNER shall provide adequate manpower for operation of PLANT after
COMMISSIONING.
3.4.22

MECHANICAL COMPLETION
CONTRACTOR shall be responsible for MECHANICAL COMPLETION as
per Article 8.2

3.4.23

COMMISSIONING Services
CONTRACTOR shall and be responsible for COMMISSIONING activities
after pre-COMMISSIONING and MECHANICAL COMPLETION activities
have been completed giving due regard to safety of EQUIPMENT
according to sound international practice. OWNER shall provide
experienced trained operating and maintenance personnel who shall work
under the supervision of CONTRACTOR. The COMMISSIONING activities
shall include the following:
a) Introduction of raw materials (feedstock), utilities, reduction of
catalysts, lining-up of various sections of PLANT leading to production
of Ammonia and Urea.
b) Stabilizing PLANT and stepping up production to full rated capacity.
c)

Demonstrating a SUSTAINED LOAD TEST for 30 continuous DAYS


(or lesser period if agreed to by OWNER) during which an average
production rate of not less than the guaranteed daily rated capacity is
achieved.

Conducting a GUARANTEE TEST RUN to prove the performance


guarantees for production capacity, product quality, consumption of raw
materials and utilities, and pollution level. CONTRACTOR shall provide
supervisory engineers as required to supervise and direct the
COMMISSIONING of PLANT. CONTRACTOR shall be responsible for
supervision and direction of PLANT operation until the performance
guarantees have been fulfilled and\or PLANT has been finally accepted
and taken over by OWNER. During the SUSTAINED LOAD TEST and the
GUARANTEE TEST RUN, the range of operating conditions shall be
within the limits of the design conditions and shall meet the requirements
of safety and compliance with relevant Codes and Regulations.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

3.4.24

RE
DOCUMENT NO
SHEET 25 OF 78 V

Performance Guarantees
CONTRACTOR shall fulfill his obligations under CONTRACT as defined in
Article 8.

3.4.25

Progress Monitoring and Reporting / Network Schedule

3.4.25.1 Together with the CONTRACT confirmation, CONTRACTOR shall submit


to OWNER his time schedule regarding the documentation and
manufacture of EQUIPMENT as well as information on his SUBCONTRACTS/VENDORS to be placed, including the dates on which
CONTRACTOR intends to issue such Sub-contracts, and including
construction and COMMISSIONING schedule.
3.4.25.2 CONTRACTOR shall develop a suitable system for monitoring and
reporting progress to OWNER. CONTRACTOR will submit report to the
OWNER every MONTH on the status of various EQUIPMENT to ensure
MECHANICAL COMPLETION within time schedule as specified in
CONTRACT. This shall include the activities of CONTRACTOR/SUBCONTRACTORS/VENDORS. These reports will also include progress at
VENDOR'S workshops and will be supplemented with photographs,
wherever necessary.
3.4.25.3 Network Schedule
CONTRACTOR shall prepare and submit Network Schedule for all
activities of WORK indicating milestones including VENDOR'S and SUBCONTRACTOR's activities.
CONTRACTOR shall develop and submit to OWNER master schedule
giving the following deatails:
a)

The process engineering and basic engineering of the PROJECT


shall be completed within ________ MONTHS from the EFFECTIVE
DATE OF CONTRACT.

b)

The detailed engineering of the PROJECT shall be completed within


_______ MONTHS from EFFECTIVE DATE OF CONTRACT.

c)

Sufficient foundation drawings shall be available so that Civil


Construction by CONTRACTOR can be started within 9 (nine)
MONTHS and completing by _________ MONTHS of EFFECTIVE
DATE OF CONTRACT.

d)

Delivery of all EQUIPMENT and 95% of the bulk materials for the
PROJECT shall be available within _________ MONTHS from
EFFECTIVE DATE OF CONTRACT. The time schedule will be in the
form of a network and a bar chart clearly indicating all main or key
events regarding documentation, EQUIPMENT, manufacturing,
testing and delivery, civil works, erection, COMMISSIONG, PLANT
hand over etc

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 26 OF 78 V

3.4.25.4

The original issue and subsequent revisions CONTRACTORS / SUBCONTRACTOR's time schedule shall be sent to OWNER in two copies.

3.4.25.5

The time schedule network/bar chart shall be updated at least every


MONTH during the period of CONTRACT.

3.4.25.6

CONTRACTOR shall report monthly to OWNER of the execution of


CONTRACT and achievement of targets set out in time bar chart. The
exception report shall be highlighted with action plan of corrective
measures.

3.4.25.7

The project execution planning will be expressed in percentage in the


progress trend chart issued by CONTRACTOR at the time of award of
CONTRACT. Planning package shall be submitted by the
CONTRACTOR for OWNER/PMC review and approval. Monthly
progress report shall be submitted based on approved planning package.

3.4.25.8

The first issue of the progress trend chart will be forwarded to OWNER
together with the time bar chart along with CONTRACT confirmation.

3.4.25.9

OWNER would be using for the PROJECT a Primavera software for


resources, Time and Cost monitoring schedule. CONTRACTOR will
provide all necessary inputs for the same. PROJECT net work shall be
updated and submitted to OWNER in format compatible to Primavera
every MONTH to reflect current status.

3.4.25.10

OWNER shall also review the physical / actual progress of WORK on the
basis of CONTRACTOR'S time schedule documentation.

3.4.25.11

Irrespective of such inspection, CONTRACTOR shall advise OWNER at


the earliest possible date of any anticipated delay in the programme.

3.4.25.12 In the event of any delay in the delivery of sub-contracted


EQUIPMENT, CONTRACTOR shall ensure that this does not affect
date of MECHANICAL COMPLETION as stipulated in CONTRACT.
CONTRACTOR shall keep informed OWNER of any such delay in
delivery of EQUIPMENT by SUB-CONTRACTOR and submit
details together with copies of the appropriate orders and
agreements with SUB-CONTRACTOR.
3.4.25.13

Notwithstanding the above, in case progress on the execution of


CONTRACT at various stages is not as per phased time schedule and is
not adequate as per the OWNER, which shall be mutually discussed and
found to be conclusive or if the CONTRACTOR shall neglect to execute
the CONTRACT with due diligence and expedition or shall contravene
the provision of the CONTRACT, OWNER may give notice of the same
in WRITING to the CONTRACTOR calling upon him to make good the
failure, neglect or contravention complained of. Should the

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 27 OF 78 V

CONTRACTOR fail to comply with such notice within the period


considered reasonable by OWNER and specified in such note, the
OWNER shall have the option and be at liberty to take the CONTRACT
wholly or in part at the CONTRACTOR'S risk and cost and recover from
the CONTRACTOR, all extra costs incurred by the OWNER on this
account.
3.4.26

PROJECT Co-ordination
The management of the total PROJECT will be done by CONTRACTOR.
However, OWNERs PROJECT team/Project Management Consultant
(PMC) may oversee and monitor the PROJECT. PROJECT Co-ordination
procedure shall be defined by CONTRACTOR in consultation and
agreement with the OWNER as soon as possible after signing of
CONTRACT.
CONTRACTOR shall be responsible for overall co-ordination of all
activities connected with PROJECT. For this purpose, CONTRACTOR
shall arrange a meeting as soon as practicable after EFFECTIVE DATE
OF CONTRACT with OWNER, PMC, SUB-CONTRACTOR(s) and such
other parties as are necessary to settle the following:
a)

Review the basic design conditions set forth in CONTRACT and


where appropriate, review possibilities of standardization.

b)

Assess the priorities and key dates required to be included in


CONTRACTOR'S schedules.

c)

Make an assessment of all items requiring co-ordination.

d)

Fix up a date and agenda of any subsequent meeting as may be


required in association with OWNER

e)

Discuss with OWNER and furnish all technical information about


various effluents/emission and discharge points from different
sources indicating the quality and quantity of gaseous and liquid
emission of pollutants from PLANT. CONTRACTOR shall also inform
OWNER any additional information required on the above matter
during the performance of process design and basic engineering
design.
In the event OWNER requests CONTRACTOR to make any alteration
to the program, scope or responsibility under CONTRACT,
CONTRACTOR shall do the same.

3.4.27

Technical information

3.4.27.1 SPECIFICATIONS, design and DRAWINGS issued to the CONTRACTOR


along with tender SPECIFICATIONS and CONTRACT are not sold or
given but loaned. These remain property of OWNER or their assignees
and are subject to recall by OWNER. The CONTRACTOR and his
employees shall not make use of the DRAWINGS, SPECIFICATIONS and

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 28 OF 78 V

technical information for any purpose at any time except for setting-up of
the PLANT under the CONTRACT and shall not disclose the same to any
person, firm or corporate authorities, without written permission of
OWNER. All such details shall be kept confidential.
3.4.27.2 SPECIFICATIONS, design and DRAWINGS issued by the CONTRACTOR
to the OWNER along with the Proposal and CONTRACT and during
implementation of PLANT shall be used solely for the purpose of settingup, operation and maintenance of PLANT. The OWNER and his
employees shall not disclose the same to any person, firm or corporate
authorities, without written permission of CONTRACTOR. All such details
shall be kept confidential.

3.4.27.3 CONTRACTOR shall furnish to OWNER, CONTRACTOR'S Technical


Information and know-how as may be necessary for the operation of
PLANT. CONTRACTOR will grant to OWNER an irrevocable, non
transferable, perpetual and non exclusive right to use all technical
information and know-how and shall further advise OWNER for a period of
five (5) years from ACCEPTANCE OF PLANT of any improvements in
process, know-how, engineering, operation methods, and other conditions
which will result in more efficient operation of PLANT that are developed
by CONTRACTOR or process licensee or have come to the knowledge of
CONTRACTOR. However, for supply of necessary engineering services
and Equipment, if any, shall be on mutually agreed terms and conditions.
3.4.28

Work of SUB-CONTRACTORs
CONTRACTOR shall fulfill his obligations as outlined in Article 10.12.

3.4.29

Training of OWNERs personnel

3.4.29.1 Training during erection and COMMISSIONING


CONTRACTOR shall provide training to OWNERs technical personnel for
operation and maintenance of PLANT during
erection and
COMMISSIONING.
3.4.29.2 Practical experience for OWNER'S Personnel
CONTRACTOR shall make arrangements, for providing practical
experience for OWNER'S operation and maintenance personnel for
equipments in VENDORs workshop and in Licensors office or plants
operated based on same technology. CONTRACTOR shall provide
assistance to OWNER'S personnel for proper co-ordination and
management of the practical experience. OWNER shall bear the expenses
for travel and stay of its personnel. Detailed program for practical
experience shall be mutually agreed between OWNER and
CONTRACTOR. Training need for OWNERs personnel with period is
available at PART-II: TECHNICAL, Section-11.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

3.5

RE
DOCUMENT NO
SHEET 29 OF 78 V

Information To Government Authority / Financing Institution


CONTRACTOR shall also furnish information to OWNER as may be
required by any Governmental Authority or any other agency such as
financial institution etc.

3.6

Packing

3.6.1

The CONTRACTOR shall ensure that packing of the EQUIPMENT


as is required to prevent their damage or deterioration during transit
to their final destination is provided.

3.6.2

The packing, markings and documentation within and outside the


packages shall comply strictly with the CONTRACT and subject to
any subsequent instructions ordered by the OWNER.

3.6.3

CONTRACTOR shall be obliged to make compensation for all costs


suffered by OWNER due to improper packing of EQUIPMENT.

3.7

Delivery and Documents

3.7.1

CONTRACTOR shall provide indicative delivery schedule of


EQUIPMENT to the OWNER. However, CONTRACTOR is
responsible for MECHANICAL COMPLETION date of the PLANT. No
MUTUALLY AGREED DAMAGES will be applicable in case of
change / delay in delivery of EQUIPMENT from indicated schedule.
CONTRACTOR will inform/consult OWNER in case of such delays .

3.7.2

Delivery time shall include time for submission of drawings for


approval, incorporation of comments, if any, and final approval of
drawings by OWNER/PMC.

3.7.3

In case of delayed delivery beyond the stipulated delivery even


though normal extension of completion time is allowed by OWNER,
all extra costs on account of changes of statutory regulations/Acts
or increase in price on any other account including price variation
Article, shall not apply to the CONTRACT PRICE for such delayed
period beyond MECHANICAL COMPLETION and shall be borne by
the CONTRACTOR provided the MECHANICAL COMPLETION is
delayed for the reasons attributable to the CONTRACTOR.

3.7.4

Special care shall be taken by the CONTRACTOR to furnish


manufacturer's TEST certificates, material of construction, make,
type, pressure ratings wherever applicable for EQUIPMENT.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 30 OF 78 V

3.8

Insurance

3.8.1

CONTRACTOR shall take in the joint name of CONTRACTOR and


OWNER comprehensive insurance for imported and indigenous goods,
Transit-cum-Storage-Erection or its equivalents and third party liability
insurance policies with reputed underwriters to cover ALL RISK
whatsoever during the whole period starting with dispatch of EQUIPMENT
from manufacturer/suppliers works/ warehouses/ in foreign country to
CIF port of destination to project site for imported EQUIPMENT and from
manufacturer/suppliers works/warehouses to project site for indigenous
EQUIPMENT and shall further cover for performing services in India for
transportation, loading, unloading, assembly, erection, testing and
COMMISSIONING of PLANT till ACCEPTANCE OF PLANT.

3.8.2

For surrounding property CONTRACTOR shall take insurance cover for


Rs 100 crore. CONTRACTOR shall also take Public Liability (Third Party)
of Rs. 50 crore and Terrorism Cover of at least Rs 1050 crore to be
phased out throughout project life cycle.

3.8.3

CONTRACTOR shall ensure that Marine insurance cover shall be an All


Risk cover on Warehouse to Warehouse basis including cover for
loading and unloading, intermediate storage, War & SRCC.
CONTRACTOR shall ensure that in addition to Marine cum Storage cum
Erection All risk policy, the coverage in respect of workmen
compensation, Medi claim Policy,
Professional Indemnity (with the
amount of minimum excess) has been appropriately taken. Alternatively,
the CONTRACTOR has option to take separate Marine All Risk policy and
Storage-Cum-Erection All Risk policy but with 50:50 clause incorporated
in both the policies.

3.8.4

CONTRACTOR shall be fully responsible for pursuing and settling all


claims under the insurance policies. In the event of accident, injury,
damage or loss likely to form a claim under the above insurance policies,
CONTRACTOR shall, as quickly as possible submit the insurance claims
to underwriters under intimation to OWNER. CONTRACTOR shall also
keep OWNER fully informed about progress of each such claims.
CONTRACTOR shall undertake immediate repair and/or replacement of
the EQUIPMENT lost in transit, storage, assembly, erection, testing and
COMMISSIONING of PLANT.

3.8.5

The CONTRACTOR at his cost shall arrange, secure and maintain all
insurance as may be pertinent to the works and obligatory in terms of law
to protect his interest and interest of OWNER in the project, against all
perils detailed herein. The Form and the limit of such insurance as
defined herein together with the under-writer in each case shall be
acceptable to the OWNER and OWNERs acceptance shall not be
unreasonably withheld. However, irrespective of such acceptance, the
responsibility to maintain adequate insurance coverage at all times
including third party liability during the period of contract shall be of
CONTRACTOR alone. The CONTRACTORs failure in this regard shall
not relieve him of any of his contractual responsibilities and obligations.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 31 OF 78 V

The CONTRACTOR shall, however, be authorised to deal directly with


insurance company or companies and shall be responsible in regard to
maintenance of all insurance covers.
3.8.6

All insurance including marine insurance is to be covered from IRDA


approved insurance company registered in India. There should be a
single cover for Marine cum, Storage Cum Erection All Risks upto
ACCEPTANCE OF PLANT. The payment for insurance premium shall be
to CONTRACTORs account.
Marine Cargo Insurance and Third Party Liability Insurance can be a part
of Global Policy of the CONTRACTOR. However certificate shall be
provided by the CONTRACTOR from the insurance company as an
evidence of consignment insurance. These two global policies of Marine
Cargo Insurance and Third Party Liability Insurance shall be counter
guaranteed by Indian Insurance Company. However, Storage cum
Erection All Risk (EAR) is to be covered from Insurance Company
registered in India and shall be separate dedicated policy.

3.8.7

Any loss or damage to the equipment during handling, transportation,


storage, erection, putting the equipment into satisfactory operation and all
activities to be performed till the successful completion of trial operation
of the plant shall be to the account of the CONTRACTOR. The
CONTRACTOR shall be responsible for all claims and make good the
damages or loss by way of repairs and/or replacement of the equipment,
damaged or lost. The transfer of title shall not in any way relieve the
CONTRACTOR of the above responsibility during the period of
CONTRACT. The CONTRACTOR shall provide the OWNER with copies of
all insurance policies and documents taken out by him in pursuance of the
CONTRACT. Such copies of documents shall be submitted to the OWNER
immediately after such insurance coverage. The CONTRACTOR shall
also inform the OWNER in the writing at least thirty (30) days in advance
regarding the expiry/ cancellation and/or change in any of such
documents and ensure revalidation, renewal etc. as may be necessary
well in time. However adequacy, credibility and maintenance of Insurance
policies is the sole responsibility of CONTRACTOR and CONTRACTOR
shall keep the OWNER indemnified against any such failure.

3.8.8

License /facilities, to the extent it remains the responsibility of the


OWNER, in respect of supplies to be made by the foreign CONTRACTOR
from outside India required for purposes of replacement of equipment lost
in transit and /or during erection and /or during storage shall be made
available by the OWNER. CONTRACTOR shall however, be required to
follow the procedure as may be laid down by the Owner to facilitate him
arranging such license /facilities. The perils required to be covered under
the insurance shall include, but not be limited to fire and allied ri sks,
accidents during storage/ erection/ commissioning/testing risks, workman
compensation risks, loss or damage in transit, theft, burglary, pilferage,
riot and strikes and malicious damages, civil commotion, weather
conditions, Act of God perils/natural calamities, accidents of all kinds, war
risks (during ocean transportation only) etc. The scope of such insurance
shall be adequate to cover the replacement/reinstatement cost of the

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 32 OF 78 V

equipment for all risks till the equipment is taken over by the OWNER.
The insurance policies to be taken should be on replacement value basis.
Notwithstanding the extent of insurance cover and the amount of claim
available from the underwriters, the CONTRACTOR shall be liable to
make good the full replacement/rectification of all equipment/materials
and to ensure their availability as per project requirements without
additional financial liability to the OWNERS. The workman compensation
policy taken by the SUB-CONTRACTOR of the CONTRACTOR shall be
passed on to the OWNER.

3.8.9

OWNER desires to purchase Advance Loss of Profit (ALOP) and


Delay in Start Up (DSU) Insurance Policy at its own cost. As
concurrent Material Damage (MD) insurance (i.e. Marine cum Storage
Cum Erection All Risk (MCE) insurance) is a prerequisite for ALOP and
DSU policy and Insurance period for ALOP & DSU policy should be
identical to MCE policy period, ALOP and DSU policy should be placed
with the same insurance company of MCE policy. For the purpose the
CONTRACTOR shall assist OWNER in arranging ALOP and DSU policy
from the same insurance company of MCE policy. The CONTRACTOR
shall inform the OWNER in advance about their schedule of floating
tender / enquiry for MCE policy, giving the OWNER sufficient time to
compile the details required for ALOP and DSU policy and the
CONTRACTOR shall float tender / enquiry prepared by the OWNER for
ALOP and DSU policy along with their tender / enquiry for MCE policy to
the insurance companies approved by the OWNER. The CONTRACTOR
shall also assist in negotiating the premium for ALOP and DSU policy
along with premium for their MCE policy.

3.9

Dispatch, Transportation / Shipping

3.9.1

For and on behalf of the OWNER, the CONTRACATOR shall carry-out


clearance of IMPORTED ITEMS from the Custom Authorities. The
OWNER shall issue necessary authorization letter in this respect in favour
of the CONTRACTOR or his authorized agents.
Demurrage charges, if any, shall be to CONTRACTORs account in case
the payment towards Customs Duty is not made within the time period
mentioned under Article 4.11.

3.9.2

CONTRACTOR shall ensure and arrange loading, transportation of


EQUIPMENT to SITE, unloading, storage, handling at SITE.

3.9.3

CONTRACTOR shall be responsible for dispatch of the EQUIPMENT by


sea/rail/road/air after proper packing and protection. The consignment
shall be dispatched after inspection and acceptance by the OWNER
unless otherwise agreed to in WRITING, however such inspection shall
not constitute waiver of the CONTRACTORs obligations, responsibilities
for the EQUIPMENT including, safety, preservation in any way and
manner and the CONTRACTORs responsibility and obligation in this
behalf shall continue till ACCEPTANCE OF PLANT.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 33 OF 78 V

3.9.4

Property of EQUIPMENT

3.9.4.1

As to EQUIPMENT purchased in India, title to and property of


EQUIPMENT shall pass to OWNER on dispatch from VENDORS
shop. Notwithstanding the transfer of the title to and property in
EQUIPMENT to OWNER, CONTRACTOR shall carryout all
obligations in regard thereto as stipulated in the CONTRACT.

3.9.4.2

The care and custody responsibility of CONTRACTOR for the


EQUIPMENT and PLANT shall terminate upon ACCEPTANCE OF
PLANT or until COMMERCIAL PRODUCTION, whichever is earlier.

3.9.5

Assembly Marks and Name Plates

3.9.5.1

All components, parts of the EQUIPMENT, shall be indelibly hard


marked with identification marks, comprising EQUIPMENT, part
numbers, and CONTRACT number which shall also be shown on
drawing to facilitate speedy identification, assembling or
dismantling.

3.9.5.2

On each EQUIPMENT, a name plate indicating basic details,


pressure
rating,
wherever
applicable,
code,
number
of
EQUIPMENT, electrical characteristics in case of electrical
EQUIPMENT, name of instrument with tag No., manufacturer's
name shall be fixed at proper place.

3.9.5.3

For packages where marking is not possible at least two metallic


nameplates must be affixed. Marking on the plates will be by means
of engraving or indelible paint and will include the information listed
above.

3.9.5.4

CONTRACTOR shall make his own arrangements for movement of all


consignments including ODC for obtaining the approval of various
authorities and shall be entirely responsible for transportation of
EQUIPMENT to SITE.

3.10

Incidental Services

3.10.1

The CONTRACTOR's SCOPE of WORK may be required to cover


any or all of the following services if opted by OWNER at mutually
agreed terms and conditions:
Performance or supervision or maintenance and/or repair of the PLANT
after ACCEPTANCE OF PLANT for a period of time agreed to by the
PARTIES, provided that this service shall not relieve the CONTRACTOR
of any Warranty Obligations under this CONTRACT.

3.10.2

CONTRACTOR'S personnel will follow the normal working hours at


SITE, which are 48 hours per week, 6 DAYS of 8 hrs / DAY.

3.10.3

At the request of OWNER, CONTRACTOR shall at his expense,


dismiss from WORK and replace any such employee as OWNER,

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 34 OF 78 V

may deem incompetent or careless or whose continued employment


is deemed inimical to the interest of the OWNER or against public
interest.
3.10.4

Other conditions of WORK at SITE shall be mutually discussed and settled.

3.11

CONTRACTOR must, during the CONTRACT Period, acquaint themselves


with social security, safety, pollution control, permit, license and other
relevant rules and regulations of the Gujarat state.
END OF ARTICLE 3

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 35 OF 78 V

ARTICLE - 4
OWNERs OBLIGATIONS
4.0

General
The OWNER shall provide to the CONTRACTOR all such assistance as
may be reasonably required in order to carry-out its obligations under the
CONTRACT under the following head-lines:

4.1

Basic Design Conditions

Overall Co-ordination

Monitor, Review and approval of WORK by OWNER or through


PMC

Assistance for Local Government clearances

Facilities for CONTRACTOR'S Personnel

Operating Personnel

Feedstock, utilities and chemicals

SITE for erection of PLANT and SITE Facilities

Payment against CONTRACTOR'S Invoices

Basic Design Conditions


Basic Design Conditions are provided at technical SPECIFICATION
attached at PART-II TECHNICAL. OWNER shall furnish any additional
information concerning the basic design conditions requested by
CONTRACTOR as soon as practicable, but in any event not later than as
per the requirements of CONTRACTOR'S engineering schedule
established and made available to OWNER during the early stages of
WORK. CONTRACTOR shall rely upon the correctness of the information
given by OWNER satisfying the consistency and adequacy of such
information.

4.2

Overall Co-Ordination
The overall co-ordination to organize orderly execution of PROJECT for
integration with existing facility and activities other than CONTRACTORs
scope of work in order to achieve the earliest possible completion of
PROJECT shall be carried out by OWNER.

4.3

Monitor, Review and approval of WORK


CONTRACTOR shall associate OWNER'S representatives with WORK as
carried out by CONTRACTOR'S personnel. For this purpose, OWNER
shall associate with WORK at all stages. OWNER shall monitor overall
project schedule by its own or through PMC. Specifically, OWNER shall in
accordance with Review and Approval Procedures undertake the following
tasks -

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 36 OF 78 V

a) Approval of drawings and other documents connected with


basic and detailed engineering design as per PART-II
TECHNICAL.
b) Approval of SPECIFICATIONS for EQUIPMENT, lists of spare
parts and special maintenance
tools, and lists of special
construction aids, tools, tackles, and fixtures.
c) Participation in inspection, expediting and testing of
EQUIPMENT at VENDOR'S works and at SITE, wherever
considered necessary by OWNER at his own cost.
d)
4.4

Time period for approval of DRAWINGS by OWNER shall be


finalized during PROJECT Co-ordination Procedure.

Local Government clearances


OWNER shall provide necessary assistance for getting the necessary
Local Government approvals as per schedule required to be taken on
OWNERs name, to be obtained by CONTRACTOR. CONTRACTOR shall
provide necessary technical documents and services in obtaining
Government clearances as mentioned in Article 3.4.11.

4.5

Facilities for CONTRACTOR'S Personnel


OWNER shall assist , if required, CONTRACTOR in obtaining Visas and
other Permits from the appropriate authorities for CONTRACTOR'S and
VENDOR'S expatriate personnel to enter and stay in India as necessary
for performance of WORK.

4.6

Operating Personnel
OWNER shall provide experienced and required operating personnel
according to its organization, during the pre-COMMISSIONING and
COMMISSIONING activities, who will work under the direction and control
of CONTRACTOR. OWNER shall associate its personnel with the
construction and erection of PLANT to familiarize the personnel with
WORK, ascertain quality, and generally to prepare for proper operation of
PLANT.

4.7

Feedstock, Utilities and Chemicals


OWNER shall provide, at its own cost and according to mutually
agreed schedule and as per agreed specifications, all raw materials,
utilities as specified in PART-II TECHNICAL SECTION-02 at battery limit
which are required for pre-COMMISSIONING and COMMISSIONING
activities vis--vis for operation of the PLANT and take over all products
and treated effluents at BATTERY LIMITS as specified in CONTRACT.

4.8

SITE for erection of PLANT and SITE facilities


OWNER shall provide, on free of cost, SITE for erection of PLANT and
following SITE facilities:
a) Construction power and water at single point.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

b)

RE
DOCUMENT NO
SHEET 37 OF 78 V

Guest House accommodation for expatriates on chargeable basis, if


available.

c) Space within OWNERs premises for fabrication and storage of


EQUIPMENT and materials.
d) Space for CONTRACTORs office.
4.9

Payment against CONTRACTOR'S Invoices

4.9.1

OWNER shall make payments to CONTRACTOR under the terms and


conditions specified in CONTRACT. The payments to CONTRACTOR
shall be based on invoices submitted by CONTRACTOR, which shall be
reviewed and certified by OWNER for satisfactory completion and
achievement of progress. .

4.9.2

OWNER shall have the right to adjust the invoice amount for payment
before making payment of the same to CONTRACTOR, in which case
OWNER shall also indicate in WRITING the reasons for the adjustment. In
case OWNER fails to give written reasons to CONTRACTOR for the
adjustment or if CONTRACTOR disputes the adjustment and notifies
OWNER to that effect in WRITING, stating CONTRACTOR'S reasons for
challenging the adjustment made by OWNER, and OWNER fails to
answer CONTRACTOR'S request the amount of the adjustment in dispute
shall become due for payment, and shall be included in the next
subsequent monthly invoice submitted by CONTRACTOR to OWNER.

4.10

OWNER ensures that the supplies, works and services to be provided by


the OWNER under the CONTRACT shall be carried-out diligently and
properly within the time frame of the Time Schedule.

END OF ARTICLE 4

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 38 OF 78 V

ARTICLE - 5
WARRANTIES, GUARANTEES AND LIABILITIES
5.1

Warranties and Guarantees

5.1.1

Materials and Workmanship Warranty

5.1.1.1

The CONTRACTOR fully warrants that the EQUIPMENT supplied under


the CONTRACT are new, unused, of the most recent or current models
and incorporates all recent improvements in design and materials unless
provided otherwise in the CONTRACT. The CONTRACTOR further
warrants that all the EQUIPMENT supplied under this CONTRACT shall
be of first quality according to SPECIFICATIONS, have no DEFECT (even
concealed) arising from design, materials or workmanship or form any act
or omission of the CONTRACT that may develop under normal use of the
supplied EQUIPMENT in the conditions prevailing in the country of final
destination.

5.1.1.2

This warranty shall be valid for 12 MONTHS from the date of


ACCEPTANCE OF PLANT for all the EQUIPMENT (except otherwise
specified / for Catalysts, Adsorbent, Resin). Should any DEFECT be
noticed in design, material and / or workmanship within 12 MONTHS from
the date of ACCEPTANCE OF PLANT, OWNER shall inform
CONTRACTOR and CONTRACTOR shall immediately on receipt of such
intimation depute their personnel within 7 DAYS to investigate the causes
of DEFECTs and arrange rectification / replacement / modification of the
defective EQUIPMENT at SITE without any cost to OWNER within a
reasonable period. If the CONTRACTOR fails to take proper corrective
action to repair/replace DEFECT satisfactorily within a reasonable period,
OWNER shall be free to take such corrective action as may be deemed
necessary at CONTRACTOR'S risk and cost, after giving notice to the
CONTRACTOR. The OWNER shall promptly notify the CONTRACTOR in
WRITING of any claims arising under this warranty.

5.1.1.3

Damage to the machinery and/or EQUIPMENT deriving from incomplete,


erroneous instructions issued by CONTRACTOR will be considered
CONTRACTOR'S fault and will be treated according to the provisions of
this warranty Article.

5.1.1.4

These warranty obligations shall not apply to


a.

normal wear and tear and operation of PLANT;

b.

if safety interlocks set points and/or other safety devices such


as safety valve etc. are not kept functional as per the
operating manual and

c.

Plant is not operated as per the specifications of raw material


and utilities mentioned in the contract/agreement.

d.

In case of OWNER repairing and/or effecting modification


without the consent of the CONTRACTOR.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 39 OF 78 V

5.1.1.5

In case DEFECTs are of such nature that EQUIPMENT shall have to be


taken to CONTRACTOR'S works for rectification etc., CONTRACTOR
shall take the EQUIPMENT at its cost after giving necessary undertaking
or security as may be required by the OWNER. OWNER shall, if so
required by the CONTRACTOR, dispatch the EQUIPMENT by quickest
mode on freight to pay basis to the CONTRACTORS works. After repairs
CONTRACTOR shall deliver the EQUIPMENT at SITE on freight paid
basis. All to and fro transit risks shall be borne by the CONTRACTOR.

5.1.1.6

EQUIPMENT or part thereof so repaired or replaced shall have further


warranty for a period of 12 MONTHS from the date of such repair or
replacement and the Bank Guarantee (value acceptable to OWNER) of
the affected EQUIPMENT shall be suitably extended.

5.1.1.7

If the repairs, replacements or modifications referred are of such nature as


may affect the efficiency of the EQUIPMENT, OWNER shall have right to
give the CONTRACTOR within one MONTH of such replacement/renewal
notice in WRITING to carry out tests as may be required for acceptance of
the EQUIPMENT.

5.1.1.8

If the CONTRACTOR fails to meet its obligation to repair or replace


defective EQUIPMENT within a reasonable period of time, if
CONTRACTOR refuses to carry out the WORK under the guarantee
Article, if danger is anticipated or in case of severe urgency, OWNER shall
be entitled to carry out at CONTRACTOR'S cost and risk, repair WORK or
replacement deliveries or have the same carried out by a third party.
Taxes and duties of any kind whatsoever imposed by the authorities of the
country of CONTRACTOR or his SUB-CONTRACTOR until delivery, shall
be borne by CONTRACTOR.

5.2

Performance Guarantee for PLANT

5.2.1

CONTRACTOR guarantees that the performance of the PLANT and all


services supplied under the CONTRACT shall be strictly in conformity with
the SPECIFICATIONS and shall perform the duties specified in Article 5.3
hereunder.

5.2.2

If the CONTRACTOR fails to prove the guarantees within stipulated period


in the CONTRACT, OWNER shall have the option to take over the PLANT
and rectify, if possible, the PLANT to fulfill the guarantees and/or to make
necessary additions to make up the deficiency at CONTRACTOR'S risk
and cost. All expenditure incurred by the OWNER in this regard shall be
to CONTRACTOR'S account.

5.3

Performance Guarantees
CONTRACTOR shall guarantee the performance of PLANTS and
associated offsite utilities as specified in the Technical
Documents. In general the Guarantees shall be demonstrated
under the following heads as per Part-II TECHNICAL, Section7.0.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

5.3.1

RE
DOCUMENT NO
SHEET 40 OF 78 V

Ammonia & Urea Plants


LSTK Contractor shall guarantee performance of Ammonia & Urea
Plants as specified in this Clause under the following heads.
-

Sustained Load Test Guarantee

Capacity

Quality of the product

Pollution Level

Noise Level

Life and performance of the Catalyst & Adsorbents

Failure to meet capacity of the plants or quality of the products or


pollution levels or noise levels shall be breach of CONTRACT
requiring corrective action by CONTRACTOR irrespective of the
cost involved.
5.3.2

Cooling Towers
LSTK Contractor shall guarantee performance of each cooling tower
for capacity and performance as per CTI performance test
requirement.
Failure to meet above shall be breach of CONTRACT requiring
corrective action by LSTK contractor irrespective of the cost
involved.

5.3.3

Instrument Air System


LSTK Contractor shall guarantee performance of Instrument Air
system for
-Capacity
-Quality of Instrument Air
Failure to meet above shall be breach of CONTRACT requiring
corrective action by LSTK contractor irrespective of the cost
involved.

5.3.4

De-Mineralization Plant & Condensate Polishing Unit:


LSTK Contractor shall guarantee performance of De-Mineralization
Plant & Condensate Polishing Unit (CPU) for
1. Capacity of DM Stream
2. Capacity of CPU Stream (CONTRACTOR to specify the capacity)
3. Quality of Water at outlet of Mixed Bed

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 41 OF 78 V

4. Output between two regenerations for DM Plant & Condensate


Polishing Unit.
Failure to meet above shall be breach of contract requiring corrective
action by LSTK contractor irrespective of the cost involved.
LSTK contractor shall guarantee Chemical Consumption as per following:

Sl. No

Description

1.0
2.0
3.0

SAC, 100 % HCl


SBA, 100 % NaOH
MB, 100 % HCl & 100 % NaOH

4.0

Waste Water Neutralisation Pit,


100 % HCl & 100 % NaOH

Consumption per
Regeneration

Consumption per
Hour

Bidder to
indicate in
relevant
Section of
Technical Bid

Bidder to
indicate in
relevant Section
of Technical Bid

5.3.5 Material Handling:


LSTK Contractor shall guarantee performance of each Slat & Bagging
Machine for Capacity.
Failure to meet above shall be breach of contract requiring corrective action
by LSTK contractor irrespective of the cost involved.
5.3.6 Inert Gas Generation:
LSTK Contractor shall guarantee performance of inert gas generation plant
for:

1. Capacity of Plant.
2. Quality of Nitrogen
Failure to meet above shall be breach of contract requiring corrective action
by LSTK contractor irrespective of the cost involved.
5.3.7

Effluent Treatment Plant:


LSTK Contractor shall guarantee performance of effluent treatment plant
for:

1. Quality of Treated Effluents


Failure to meet above shall be breach of contract requiring corrective
action by LSTK contractor irrespective of the cost involved.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

5.3.8

RE
DOCUMENT NO
SHEET 42 OF 78 V

WORKS COST (Consumption of Raw material & Utilities) Guarantee


LSTK bidder shall guarantee overall consumption of Natural Gas,
power and Service water for production and operation of Ammonia,
Urea, and instrument Air so as to guarantee the WORKS COST for all
the facilities provided by the CONTRACTOR as detailed in this article.
In the event WORKS COST is more than 100% but less than 102.5%
of the Guaranteed WORKS COST then the Contractor will pay owner
MUTUALLY AGREED DAMAGES as specified under the CONTRACT.
If the Works cost as demonstrated during the performance test is more
than 102.5% of the Guaranteed Works Cost then it shall be breach of
contract requiring corrective action by CONTRACTOR irrespective of
the cost involved.

5.3.9

GENERAL
All the guaranteed figures under this Clause are inclusive of all
instrument tolerances and shall be calculated on the basis of readings
indicated by duly calibrated specific meters forming part of
instrumentation already provided by CONTRACTOR in the process
and basic design under CONTRACT and certified by OWNER. No
negative tolerance is allowable on capacity.

5.4

Performance GUARANTEE TEST RUNs


CONTRACTOR shall, when PLANT is stabilized at full rated production,
arrange and supervise the following TESTs to prove the performance
guarantees specified in Article 5.3.
a) SUSTAINED LOAD TEST as defined in Article 8.5.2
b) GUARANTEE TEST RUN as per Article 8.5.4.

5.5

Construction and Load Data:

5.5.1

CONTRACTOR shall be responsible for all Civil and Structural work,


foundations, insulating and painting works, erection, site fabrication,
piping, instrumentation, electrical installation, and other miscellaneous
construction jobs of the PLANT leading to ACCEPTANCE OF PLANT.
CONTRACTOR shall organize these activities in appropriate sequence
and use proper methods giving due regard to the requirements of safety,
quality, sound engineering practice, compliance with relevant codes and
regulations, PLANT.

5.5.2

CONTRACTOR shall be responsible for correctness of the load data for


designing of civil foundations.

5.5.3

In the event of notice of DEFECTs later on, in the Civil works due to
incorrect data furnished by the CONTRACTOR, the cost incurred for redoing, rectifying foundation, shall be borne by the CONTRACTOR.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 43 OF 78 V

5.6

Delay In CONTRACTOR'S Performance

5.6.1

CONTRACTOR shall ensure ACCEPTANCE OF PLANT as per Articles


8.1 and 8.2, subject to and conditions of this CONTRACT. In case of any
delay in achieving the ACCEPTANCE OF PLANT by the CONTRACTOR
for reasons attributable to CONTRACTOR, then the CONTRACTOR is
liable for, MUTUALLY AGREED DAMAGES as per Article 5.9.

5.6.2

An Excessive delay by the CONTRACTOR in the performance of its


contractual obligations shall render the CONTRACTOR liable to
various sanctions as stipulated in the CONTRACT.

5.6.3

In case the PLANT progress of work is unduly and unreasonably delayed


by the CONTRACTOR for reasons directly & attributable to
CONTRACTOR, the OWNER at the CONTRACTOR's risk and cost and
without prejudice to any of the rights under the CONTRACT reserve the
right to;
a)

Terminate the CONTRACT wholly or partially and complete it by the


OWNER or reassign it to others after giving 30 days notice in
WRITING to the CONTRACTOR to remedy the cause complained of.

b)

Make any modifications, deletions, additions to the CONTRACT


as the OWNER may consider necessary to
ensure
its
satisfactory execution after giving 7 days notice to CONTRACTOR
to remedy the cause complained of.

5.7

Rejections of EQUIPMENT, Removal of Rejected EQUIPMENT and


Replacement

5.7.1

Preliminary inspection at VENDOR'S works by INSPECTOR shall not


prejudice OWNER for rejection of the EQUIPMENT on final inspection at
SITE or claim under warranty provisions.

5.7.2

If the EQUIPMENT are not as per SPECIFICATION or fail to perform as


per the specified performance guarantees, the OWNER shall be entitled to
reject the EQUIPMENT or part thereof and ask for repair or replacement
within reasonable time, failing which, OWNER shall procure its
requirements from elsewhere at CONTRACTOR'S cost and risk.

5.7.3

In the event of such rejection, the OWNER shall be entitled to use of the
EQUIPMENT in a reasonable and proper manner for a time reasonably
sufficient to enable him to obtain replacement.

5.7.4

Nothing in this Article shall be deemed to deprive the OWNER and/or


affect any rights under the CONTRACT which he may otherwise have in
respect of such DEFECTs or deficiencies or in any way relieve the
CONTRACTOR of his obligation under the CONTRACT.

5.7.5

EQUIPMENT rejected by the OWNER shall be removed by the


CONTRACTOR at his cost within 14 DAYS of notice after repaying the
amounts received against the EQUIPMENT. The OWNER shall in no way
be responsible for any deterioration or damage to the EQUIPMENT under
any circumstances whatsoever.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 44 OF 78 V

5.7.6

In case of rejection of EQUIPMENT, OWNER shall have the right to


recover the amounts, if any, paid from any of his invoice pending with
OWNER or by alternative method.

5.8

Corrective Measures and MUTUALLY AGREED DAMAGES

5.8.1

General
The performance guarantees are subject to and contingent upon the
conditions specified in Article 5.3 and the following further conditions
CONTRACTOR shall before start-up certify that PLANT is constructed in
accordance with the drawings and SPECIFICATIONS furnished by
CONTRACTOR provided that the performance guarantees pursuant to
Article 5.3 are not met during a GUARANTEE TEST RUN pursuant to
Article 8.5.4, CONTRACTOR shall make modifications and / or take
corrective measures and / or pay MUTUALLY AGREED DAMAGES as
specified in this Article under the following headlines:

5.8.2

CONTRACTOR'S Option

MUTUALLY AGREED DAMAGES

OWNER'S Request for Modifications

Modifications by CONTRACTOR

Statement about Corrective Measures

Corrective Measures by CONTRACTOR

Adjustment of Fees

Extension of MECHANICAL COMPLETION

Further Modifications by CONTRACTOR

CONTRACTOR'S option
In the event that the performance guarantees for PLANT is not fulfilled, for
reasons attributable to CONTRACTOR, CONTRACTOR shall arrange to
perform
subsequent
GUARANTEE
TEST
RUNs.
However,
CONTRACTOR shall have the option of paying MUTUALLY AGREED
DAMAGES as specified in Article 5.9 in the event that the GUARANTEE
TEST RUN results are within the ranges as follows:

5.9

a)

WORKS COST does not exceed 102.5% of the guaranteed WORKS


COST.

b)

Remaining Performance Guarantees have been met, except


deficiency with respect to Quantity & Quality of product, Pollution
Level, Noise level for which CONTRACTOR will re-perform the
engineering, effect necessary supplies and other services till the
guaranteed quantity & quality of product and Pollution Level, Noise
level has been met.

MUTUALLY AGREED DAMAGES


If the CONTRACTOR fails to

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 45 OF 78 V

(a) achieve ACCEPTANCE OF PLANT within 34 MONTHS and / or


(b) to achieve guaranteed performance of PLANT as stipulated in PARTII: Technical, Section-7.0.
due to reasons attributable to CONTRACTOR, the OWNER shall, without
prejudice to its other remedies under the CONTRACT, deduct from the
CONTRACT PRICE, as MUTUALLY AGREED DAMAGES for the
respective defaults, a sum calculated as per Article 5.9.1, 5.9.2/5.9.3
hereunder.
5.9.1

MUTUALLY AGREED DAMAGES for ACCEPTANCE OF PLANT

5.9.1.1

MUTUALLY AGREED DAMAGES for delay in ACCEPTANCE OF


PLANT
If ACCEPTANCE OF PLANT is not achieved within the time specified in
Article 6.1.0 and 6.2.0 above for the reasons attributable to
CONTRACTOR, then CONTRACTOR shall pay MUTUALLY AGREED
DAMAGES to OWNER at the rate of 0.5% (half percent) of CONTRACT
PRICE per completed week of delay or part thereof subject to a maximum
limit of 5% (five percent) of CONTRACT PRICE until ACCEPTANCE OF
PLANT is achieved.

5.9.1.2

Bonus for early completion


In the event, CONTRACTOR completes and delivers the WORKS
and achieves ACCEPTANCE OF PLANT earlier than the time
specified in the CONTRACT, then the CONTRACTOR shall be
eligible for a bonus. The bonus shall be calculated @ 0.20% of the
CONTRACT PRICE per completed week for earlier completion
subject to a maximum of 2.5% of the CONTRACT PRICE. This shall
not be applicable in case of DEEMED ACCEPTANCE.

5.9.2

MUTUALLY AGREED DAMAGES for Plant Performance

5.9.2.1

CONTRACTOR shall be liable to pay MUTUALLY AGREED DAMAGES


for any deviation in the guaranteed performance of PLANT guaranteed by
the CONTRACTORs as stipulated in PART-II: Technical, Section-7.0 and
as stipulated hereunder:

5.9.2.2

Calculation of MUTUALLY AGREED DAMAGES


The MUTUALLY AGREED DAMAGES referred to in Article above shall
be calculated as follows:
a)

For deviation from guaranteed WORKS COST, MUTUALLY


AGREED DAMAGES shall be calculated at the rate of 0.5% of the
CONTRACT PRICE per each 0.25% or part thereof, the actual
WORKS COST is higher than the guaranteed WORKS COST.
In the event the WORKS COST is more than 102.5% of the
guaranteed WORKS COST, the CONTRACTOR shall execute
corrective engineering and modify the PLANT and make PLANT

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 46 OF 78 V

good at its own cost until at least 102.5% of guaranteed WORKS


COST is obtained.

5.9.3

b)

Should the guaranteed quality of as per Article 5.3 not achieved, the
CONTRACTOR shall execute corrective engineering and modify,
replace the PLANT at its own cost until the guaranteed quality of
product from PLANT is obtained.

c)

Should the guaranteed effluent quantity and quality as well as noise


level of PLANT, at guaranteed capacity as per Article 5.3 is not
achieved, the CONTRACTOR shall execute corrective engineering
and modify, repair the PLANT at its own cost until the guaranteed
effluent quantity and quality as well as noise level of PLANT is
obtained.

Liability against Catalyst guaranteed life


CONTRACTORs liability against Catalyst Guaranteed life shall be as
detailed at PART-II Technical, Section-7.

5.9.4

OWNER'S request for modifications


If the guarantee parameters achieved during the GUARANTEE TEST
RUN are within the MUTUALLY AGREED DAMAGES leviable limit, then
the CONTRACTOR shall, at its discretion either elect to pay the
MUTUALLY AGREED DAMAGES or modify the PLANT to achieve the
performance guarantees. However, if CONTRACTOR elects to modify the
PLANT at the request of the OWNER, then the provisions of Article 5.9.5
shall apply but if the CONTRACTOR elects to pay MUTUALLY AGREED
DAMAGES, then the provisions of Article 5.9.5 shall not apply.

5.9.5

Modifications by CONTRACTOR
In the event the CONTRACTOR elect to make modifications pursuant to
Article 5.9.4, CONTRACTOR may, during the period of 180 DAYs from
the start of the first GUARANTEE TEST RUN, make such modifications,
alterations, or additions to PLANT as are necessary to enable PLANT to
meet the performance guarantees. During the 180 DAYs' period
CONTRACTOR shall carry out these modifications, alterations, and
additions, and shall repeat the GUARANTEE TEST RUN as may be
required so as to prove the performance guarantees. The entire costs
associated with such modifications, alterations, and additions including all
related services necessary to enable PLANT to meet the performance
guarantees shall be borne by CONTRACTOR.

5.9.6

Statement about Corrective Measures


In the event that after modifications pursuant to Article 5.9.5 the
performance guarantees of PLANT are not met within 30 (thirty) DAYs
from the beginning of the first GUARANTEE TEST RUN, OWNER may
request CONTRACTOR to give a full and detailed statement in WRITING
to OWNER within 10 (ten) DAYs of notice to do so. The statement shall

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 47 OF 78 V

contain the detailed description and corrective measures which


CONTRACTOR intends to take and the time or times required for the
same to be completed and a GUARANTEE TEST RUN to be made
CONTRACTOR shall wherever possible carry out or have carried out in
accordance with the provisions of CONTRACT such corrective measures
for which CONTRACTOR has responsibilities, and repeat the
GUARANTEE TEST RUN within the shortest possible time, but not later
than 180 DAYs from the beginning of the first GUARANTEE TEST RUN
unless otherwise agreed with OWNER.
5.9.7

Corrective measures by CONTRACTOR


If the corrective measures specified in Article 5.9.6 involve procurement of
new items of EQUIPMENT or modification of existing items of
EQUIPMENT which require a longer period for delivery than covered by
the 180 DAYs' period, the period allowed for corrective measures shall be
most suitably adjusted with the consent of OWNER. However, all WORK
relating to design, engineering, and procurement for such long delivery
items of EQUIPMENT shall be completed at the earliest possible time but
not later than 90 DAYs from the beginning of the first GUARANTEE TEST
RUN. OWNER may submit its comments to CONTRACTOR in WRITING
regarding such corrective measures, and such comments shall be
considered carefully by CONTRACTOR prior to undertaking such
corrective measures. CONTRACTOR shall discuss with OWNER any
differences of opinion that may be reflected in OWNER'S comments to
CONTRACTOR'S statement. The limit of 180 DAYs from the first
GUARANTEE TEST RUN is only an outer and maximum limit and
CONTRACTOR shall commence WORK immediately to ensure
rectification within a minimum time, so as to minimize the loss to OWNER.
Nothing herein shall deprive OWNER of its rights to terminate
CONTRACT in accordance with the provisions of the CONTRACT in the
event of CONTRACTOR'S default as provided herein.

5.10

ACCEPTANCE OF PLANT
These shall be as per Article 9

5.11

Design and VENDORS' Guarantees

5.11.1

General
Design and VENDORS' Guarantees are given in this Article under the
following headlines.

5.11.2

Design Guarantee

VENDORS' Guarantees

Faulty EQUIPMENT caused by VENDORS

Faulty EQUIPMENT caused by CONTRACTOR

Enforcement of VENDORS' Guarantees

Design Guarantee

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 48 OF 78 V

CONTRACTOR shall prepare and be responsible for the design and


engineering documentation for PLANT in accordance with the provisions
of CONTRACT. In the event of any errors in CONTRACTOR'S or
VENDOR'S design or engineering or SPECIFICATIONS of EQUIPMENT
requiring correction for which OWNER gives written notice within 15
(fifteen) DAYs after discovery thereof and prior to the expiration of a 12
MONTHs period commencing from the ACCEPTANCE OF PLANT,
CONTRACTOR shall perform or cause to be performed such additional
design and re-engineering as may be necessary to correct such error and
prepare for OWNER, PURCHASE ORDER for any additional materials or
EQUIPMENT required and called for by such additional design and reengineering for which CONTRACTOR is responsible. The entire cost and
expense of such additional design, engineering, EQUIPMENT and
erection shall be borne by CONTRACTOR. In case CONTRACTOR has
to modify or prepare further documentation, the validity of the guarantees
given by CONTRACTOR in connection there with shall be agreed with
OWNER. CONTRACTOR shall also provide other services related to
WORK that may be required in connection with the aforesaid additional
design and re-engineering without additional cost to OWNER.
5.11.3

VENDORS' Guarantees
CONTRACTOR shall be responsible to obtain for the benefit of OWNER,
for all items of EQUIPMENT procured for PLANT an undertaking to
replace or repair any item of EQUIPMENT which shall be demonstrated to
be defective under normal operating conditions within 12 (twelve)
MONTHS from the date of start-up of PLANT. The PURCHASE
ORDER(S) issued by CONTRACTOR shall contain all guarantees
available from VENDOR for EQUIPMENT covered by PURCHASE
ORDER.

5.11.4

Faulty EQUIPMENT caused by VENDORS


The CONTRACTOR shall be liable to OWNER for VENDORS'
EQUIPMENT and any redress for incomplete EQUIPMENT supplied by
VENDOR and covered by VENDOR'S guarantees.

5.11.5

Faulty EQUIPMENT caused by CONTRACTOR


In case a DEFECT in EQUIPMENT is due to an error in
SPECIFICATIONS prepared by CONTRACTOR, CONTRACTOR shall
undertake engineering, procurement, inspection, supply and installation
etc at its own cost In the event that as a result of faulty EQUIPMENT
installed in PLANT due to CONTRACTOR'S faulty SPECIFICATIONS,
PLANT does not during the one year period after ACCEPTANCE OF
PLANT operate within the ranges specified in Article 5.3.0 to be
demonstrated by a GUARANTEE TEST RUN conducted by OWNER in
accordance with the provisions of the CONTRACT, CONTRACTOR will
have responsibility for replacing at its own cost the item or items of
EQUIPMENT that caused the prime deficiency in performance of PLANT.

5.11.6

Enforcement of VENDOR'S Guarantees

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 49 OF 78 V

5.11.6.1 CONTRACTOR agrees to use its best efforts, to enforce the guarantees
against VENDOR and agrees to fully cooperate with and assist OWNER in
the enforcement of such guarantees. All related costs during the
guarantee period shall be borne by CONTRACTOR.
5.11.6.2 CONTRACTOR shall use its best efforts to arrange the schedule for
delivery of all EQUIPMENT, and more particularly principal rotating
machinery, so that the VENDOR'S guarantee period shall not expire,
before the end of the 12 (twelve) MONTHS period of operation from the
date of start-up of PLANT.
5.12

Patent Infringement and Indemnification


CONTRACTOR shall indemnify and hold harmless, the OWNER
from all claims, losses, demand, causes of action or suit as detailed
herein under:

5.12.1

Patent Infringement

5.12.1.1 CONTRACTOR shall at all times indemnify and keep indemnified OWNER
against all claims or suits and defend, at its own cost, any suit or action
brought against OWNER and hold OWNER free and harmless against all
costs of such claims or suits which may be made against OWNER in
respect of any infringement of any rights protected by patent, copyright,
trade marks, and trade secrets to the extent that such claim, suit, or action
is a result of the use of CONTRACTOR'S Technical Information for the
construction, maintenance, and operation of PLANT and the use of
CONTRACTOR'S and/or any other process licenser's processes used in
PLANT. OWNER shall pass on all claims made against it to
CONTRACTOR for settlement.
The CONTRACTOR shall indemnify the OWNER fully against all third
party claims of infringement of patent, trademark or industrial design
rights arising from use of the EQUIPMENT and all services or any part
thereof in the OWNER'S country.
5.12.1.2 CONTRACTOR declares that to the best of its knowledge and belief the
use of CONTRACTOR'S Technical Information for the construction,
maintenance, and operation of PLANT and the use of CONTRACTOR
and/or any other process licenser's processes used in PLANT will not
infringe any valid patent rights of a third party. However, if at any time such
infringement arises, CONTRACTOR agrees to keep OWNER fully
indemnified and harmless against such claims and costs thereof and make
arrangements that will allow OWNER to continue the operation of PLANT.
5.12.1.3 OWNER shall promptly advise CONTRACTOR in WRITING of any claim
of infringement or any action for infringement of patents brought against it
by a third party and based upon the use of CONTRACTOR'S Technical
Information If such use is in accordance with instructions given in
WRITING by CONTRACTOR, CONTRACTOR shall undertake the
defense, or assist OWNER in the defense, of the claim or suit to final
judgment or settlement

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 50 OF 78 V

5.12.1.4 CONTRACTOR shall undertake the defense on behalf of OWNER and


shall have sole charge and direction of the defense, and shall bear all
costs related thereto. CONTRACTOR shall further hold OWNER harmless
from any and all damages or other sums that may become payable by
OWNER under a final judgment or settlement. However, OWNER shall
render to CONTRACTOR all reasonable assistance that may be required
by CONTRACTOR in the defense, and shall have the right to be
represented therein by advisory counsel of its own selection and at its own
expense.
5.12.1.5 In addition to the measures specified in Article 5.12.1.4, CONTRACTOR
may further, at its option, however, in reasonable consultation with
OWNER, seek to abate the alleged infringement by modification of PLANT
or its operation without adversely affecting the performance and/or secure
for OWNER immunity from suit for infringement. In such case,
CONTRACTOR shall reimburse OWNER for all costs related to said
modifications and to said immunity.
5.12.1.6

In the event that OWNER is legally restrained from operating PLANT on


account of any infringement action or suit, CONTRACTOR shall take all
possible actions to allow OWNER to operate and use PLANT.

5.12.1.7 Neither CONTRACTOR nor OWNER shall settle or compromise any suit
or action without the written consent of the other if settlement or
compromise obliges the other to make any payment or part with any
property or assume any obligations or surrender any rights or to be
subjected to any injunction by reason of such settlement or compromise.
5.12.2

Indemnities

5.12.2.1 CONTRACTOR Indemnification for Liabilities.


CONTRACTOR shall hold harmless and indemnify OWNER against
claim arising in respect of injury to or death of CONTRACTORs and
other Third Partys personnel or loss or damage to any property
owned by OWNER, howsoever caused in connection with
performance of the WORK.

any
any
not
the

5.12.2.2 CONTRACTOR Indemnification for Taxes.


It is specifically understood that CONTRACTOR hereby accepts and
assumes exclusive liability for payment of taxes and shall save and hold
the OWNER harmless from and against of all Taxes arising from the
performance of the Work, and all such Taxes shall be deemed to be
included in the CONTRACT PRICE on date of EFFECTIVE DATE OF
CONTRACT.
5.12.2.3 Indemnification by SUB-CONTRACTORS.
CONTRACTOR shall obtain from each SUB-CONTRACTOR which is an
affiliate, and shall use all reasonable efforts to obtain from each SUBCONTRACTOR, an indemnification materially similar in form and
substance to Article 5.12, 5.12.2.1 and 5.12.2.2 which the OWNER shall
be named as beneficiary.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

5.12.2.4

RE
DOCUMENT NO
SHEET 51 OF 78 V

Common Law Remedies.


The above provisions of this Article 5.12.2 shall not deprive OWNER of
any indemnity, action, right or remedy otherwise available to OWNER at
common law or otherwise.

5.12.2.5

Payment of Amounts under this Article.


Except to the extent covered by insurance, all amounts payable by
CONTRACTOR to OWNER under this Article 5.12.2 shall be deducted
from the CONTRACT PRICE or any other amounts owed by OWNER to
CONTRACTOR here under. If such amounts payable by OWNER to
CONTRACTOR are less than the amounts payable by CONTRACTOR
under this Article 5.12.2, CONTRACTOR shall be liable to OWNER for
such excess and shall pay such amount to OWNER immediately upon
demand.

5.13

Limitation of Liability

5.13.1

Notwithstanding anything contained elsewhere in CONTRACT or implied


to the contrary CONTRACTOR'S entire liability under CONTRACT, but
excluding liability under the provisions of Articles 5.13.2 shall be limited to
10% (ten percent) of the CONTRACT PRICE.

5.13.2

Notwithstanding the provisions of sub-Article 5.13.1, CONTRACTOR'S


liability shall be unlimited for the following cases:
a)

Quantity and Quality of products from PLANT is not achieved as


guaranteed as per Article 5.3.

b)

The WORKS COST is higher than 102.5% of the guaranteed


WORKS COST.

c)

For providing immunity against Patent infringement pursuant to


Article 5.12.1

d)

For providing immunity against indemnification pursuant to


Article 5.12.2

e)

The Pollution level and Noise level Guarantees as per Articles 5.3
have not been met.

f)

SUSTAINED LOAD TEST is not successfully conducted within 90


DAYS from MECHANICAL COMPLETION for reasons attributable
to CONTRACTOR.

5.14

VOID

5.15

Notwithstanding anything mentioned elsewhere in the CONTRACT


Neither CONTRACTOR nor OWNER shall be in any event be liable to
each others or any PARTY working under them for any loss of profits, loss
of interest, loss of production etc or for any other indirect and/or
consequential damages arising from their respective performance under
and in connection with the CONTRACT, irrespective of whether it is based
on contract, tort (including negligence) or otherwise.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

END OF ARTICLE 5

RE
DOCUMENT NO
SHEET 52 OF 78 V

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 53 OF 78 V

ARTICLE - 6
PRICES

6.1

CONTRACT PRICE

6.1.1

CONTRACT PRICE includes CONTRACTORs obligations as described


herein and under Article 3 :
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)

k)
l)
m)
n)
o)

6.1.2

Process License,
Know-how, Basic Engineering and Detailed Engineering,
Inspection of EQUIPMENT,
EQUIPMENT as per the scope of EQUIPMENT under this
CONTRACT
COMMISSIONING spares
Spare Parts
Civil and Structural works for installation of EQUIPMENT,
Custom Clearance, Port Handling and Onward dispatch to SITE and
Forwarding charges, if applicable,
Transportation and Freight up to SITE,
Unloading, Storage at SITE, site assembly, erection, preCOMMISSIONING and COMMISSIONING until ACCEPTANCE OF
PLANT,
Insurance including ALOP and DS,
All taxes as applicable in India and outside India for execution of
PLANT under CONTRACT including Works Contract tax, if any,
PROJECT Management and overheads,
GUARANTEE TEST RUNs and handing over of PLANT to OWNER.
All other costs, expenses and outgoing of the CONTRACTOR not
otherwise expressly set forth herein necessary, required or
incidental to the full, complete and proper performance and
discharge of the CONTRACTORs obligations under and in
accordance with the CONTRACT including completion of the
PLANT in all respects and overheads of the CONTRACTOR.

OWNER shall pay to CONTRACTOR a lump-sum fixed CONTRACT


PRICE, as per Price Schedule at Annexure-1.2 for the due and faithful
performance of CONTRACTORs obligations under the CONTRACT
including
proving
of
PERFORMANCE
GUARANTEES
and
ACCEPTANCE OF PLANT. CONTRACT PRICE provided for in this
Article covers entire consideration payable to CONTRACTOR for all
obligations of CONTRACTOR. The CONTRACT PRICE is fixed and firm
and not subject to any escalation during the contract period unless
otherwise stated elsewhere in the CONTRACT.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

6.1.3

RE
DOCUMENT NO
SHEET 54 OF 78 V

Price schedule :
Price Schedule is as per ANNEXURE-1.2

6.1.4

CONTRACT PRICE :
The CONTRACT PRICE is
Rs. _________________
and
Euro _________________
and
USD _________________
inclusive of all taxes, duties in India and outside India.
CONTRACTOR will provide required documentation to OWNER to enable
it to claim CENVAT credit.
Price Variation in CONTRACT PRICE shall be permitted as
hereunder up to placement of LOI:
Nickel Price variations
Price Variation for Nickel shall be as follows:
P = W (L2-L1)
Where
P : Price implication on account of Nickel variation in USD.
W : Nickel weight used in reformer tubes and its accessories
where Nickel content is more than 25%(w/w) as calculated
by CONTRACTOR in Metric Tons (MT) and submitted along
with Bid in Annexure 1.2.
L2 : LME Nickel price (3 months seller rate) per MT as on LOI
date
L1 : LME Nickel Rate (3 months seller rate) per MT as
considered in Bid preparation. Bidder to indicate considered
rate in its Bid in Annexure 1.2.
Copper Price variations
Price Variation for Copper Cables shall be as follows:
Variation in INR per KM of cables = CuF (Cu-Cuo)
Where
CuF = Variation factor for Copper as defined by IEEMA
Cu = Price of CC Copper rods exclusive of taxes and duties as
on 1st working day of the month subsequent to LOI
Cuo = Price of CC Copper rods exclusive of taxes and duties as
considered in Bid preparation. Bidder to indicate
considered rate in its Bid in Annexure 1.2.
The variation per KM arrived as above shall be multiplied by the
quantity in kilometres to arrive at overall variation. Bidder shall
submit required quantity of cable for each type of cable, i.e.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 55 OF 78 V

numbers of core and type of cable, power/control along with Bid


in Annexure 1.2.
Aluminium Price variations
Price Variation for Aluminium Cables shall be as follows:
Variation in INR per KM of cables = AIF (AI-AIo)
Where
AIF = Variation factor for Aluminium as defined by IEEMA
AI = Rate of EC grade Aluminium rods (properzi rods) exclusive
of taxes and duties as on 1st working day of the month
subsequent to LOI.
AIo = Rate of EC grade Aluminium rods (properzi rods) exclusive
of taxes and duties as considered in Bid preparation.
Bidder to indicate considered rate in its Bid. in Annexure
1.2
The variation per KM arrived as above shall be multiplied by the
quantity in kilometres to arrive at overall variation. Bidder shall
submit required quantity of cable for each type of cable, i.e.
numbers of core and type of cable, power/c ontrol along with Bid
in Annexure 1.2.
6.1.5

The CONTRACT PRICE includes the cost of all CONTRACTOR's and


other miscellaneous EQUIPMENT, materials, services and works needed
to complete and remedy DEFECTs and deficiencies, if any, in the PLANT
in accordance with the CONTRACT.

6.1.6

CONTRACT PRICE includes all travel, accommodation and living costs of


personnel of CONTRACTOR, SUB-CONTRACTOR, VENDOR and their
agents for traveling to and from PLANT SITE and other places / countries
as may be necessary for the proper performance of CONTRACTORs
responsibilities under CONTRACT and shall also include all costs and
expenses incurred in attending such meetings in connection with
CONTRACT as OWNER may reasonably require.

6.2

Taxes and Duties

6.2.1

CONTRACTOR shall be entirely responsible for all taxes, stamp duties,


license fees, and other such levies under this CONTRACT.

6.2.2

CONTRACTOR shall be entirely responsible for all taxes, duties, etc. under
the CONTRACT as applicable as on EFFECTIVE DATE OF CONTRACT.
However, any statutory variation in Indian -tax laws after EFFECTIVE
DATE OF CONTRACT, but within the contractual period will be to
OWNERs account. However any variation in taxes, duties beyond
contractual period shall be in the CONTRACTORs account provided the
delay is solely attributable to CONTRACTOR.

6.2.3

All taxes / levies as may be levied / leviable including income tax in respect
of payments to be made to the CONTRACTOR under this CONTRACT
shall be borne and paid by CONTRACTORS. The OWNER however, shall
provide all assistance to the CONTRACTOR in connection with the same.
Any amount which the OWNER may be required by law to deduct at source

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 56 OF 78 V

towards income tax shall be deducted by the OWNER out of the amount
payable to CONTRACTOR and the balance amount shall be paid by the
OWNER to the CONTRACTOR. The OWNER shall however, provide the
CONTRACTOR the receipts evidencing the payment.
6.2.4

As regards Indian income tax, surcharge on income tax and any other
corporate tax, the OWNER shall not bear any tax liability whatsoever
irrespective of the mode of contracting. The CONTRACTOR (whether
domestic or foreign) shall be liable and responsible for payment of such tax
if attracted under the provision of the law, foreign/non-resident
CONTRACTOR are advised to check all provisions of the Indian Income
Tax Act and circulars issued by the central board of direct taxes,
Government of India.

6.2.5

Personal income tax payable, if any, in respect of salary of the


CONTRACTOR'S foreign national personnel shall be payable by the
individual deputed by CONTRACTOR.

6.2.6

Void

6.2.7

In case of indigenous supplies, applicable Taxes and Duties etc. shall be


paid by the CONTRACTOR as per Article 6.2 CONTRACTOR shall submit
all relevant documents (Excise Invoice / CENVAT Tax Invoice etc.) to
OWNER for availing CENVAT / VAT credit. In case of failure of providing
such documents, the amount for such taxes / duties shall be recovered
from CONTRACTOR. Also, In case of indigenous supplies, Interstate Sales
Transactions shall be done on 6(2) basis against form C.

6.2.8

The relevant documents for availing CENVAT benefits shall have to be


submitted by the CONTRACTOR within the stipulated time to OWNER.

6.2.9

The CONTRACTOR shall be deemed to have prepared the CONTRACT


on the basis of its independent judgment and to have made all necessary
allowances and provisions to ensure that the PLANT will meet all technical
SPECIFICATIONS including specified performance requirements and
guarantees and be entirely suitable for the purpose for which it is intended.
Accordingly, the CONTRACT Price will, without extra price and/or
extension of time, be held to include everything implicitly or otherwise
required or necessary for the proper and timely completion of the Works
including acceptance of PLANT in accordance with the CONTRACT.

6.2.10

The CONTRACT PRICE includes the cost of all CONTRACTOR's and


other miscellaneous equipment, materials, services and works needed to
complete and remedy DEFECTs and deficiencies, if any, in the PLANT in
accordance with the CONTRACT.

6.2.11

CONTRACT Prices includes for all travel, accommodation and living


costs of management and engineering staff in traveling to, from and
in Narmadanagar, Bharuch, Gujarat, India and other countries as
may be necessary for the proper performance of the
CONTRACTORS' responsibilities under the CONTRACT and shall
include all costs and expenses incurred in attending such meetings
in connection with the CONTRACT as OWNER may reasonably
require.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

END OF ARTICLE 6

RE
DOCUMENT NO
SHEET 57 OF 78 V

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 58 OF 78 V

ARTICLE - 7
TERMS OF PAYMENT
7.1

Terms of Payment for CONTRACT PRICE

7.1.1

Payments against License, Technical Know-How & Basic engineering


as per Article 6.1.3:
-

7.1.2

10% of the technical know-how, design & engineering fee shall


be paid as an adjustable advance to the CONTRACTOR on
presentation of following documents.
a)

CONTRACT copy duly signed by PARTIES

b)

Commercial invoice

c)

Bank guarantee equal to 110% the amount of advance as


per performa at ANNEXURE-1.17

80% pro-rata on progress based on receipt of Basic engineering


documents through a mutually agreed schedule during Kick-off
meeting, within 30 DAYS of submission of invoices.

10% on MECHANICAL COMPLETION and receipt of operating


manual and proprietary information for PLANT operation within
30 DAYS of submission of invoices.

5 % on successful completion of SUSTAINED LOAD TEST


within 30 DAYS of submission of invoices and Security Bond for
Performance Guarantee

5 % on final ACCEPTANCE OF PLANT duly commissioned and


certified by the OWNER within 90 DAYS of such certification.

Payment against Detail engineering as per Article 6.1.3:


-

10% of the Detail engineering fee shall be paid as an adjustable


advance to the CONTRACTOR on presentation of following
documents.
a)

CONTRACT copy duly signed by CONTRACTOR

b)

Commercial invoice

c)

Bank guarantee equal to 110% the amount of advance as


per performa at ANNEXURE-1.17

80% pro rata on progress based on receipt of detailed


engineering documents through a mutually agreed schedule
within 30 DAYS of submission of invoices

10% on MECHANICAL COMPLETION and receipt of operating


manual and proprietary information for PLANT operation within
30 DAYS of submission of invoices.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

7.1.3

RE
DOCUMENT NO
SHEET 59 OF 78 V

5 % on successful completion of SUSTAINED LOAD TEST


within 30 DAYS of submission of invoices and Security Bond for
Performance Guarantee

5 % on final ACCEPTANCE of the PLANT duly commissioned


and certified by the OWNER within 90 DAYS of such
certification.

Payments against supply of EQUIPMENT and Spares of mechanical,


electrical, instrumentation and other equipments as per Article 6.1.3:
-

7.1.4

10% of the price for EQUIPMENT shall be paid as an adjustable


advance to the CONTRACTOR on presentation of following
documents.
a)

CONTRACT copy duly signed by PARTIES.

b)

Commercial invoice

c)

Bank guarantee equal to 110% the amount of advance as


per performa at ANNEXURE-1.17

10% On pro-rata basis, upon placement of PURCHASE


ORDER(S) for major EQUIPMENT within 30 DAYS of
submission of invoices. List of major EQUIPMENT shall be
mutually agreed during Kick-off meeting.

70% together with all duties and taxes on proof of dispatch, prorata for each consignment within 30 DAYS of submission of
invoices as per CONTRACTORs Billing Schedule duly approved
by OWNER.

10% on MECHANICAL COMPLETION and receipt of operating


manual and proprietary information for PLANT operation within
30 DAYS of submission of invoices.

5 % on successful completion of SUSTAINED LOAD TEST


within 30 DAYS of submission of invoices and Security Bond for
Performance Guarantee.

5 % on final ACCEPTANCE OF PLANT duly commissioned and


certified by the OWNER within 90 DAYS of such certification.
Payments against Civil Works,
COMMISSIONING: Article 6.1.3:

Erection,

Construction

and

10 % of the price for Erection, Construction and


COMMISSIONING shall be paid as an advance to the
CONTRACTOR and on presentation of following documents.
i)

CONTRACT copy duly signed by PARTIES.

ii)

Commercial invoice

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 60 OF 78 V

iii) Bank guarantee equal to 110% the amount of advance as


per performa at ANNEXURE-1.17
iv) CONTRACTOR shall submit, within one month, copy of
unpriced Letter of Intent placed by the CONTRACTOR on
Construction SUB-CONTRACTOR.
-

80% against running bills on pro-rata basis for work completed


each MONTH duly certified by OWNER within 15 DAYS of such
certification.

10% on MECHANICAL COMPLETION and receipt of operating


manual and proprietary information for PLANT operation within
30 DAYS of submission of invoices.

5 % on successful completion of SUSTAINED LOAD TEST


within 30 DAYS of submission of invoices

5 % on final ACCEPTANCE of the PLANT duly commissioned


and certified by the OWNER within 90 DAYS of such
certification.

7.2

VOID.

7.3

Payment currencies
Payments shall be made in the currency in which the CONTRACT PRICE
has been stated.

7.4

Instructions for Invoicing and Payment Documentation

7.4.1

Invoicing
Invoicing shall be in compliance with the stipulation of the CONTRACT and
the following instructions:
CONTRACTOR is liable for all costs arising from non-compliance with the
instructions.
As far as possible description of EQUIPMENT in the invoice and dispatch
documents shall match the description in the CONTRACT.
The invoicing for supplies, ocean freight, inland transportation, insurance,
erection and COMMISSIONING etc. shall be raised separately by the
CONTRACTOR and shall be duly certified by OWNER.
The invoice shall contain the following information :
i)

CONTRACT no.

ii)

Item no., quantity and complete description

iii)

ITEM-WISE net price (unit and total) of the EQUIPMENT when


applicable

iv)

Net amount payable by deducting possible advance payments


already invoiced if any and the guarantee retention amount if any
from the total value of the EQUIPMENT being invoiced

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 61 OF 78 V

v)

Statement that the EQUIPMENT are meant for Gujarat Narmada


Valley Fertilizers & Chemicals Limited, BAUP PROJECT, PO :
Narmadanagar 392 015, District - Bharuch , Gujarat, India

vi)

Marks, number and quantity of packages as well as contents of each


package

vii)

Statement that the EQUIPMENT are exempted from certain specified


duties and taxes in CONTRACTOR's country (in case of foreign
order),

viii)

Delivery Challan No. / B/L / LR no.

The country of origin is stated in the separate certificate of origin.


The signed invoices, original and copy shall be made on CONTRACTOR'S
letter head and shall be duly signed.
Invoices for advance and progress payment(s) shall state the information
under (i), (ii) and (iii).
Invoices for guarantee retention money shall state the information under (i)
to (viii).
7.4.2

Payment Documentation

7.4.3

Advance payment
Advance payment shall be made on furnishing the following which shall be
adjusted in all subsequent payments till MECHANICAL COMPLETION;

7.4.4

1)

Invoice for amount of advance in original and two (2) copies

2)

Signing of the CONTRACT by PARTIES.

3)

Original bank guarantee in the prescribed proforma of the amount


equal to the advance payment in one(l) copy valid up to
ACCEPTANCE OF PLANT plus claim period of three months issued
by any of the first class international bank or Indian nationalized
banks or its foreign branches. Advance payment Bank Guarantee
furnished by the Contractor
towards advance would be
reduced quarterly subject to adjustment made from Contractors
running bill.

4)

Original Bank Guarantee for Performance of Contract in the


prescribed performa attached at ANNEXURE-1.16A for 10% of the
CONTRACT PRICE valid up to the ACCEPTANCE OF PLANT plus
claim period of three months in the form of Bank Guarantee issued by
any of the first class international bank or Indian nationalized bank or
its foreign branch.

Progress Payment
1)

Invoice for progress payment amount in original and two (2) copies
duly certified by owner.

2)

Progress Certificate from the beneficiary to the effect that progress


achieved is equal to progress invoiced, duly certified by OWNER,
certificate in one (1) original plus two (2) copies.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

7.4.5

RE
DOCUMENT NO
SHEET 62 OF 78 V

Billing Schedule
After award of CONTRACT, CONTRACTOR shall submit detailed Billing
Schedule for supply and services for OWNERs approval. Progressive
payment shall be made based on the approved Billing Schedule.

7.4.6

Bank Guarantee for Warranty Obligations:


CONTRACTOR shall, before receiving 5 % payment against completion of
SUSTAINED LOAD TEST, shall submit Security Bond for Performance
Guarantee for the value of 5% of CONTRACT PRICE as per Performa
attached at ANNEXURE-1.16B issued by any of the first class international
bank or Indian nationalized bank or its foreign branch valid until the end of
warranty period mentioned under Article 5.1.1.2 for CONTRACTOR's due
and faithful performance of
all its warranty obligations under the
CONTRACT plus claim period of three months. Before receiving last
payment CONTRACTOR shall also submit the final documentation in
requisite numbers.
If required, the above Security Bond for Performance Guarantee shall be
further extended until fulfillment of CONTRACTOR's warranty obligations
as per Article 5.1.1.5.
The Security Bond for Performance Guarantee will be discharged by the
OWNER not later than 15 DAYS following the date of completion of the
CONTRACTOR's performance obligations, including any warranty
obligations, under the CONTRACT.

END OF ARTICLE 7

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 63 OF 78 V

ARTICLE 8
MECHANICAL COMPLETION,
COMMISSIONING AND GUARANTEE TEST RUN
8.1

MECHANICAL COMPLETION period


CONTRACTOR shall guarantee that MECHANICAL COMPLETION shall
occur within 31 MONTHS from EFFECTIVE DATE OF CONTRACT.

8.2

MECHANICAL COMPLETION.
CONTRACTOR shall be responsible for completing the design,
engineering, procurement, inspection and expediting, arranging for
transportation of EQUIPMENT, erection and construction of the PLANT
and pre-COMMISSIONING for making PLANT ready for acceptance of
feedstock at MECHANICAL COMPLETION.
MECHANICAL COMPLETION for PLANT is defined as the date at which
PLANT after mechanical erection and pre-COMMISSIONING, is ready for
acceptance of feed to be introduced to and can continue to receive feed
leading to production of Ammonia and Urea excepting for liquidation of
punch list items, which shall be mutually discussed and agreed upon
between the PARTIES.
MECHANICAL COMPLETION shall include completion of all required
activities of mechanical erection and pre-COMMISSIONING including but
not limited to the following activities:

8.2.1

Mechanical Erection
a)

PLANT or the portion there of is installed in accordance with the


drawings, SPECIFICATIONS, and CONTRACT, including any
approved changes thereto, and in accordance with all applicable
codes and laws.

b)

All coded pressure EQUIPMENT is hydrostatically or pneumatically


tested once either in the CONTRACTOR's shop or in the field in
accordance with applicable codes or purchase SPECIFICATIONS.

c)

All heat exchangers, fired heaters and waste heat boilers are
hydrostatically or pneumatically tested. All pre-COMMISSIONING
checks are made in accordance with manufacturer's instructions.

d)

Compressor, Pumps, machinery and all drives are cold aligned.


Couplings are assembled and guards installed.

e)

Instruments and safety interlocks are installed, inspected, and such


non-operating checks are made as to assure operability in the
manner required for the process application. Instrument air lines are
checked for correct hook-up. Air lines are leak-tested. Orifice plates
are checked for correct bore diameter, ready for OWNER'S
installation after completion of flushing operations.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

8.2.2

RE
DOCUMENT NO
SHEET 64 OF 78 V

f)

Relief valves are installed. Prior to this, they will have been checked
by the VENDOR in the VENDOR'S shop and rechecked at SITE.

g)

Piping is hydrostatically or pneumatically tested in accordance with


the SPECIFICATIONS. Special treatment, such as chemical
cleaning, is done as required by the drawings or SPECIFICATIONS.
Suction screens are installed. Test blinds are removed. Spring
supports, anchors, and guides are checked for removal of all shipping
and erection stops and for correctness of cold settings.

h)

The electrical system is installed, integrating with the electrical


system of PROJECT and tested in accordance with and to the extent
required by the electrical SPECIFICATIONS. All wiring is checked
for correct hook-up. Motor rotation is checked. All power system
protective devices are set.

i)

Insulation is complete to the extent necessary to permit the start of


COMMISSIONING and start-up.

j)

Painting is completed to the extent that the incomplete work does not
prevent the start of COMMISSIONING and start up.

k)

All inert packing and bed support materials such as raschig rings and
alumina balls be installed.

l)

Temporary construction facilities are removed to the extent necessary


to permit the start of COMMISSIONING and start-up.

Pre-COMMISSIONING
The following is a list of typical work performed including but not limited to,
after PLANT is mechanically complete.
a)

Materials and labour are provided to flush, grease, pack, and


lubricate all pumps, compressors, other machinery, and their drives.

b)

All machinery and drives are run-in, hot-checked for alignment, and
doweled. Necessary adjustments are made as result of running-in,
including resetting turbine over speed trips.

c)

Control valves are installed. Instruments, analyzers, controls,


interlocks, alarms, and related items are commissioned, including
operating checks, provision and installation of seal fluids are
required, checking and adjusting settings, standardizing, and
calibration and proof tests.

d)

Electrical relays and trips are commissioned and tested.

e)

Valves are lubricated, packed or re-packed, adjusted, or otherwise


serviced.

f)

Temporary strainers are removed, cleaned, and reinstalled.

g)

Slip blinds required in preliminary circulation and start-up lines are


installed and removed.

h)

EQUIPMENT and lines are flushed, purged, blown, and dried as


required for cleanliness, safety, and process considerations. All

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 65 OF 78 V

flanges are boxed up with proper gaskets. Target blowing is


completed wherever required.
i)

Final adjustments are made to pipe, supports and hangers.

j)

All fire protection and safety facilities are commissioned and put into
operation and all safety provisions initiated, including practices,
procedures, permits, and other precautionary measures needed to
ensure the safety of personnel and property.

8.2.3

As soon as MECHANICAL COMPLETION has been achieved,


CONTRACTOR shall present PLANT for inspection and on being satisfied
about its completion, OWNER shall issue a certificate to CONTRACTOR
within 7 DAYS indicating the date of MECHANICAL COMPLETION,
provided PLANT can continue to receive feed leading to production of
Ammonia and Urea.

8.3

Permits and Certificates


CONTRACTOR shall procure, at its expenses, all necessary permits,
certificates and licenses as may be required in their name by virtue of all
applicable laws, regulations, ordinances and other rules in effect at the
place where any of the WORK is to be performed, and CONTRACTOR
shall further hold OWNER harmless from liability or penalty which might be
imposed by reason of any asserted or established violation of such laws,
regulations, ordinances or other rules. OWNER will provide the necessary
permits for CONTRACTOR'S personnel to undertake any WORK in India
in connection with CONTRACT.

8.4

Specifications
CONTRACTOR agrees that all EQUIPMENT furnished will be in strict
accordance with the SPECIFICATIONS as provided, however, that any
apparent omission or error in the SPECIFICATIONS will be met by the
CONTRACTOR if such omission is necessary for the functioning of the
EQUIPMENT or material to be supplied and that the CONTRACTOR, prior
to proceeding with the work under CONTRACT, will call to the attention of
OWNER any such omission or error or ambiguity in the SPECIFICATIONS
requiring clarification.

8.5

Performance Tests

8.5.1

General
CONTRACTOR shall prove the performance guarantees specified in
PART-II: TECHNICAL, SECTION-7.0 during tests of PLANT as specified
under the following headlines:
-

SUSTAINED LOAD TEST

Notice of GUARANTEE TEST RUN

GUARANTEE TEST RUN

Measurements during GUARANTEE TEST RUN

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

Inconsistent Measurements

Deviations from SPECIFICATIONS

GUARANTEE TEST RUN Results


END OF ARTICLE 8

RE
DOCUMENT NO
SHEET 66 OF 78 V

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 67 OF 78 V

ARTICLE - 9
ACCEPTANCE OF PLANT

9.1

PLANT shall be considered accepted by OWNER and OWNER shall issue


ACCEPTANCE certificate to CONTRACTOR, when:

9.1.1

The performance guarantees given for PLANT, for capacity, product


quality, WORKS COST and Noise & Pollution Level shall be discharged
when the performance tests of PLANT have been successfully carried out
as stipulated in Article 8.5. / Article 5.3. Alternatively, CONTRACTOR'S
liability for such guarantees shall also be discharged on the occurrence of
any of the following events.
a)

MUTUALLY AGREED DAMAGES as specified in Article 5.9.2 have


been paid to OWNER and guarantees for Pollution Level pursuant to
Articles 5.3 have been met.

b)

OWNER notifies CONTRACTOR in WRITING that OWNER does not


require demonstration of performance guarantees by a GUARANTEE
TEST RUN

c)

OWNER elects not to carry out any modification as may be required


to be carried out by CONTRACTOR pursuant to Articles 5.9.2

9.1.2

Within 30 (thirty) DAYs from the discharge of CONTRACTOR from liability


for performance guarantees, OWNER shall send to CONTRACTOR a
signed Certificate for ACCEPTANCE OF PLANT. On issue of this
Certificate of Acceptance by OWNER, CONTRACTOR shall become
entitled to receive payment of all unpaid amounts due to CONTRACTOR
subject to CONTRACTOR'S fulfilling the obligations stipulated under the
CONTRACT.

9.1.3

In the event of CONTRACTOR'S liability for performance guarantees has


been discharged under paragraphs (a) through (g) of Article 5.13.2, and if
OWNER thereafter requests that CONTRACTOR furnishes operating
advisers and other expatriate personnel to direct a performance test of
PLANT and to comment or report thereon, CONTRACTOR shall furnish to
OWNER such supervisory personnel for a maximum period of 12
MONTHS from the date of ACCEPTANCE OF PLANT at rates to be
mutually agreed between the PARTIES.
END OF ARTICLE 9

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 68 OF 78 V

ARTICLE -10
TERMS AND CONDITIONS OF CONTRACT
Following Terms and conditions which are discussed and agreed by both
the PARTIES shall apply to this CONTRACT:
10.1

Governing Language

10.1.1

The CONTRACT shall be in English language. All literature,


correspondence and other documents pertaining to the CONTRACT,
which are exchanged by the PARTIES shall be in English language.
Printed literature for any of the obligations of the CONTRACTOR
shall only be considered, if it is accompanied by English translation.
English translation shall govern and be binding to all PARTIES.

10.2

Governing Laws
All questions related to or arising out of this CONTRACT including but not
limited to its validity, interpretation, performance and breach shall be
governed by Indian laws.

10.3

EFFECTIVE DATE OF CONTRACT


The CONTRACT between CONTRACTOR and OWNER shall become
effective upon issue of Letter of Intent to CONTRACTOR by OWNER.

10.4

Completion Period
CONTRACTOR shall be responsible for completing the design,
engineering, procurement, inspection and expediting, arranging for
transportation to SITE, erection and Pre-Commissioning of PLANT for
MECHANICAL COMPLETION. CONTRACTOR guarantees that
MECHANICAL COMPLETION shall occur within 31(thirty-one) MONTHS
from the EFFECTIVE DATE OF CONTRACT.

10.5

Contract Confirmation and Entire Agreement.


After signing of CONTRACT, the terms and conditions contained herein
take precedence over all previous terms and conditions and
correspondence between the PARTIES and the PARTIES waive and
consider as void any and all such terms and conditions. No waiver
alternation or modification of any provision here to shall be binding on
either PARTIES unless approved in WRITING by the PARTIES to the
CONTRACT.

10.6

Instructions, Directions and Correspondence.

10.6.1.

The PLANT and all deliverable described in the CONTRACT are to be


supplied according to the standards, data sheets, tables,
SPECIFICATIONS and drawings enclosed with the CONTRACT and
according to all terms and conditions specified in the CONTRACT.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 69 OF 78 V

a)

All instructions and orders to CONTRACTOR shall, excepting what is


herein provided be given by OWNER in accordance with the
provisions of the CONTRACT.

b)

All the WORK shall be carried out under the overall direction of the
OWNER and in accordance with the provisions of the CONTRACT.

c)

All communications including technical-commercial clarification


and/or comments shall be addressed to OWNER and shall always
bear reference to the CONTRACT.

d)

The CONTRACT number shall be shown on all invoices,


communications, packing lists, containers and Bills of Lading/Lorry
Receipt, etc.

10.6.2.

Correspondence on technical and commercial matters shall be dealt with


in separate letters and each correspondence shall deal with only one
issue. Each copy of the letter shall be complete with all Annexures.

10.6.3.

Correspondence with respect to Expediting and Inspection shall be done


directly with INSPECTOR with copy to OWNER.

10.7

Modifications in CONTRACT

10.7.1.

All modifications leading to changes in the CONTRACT with respect to


technical and/or commercial aspects, shall be considered valid only when
accepted in WRITING by OWNER and CONTRACTOR by issuing
amendment to the CONTRACT. Issuance of acceptance or otherwise in
such cases shall not be any ground for extension of agreed delivery dates
and also shall not affect the performance of CONTRACT in any manner
except to the extent mutually agreed to through a modification of
CONTRACT in WRITING.

10.7.2.

OWNER shall not be bound by any printed conditions, provisions in the


CONTRACTORS Bid Forms or acknowledgement of CONTRACT, invoice,
packing list and other documents which purport to impose any condition at
variance with or supplemental to CONTRACT.

10.8

CHANGE IN SCOPE OF CONTRACT.

10.8.1.

OWNER shall have the right to request in WRITING changes in SCOPE


OF CONTRACT within the scope of CONTRACT. When the request for a
change by OWNER has been agreed by both the PARTIES and complied
with by CONTRACTOR, then CONTRACTOR'S obligations under
CONTRACT shall remain unaffected unless otherwise agreed by both the
PARTIES in WRITING.

10.8.2.

For each request for a change in SCOPE OF CONTRACT,


CONTRACTOR shall promptly inform OWNER in WRITING whether this
request will fall within the provision of the CONTRACT. If this request does
not fall under the provision of the CONTRACT and CONTRACTOR has to
incur additional expenses, then CONTRACTOR shall promptly submit a
cost estimate, and terms of payment for making the requested change
together with the details of any variation required to be made to any of

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 70 OF 78 V

CONTRACTOR'S or OWNER'S obligations and/or guarantees, time


schedules, etc.
10.8.3.

If in CONTRACTOR'S opinion fulfillment of any of its obligations under


CONTRACT would be jeopardized by a change requested by OWNER,
then CONTRACTOR shall explain in WRITING to OWNER the reasons for
not accepting these changes within 30 (thirty) DAYS of receipt of
OWNER'S written request.

10.8.4.

OWNER and CONTRACTOR shall agree upon the basis and terms of the
change in SCOPE OF CONTRACT in WRITING.

10.8.5.

It is understood that no change shall become effective and no change will


alter the SCOPE OF CONTRACT and /or WORK until all of the matters
referred to have been mutually agreed upon in WRITING by OWNER and
CONTRACTOR.

10.8.6.

It is agreed by both PARTIES that the following changes shall not be


considered as change in the meaning of this Article 10.8.

10.9

a)

Changes requested by OWNER and accepted by CONTRACTOR


which do not involve any additional cost or man-hour effort.

b)

Changes in CONTRACTOR'S scope of EQUIPMENT and/or WORK


required on account of CONTRACTOR not having included any item
of scope of EQUIPMENT which in the opinion of
OWNER/CONTRACTOR is necessary for the normal safe and
continuous operation of PLANT as referred to in Article 3.3.3.

Change in Codes and Standards


Any change in codes, standards, SPECIFICATIONS or practice in the
SPECIFICATIONS including changes in pollution control and
environmental norms, etc. whether related or arising out of statutory
regulations/requirements or otherwise taking place on or after the
EFFECTIVE DATE OF CONTRACT but within the contractual period,
which entails additional costs, shall be to the account of OWNER.

10.10

Use of Contract Documents and Information

10.10.1. The CONTRACTOR shall not, without the OWNER'S prior written consent
disclose the CONTRACT or any provision thereof, or any
SPECIFICATION, plan, drawing, pattern, sample or information furnished
by or on behalf of the OWNER in connection therewith, to any person
other than a person employed by the CONTRACTOR in the performance
of the CONTRACT. Disclosure to any such employed person shall be
made in confidence to the extent necessary for purpose of such
performance and shall be bound by similar secrecy obligations.
10.10.2. Similarly, the OWNER shall not, without the CONTRACTORs prior written
consent disclose the CONTRACT or any provision thereof, or any
SPECIFICATIONS, plan, drawing, pattern, sample or information furnished

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 71 OF 78 V

by or on behalf of the CONTRACTOR in connection therewith, to any


person other than a person employed by the CONTRACTOR in the
performance of the CONTRACT. Disclosure to any such employed person
shall be made in confidence to the extent necessary for purpose of such
performance and shall be bound by similar secrecy obligations.
10.10.3. The CONTRACTOR shall not without the OWNER'S prior written consent
make use of any document or information enumerated in Article 10.10.1
except for purpose of performing the CONTRACT.
10.10.4. Similarly, the OWNER shall not without the CONTRACTORs prior written
consent make use of any document or information which is of proprietary
nature and is provided by the CONTRACTOR enumerated in Article
10.10.2 except for purpose of performing the CONTRACT.
10.10.5. Any document, other than the CONTRACT itself, enumerated in Article
10.10.1 shall remain the property of the OWNER and shall be returned (in
all copies) to the OWNER on completion of the CONTRACTOR'S
performance under the CONTRACT if so required by the OWNER.
10.11

Bank Guarantee for Performance of CONTRACT

10.11.1 The proceeds of Bank Guarantee for Performance of CONTRACT


shall be appropriated by the OWNER as compensation resulting
from the CONTRACTOR'S failure to complete its obligations under
the CONTRACT without prejudice to any of the other rights or
remedies the OWNER may be entitled to as per Terms and
Conditions of CONTRACT.
10.11.2 The Bank Guarantee for Performance of CONTRACT shall be
denominated in currency indicated in CONTRACT PRICE.
10.11.3 The Bank Guarantee for Performance of CONTRACT in the form of
Bank Guarantee shall be valid till the ACCEPTANCE OF PLANT
with claim period of three months. If scheduled date of
ACCEPTANCE OF PLANT is delayed for any reason,
CONTRACTOR shall extend the Bank Guarantee for Performance of
CONTRACT without any cost to OWNER.
10.11.4 The Bank Guarantee for Performance of CONTRACT will be
discharged by the OWNER not later than 15 DAYS following the
date of completion of the CONTRACTOR'S performance obligations
under the CONTRACT.
10.11.5 Performance Bond for the Warranty Period:
Please refer to Article 7.4.6 and ANNEXURE-1.16B for format of
Performance Bond.
10.12

SUB-CONTRACTS

10.12.1

CONTRACTOR may make use of the services of SUB-CONTRACTOR(s)


in accordance with CONTRACT. The obligations and responsibilities of the
CONTRACTOR listed in or referred to in Article-3 shall not in any manner
limit the general scope of obligations and responsibilities of designing,

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 72 OF 78 V

engineering, procurement, construction, COMMISSIONING and proving


the performance guarantees of PLANT within the scope of CONTRACT.
10.12.2

Approval of Major SUB-CONTRACTORS.


Except as otherwise specified in this CONTRACT, CONTRACTOR shall,
as soon as practicable and before commencement of the WORK, furnish
to OWNER, for acceptance a list, including address and name of contact
person, of all proposed major SUB-CONTRACTORS together with a copy
or description of any warranties which are to be supplied by such major
SUB-CONTRACTORS. Any changes to such list of major SUBCONTRACTORS shall also require the prior approval of OWNER in
WRITING.
Following prequalification criteria shall be adopted for the vendors
which are not in the agreed Vendor list:

i. The BIDDER should specify, while pre-qualifying the


Vendors, that during the past 10 years the Vendor should
have supplied at least two similar plant equipments or
machinery. The BIDDER should satisfy themselves that
sufficient documentary proof is submitted by the Vendors
in support of this criterion. However, in case of critical
equipment, in addition to above criterion, the Vendor
should also be prequalified by Process Licens or.
ii. The Bidder would be ultimately responsible for verifying
the credentials, the quality of the equipment, machinery
and timely supply.

iii. Materials

/ Equipment
recommended

10.12.3

of

Chinese

Origin

are

not

Relations with SUB-CONTRACTORS


All WORK performed or materials supplied by SUB-CONTRACTOR shall
be pursuant to an appropriate SUB-CONTRACT, or similar agreement
which shall, as appropriate, contain provisions that:

10.12.3.1. Preserve and protect all the rights of OWNER here under the WORK to be
performed or materials supplied under the SUB-CONTRACT;
10.12.3.2. Required that such WORK be performed or materials be fabricated,
supplied and installed in strict accordance with the applicable
requirements of this CONTRACT.
10.12.3.3. Obligate such SUB-CONTRACTOR to consent to and be bound by those
obligations under this CONTRACT which by their terms are intended to
also obligate such SUB-CONTRACTORS, including the provisions of this
Article.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 73 OF 78 V

10.12.3.4. Insurance cover related to work of SUB-CONTRACTOR is


responsibility of the CONTRACTOR.
10.12.4

the

CONTRACTOR Responsible for WORK


CONTRACTOR is responsible for the WORK, and that the performance
thereof conforms in all respects to the requirements of this CONTRACT,
regardless of any failure of any SUB-CONTRACTOR to perform or any
disagreement between any SUB-CONTRACTORS or between any SUBCONTRACTOR and CONTRACTOR. CONTRACTOR shall furnish such
information relative to its SUB-CONTRACTORS (including copies of
unpaid SUBCONTRACTS or PURCHASE ORDER) as OWNER may
request.

10.12.5

Damages.
CONTRACTOR shall agree to hold all SUB-CONTRACTORS, including all
persons directly or indirectly employed by them, responsible for any
damages due to breach of CONTRACT or any negligent act and to
diligently endeavour to effect recoveries in such damages.

10.12.6

Work of SUB-CONTRACTOR(S) and CONTRACTOR


CONTRACTOR shall remain responsible for proper execution of such part
of WORK as are carried out by SUB-CONTRACTOR(S) and any failure of
SUB-CONTRACTOR(S) or CONTRACTOR(S) shall not relieve
CONTRACTOR of its obligations under CONTRACT. Furthermore, in the
event of any default by SUB-CONTRACTOR(S), CONTRACTOR may
either take over SUB-CONTRACTOR's part of WORK on mutually agreed
terms or take remedial action as may be necessary in order to achieve
completion of PLANT and any other activities leading to ACCEPTANCE
OF PLANT by OWNER.

10.13

Termination of CONTRACT

10.13.1. Termination for Default


10.13.1.1. The OWNER may without prejudice to any other remedy for breach of
CONTRACT, terminate the CONTRACT in whole or in part, by written
notice of default sent to the CONTRACTOR.
a.

If the CONTRACTOR fails to supply the EQUIPMENT to meet


the ACCEPTANCE OF PLANT schedule and/or

b.

If the CONTRACTOR fails to perform any other material


obligation(s) under the CONTRACT

Provided that, in either of the above circumstances, does not rectify


his failure or initiate suitable steps to mitigate the failure within a
period of 30 DAYS (or such longer period as the OWNER may
authorize in WRITING) after receipt of the default notice from the
OWNER.
10.13.1.2. In the event the OWNER terminates the CONTRACT in whole or in part,
pursuant to Article 10.13.1.1 the OWNER may take alternative actions,
upon such terms and in such manner as he deems appropriate, for

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 74 OF 78 V

EQUIPMENT and services similar to those undelivered and the


CONTRACTOR shall be liable to the OWNER for any excess costs for
such similar EQUIPMENT provided in the CONTRACT for incomplete
portions. However, the CONTRACTOR shall continue performance of the
CONTRACT to the extent not terminated.
10.13.2. Termination for Insolvency
The OWNER may at any time terminate the CONTRACT giving notice in
WRITING to the CONTRACTOR, without compensation to the
CONTRACTOR for the incomplete portion of WORK, if the
CONTRACTOR becomes bankrupt or otherwise insolvent, provided that
such termination will not prejudice or affect any right of action or remedy
which has occurred or will accrue thereafter to the OWNER.
10.13.3. Termination for Convenience
10.13.3.1. The OWNER shall, by giving 1 (one) MONTH advance notice in WRITING
to the CONTRACTOR, terminate the CONTRACT, in whole or in part, at
any time for his convenience. The notice of termination shall specify that
termination is for the OWNER'S convenience, the extent to which
performance of WORK under the CONTRACT is terminated and the date
upon which such termination becomes effective.
10.13.3.2. The EQUIPMENT that are complete and ready for shipment within 30
DAYS after the CONTRACTOR'S receipt of notice of termination shall be
purchased by OWNER from the CONTRACTOR at the CONTRACT terms
and prices. For remaining EQUIPMENT, the OWNER may opt:
a) to have any portion completed and delivered at the CONTRACT terms
and prices and/or
b) to cancel the remainder and pay to the CONTRACTOR an agreed
amount for partially completed EQUIPMENT and for materials and
parts previously procured by the CONTRACTOR.
c) Plus pay to the CONTRACTOR any other commitment cost that may
be necessary due to such termination, provided such a claim is
supported by documentary evidence from the CONTRACTOR
10.13.4. Notwithstanding anything elsewhere provided in the CONTRACT
documents, all advances made by the OWNER to the
CONTRACTOR shall forthwith become repayable to the OWNER in
the event of the CONTRACT being terminated for any c ause. In
such event of termination the advance shall be recoverable with
interest @ SBI BR + 5.5% from CONTRACTOR.
10.14

Force Majeure

10.14.1. Neither the CONTRACTOR/ SUBCONTRACTOR nor the OWNER shall


be considered in default in the performance of their contractual obligations
under the CONTRACT, as long as such performance is prevented or
delayed, for reasons, such as Acts of God, severe earthquake, typhoon or
cyclone (except monsoon), floods, lightning, landslide, fire or explosions,

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 75 OF 78 V

plague or epidemics, strikes, lockouts (lasting more than 10 consecutive


calendar DAYS), sabotage, terrorism, blockade, war, riots, invasion, act of
foreign enemies, hostilities (whether war be declared or not) civil war,
rebellion, revolution, insurrection/or military usurped power or confiscation
or trade embargoes or destruction or requisition by order of any
Government or any Public Authority and all other acts beyond the
reasonable control of the PARTIES. CONTRACTOR or OWNER as the
case may be, shall within 14 days notify the other PARTY, about the
occurrence of the force majeure event and provide the other PARTY
details of the arising and ceasing of the impediment. At the end of the
impediment, CONTRACTOR or OWNER, as the case may be shall
provide justificatory documentation countersigned by the local Chamber of
Commerce.
10.14.2. Should one or both the PARTIES be prevented from fulfilling the
contractual obligations by a state of Force Majeure lasting continuously for
a period of 6 weeks, the PARTIES shall consult each other regarding the
future implementation of the CONTRACT. The mere shortage of labour,
materials or utilities shall not constitute force majeure unless caused by
circumstances which are themselves Force Majeure.
10.14.3. CONTRACTOR and OWNER shall endeavor to prevent, overcome or
remove the causes of Force Majeure.
10.14.4. No ground for exemption can be invoked if CONTRACTOR has failed to
give timely notice by registered letter and subsequently supported it by
documentary evidence.
10.15

Resolution of Disputes / Arbitration

10.15.1

The OWNER and the CONTRACTOR shall make every effort to resolve
amicably by direct informal negotiations any disagreement or dispute
arising between them under or in connection with the CONTRACT.

10.15.2

If, after thirty DAYS from the commencement of such informal,


negotiations, the OWNER and the CONTRACTOR have been unable to
resolve amicably a CONTRACT dispute, either PARTY may require that
the dispute be referred for resolution to the formal mechanism as specified
hereunder.

10.15.3

Legal Construction
Subject to the provision of Article 10.15.4 the CONTRACT shall be in all
respects, construed and operated as an Indian CONTRACT and in
accordance with Indian Laws as in force for the time being and is subject
to the jurisdiction of the Bharuch Court.

10.15.4

Arbitration
All disputes which cannot be settled by mutual negotiations, the matter
shall first be referred to and determined by arbitration in accordance with
The Arbitration and Conciliation Act 1996, as amended from time to time.

10.15.4.1 The venue of the Arbitration proceedings shall be in Bharuch, Gujarat,


India.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 76 OF 78 V

10.15.4.2 The tribunal shall consist of three arbitrators and shall be constituted as
follows
a) The claimant shall nominate an arbitrator and shall give notice in
WRITING calling on the other PARTY to nominate an arbitrator within
30 DAYS of the notice, failing which such arbitrator shall at the request
of the claimant be appointed by the Indian Council of Arbitration, New
Delhi.
b) The third arbitrator who shall serve as chairman of the tribunal shall be
appointed by agreement between the PARTIES or in default of
agreement within 30 days of the appointment of the second arbitrator,
he shall be appointed by the Indian Council of Arbitration, New Delhi, at
the written request of either or both of the PARTIES.
c) Should a vacancy arise because any arbitrator dies, or resigns, refuses
to act, or becomes incapable or performing his functions, the vacancy
shall be filled by whose nominee he was appointed and if such PARTY
fails to fill the vacancy so caused, the same shall be filled by the
method by which the arbitrator is to be appointed in default of a PARTY
as provided in Article 10.15.4.2 above.
10.15.4.3 The arbitration shall be subject to the rules of arbitration of the Indian
Council of Arbitration, New Delhi. Subject to the said rules, the procedure
to be followed shall be agreed by the PARTIES so as to complete the
Arbitration Proceedings within 12 MONTHS or such extended time as may
be reasonably agreed by both the PARTIES or in default of agreement,
determined by the tribunal.
10.15.4.4 In the event of default by either PARTY in respect of any procedural order
made by the tribunal, the tribunal shall have power to proceed with the
arbitration in the absence of that PARTY and to deliver its award.
10.15.4.5 The law governing the substantive issues between the PARTIES shall be
the law of India.
10.15.4.6 The arbitration proceeding shall be governed in accordance with the
provisions of Indian Arbitration and Conciliation Act 1996, as amended
from time to time.
10.15.4.7 As soon as practicable after being constituted, the tribunal shall hold a
preliminary meeting with the representatives of the PARTIES for the
purposes of establishing the procedure to be followed. In determining the
procedure to be followed, the tribunal shall observe the following
provisions..
b) The language of the proceedings shall be English
c) The PARTIES shall also have the right to present the oral testimony of
witnesses of fact.
d) If either PARTY fails within the prescribed time to appear or to present
its case at any stage of the proceeding, the tribunal may of its own
motion or at the request of either PARTY, after giving reasonable

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

RE
DOCUMENT NO
SHEET 77 OF 78 V

notice to each PARTY, proceed with the arbitration and make an


award.
e) All the decisions of the tribunal shall be by a majority vote. All awards,
interim or final, shall be in WRITING and signed by each arbitrator and
shall state the reasons upon which the award is based. In the event
that one arbitrator refuses to sign the award, the two arbitrators forming
the majority shall state in the award the circumstances in which the
signature of the remaining arbitrator has been withheld.
10.15.4.8 The tribunal shall keep a record of all its proceedings and decisions, and a
record of all evidence, whether from experts or witnesses of act, at oral
hearings.
10.15.4.9 All awards of the tribunal shall be final and binding on the PARTIES.
10.16

Notices

10.16.1

Any notice given by one PARTY to the other pursuant to this CONTRACT
shall be sent in WRITING or by Fax or e-mail and confirmed in WRITING
to the address specified for that purpose in the CONTRACT.

10.16.2

A notice shall be effective when delivered or on the notice's effective date,


whichever is later.

10.17

Mechanics Lien
CONTRACTOR agrees to indemnify and hold harmless OWNER against
all labourer's material, man's and/or mechanic's liens arising from its
WORK, and shall keep the premises of OWNER free from all such claims,
liens and encumbrances.

10.18

Recovery Of Sums / Dues


All cost, damages or expenses which the OWNER may have paid under
the CONTRACT, for which CONTRACTOR is liable, may be recovered by
the OWNER (he being irrevocably authorized to do so) from any money
due to or becoming due to the CONTRACTOR under this CONTRACT or
other CONTRACTS and/or may be recovered by action at law or
otherwise. If the sums due to the CONTRACTOR be not sufficient to
recover the recoverable amount, the CONTRACTOR shall pay to the
OWNER, the balance amount.

10.19

Payments etc. not to affect rights of the OWNER


No sum paid on account by the OWNER nor any extension of the date for
completion granted by the OWNER shall affect or prejudice the rights of
the OWNER against the CONTRACTOR or relieve the CONTRACTOR of
his obligation for the due fulfillment of the CONTRACT.

10.20

Cut-Off Dates
No claims or correspondence on this CONTRACT shall be entertained by
the OWNER after 3 MONTHS after issue of Certificate of ACCEPTANCE
OF PLANT by the OWNER.

PC54/E-1/P-I/2.0

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

10.21

RE
DOCUMENT NO
SHEET 78 OF 78 V

Procurement of Additional Spares by OWNER


Spares for EQUIPMENT are under the scope of SUPPLY of the
CONTRACTOR. Further, if the OWNER desires to procure
additional spares, OWNER shall do so with / without the
involvement of the CONTRACTOR.
END OF ARTICLE 10

BROWN FIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXHIBITS

PC54/E-1/P-I

DOCUMENT NO. REV


SHEET 1 OF 12

PART I: COMMERCIAL
EXHIBITS
BROWN FIELD AMMONIA-UREA PROJECT
GNFC, BHARUCH

PC54/E-1/P-I

BROWN FIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXHIBITS

DOCUMENT NO. REV


SHEET 2 OF 12

EXHIBIT-1
SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT
GNFCS EXISTING COMPLEX IN BHARUCH.
TECHNOLOGY CRITERIA (AMMONIA)
Bidder shall furnish details with reference to the work, which pre-qualify them in line with
Technology Criteria mentioned under Clause 8.0 of Instructions to Bidders.

1.0
SL.
NO.
1.
2.
3.

4.

REFERENCES OF AMMONIA PLANT WITH PROPOSED TECHNOLOGY


DESCRIPTION
Project name and description
( Please Specify the name of Process licensor also )
Capacity of Single Stream Ammonia plant, operating
successfully for the last three years
a) Date / month / year of award / commencement
of Project
b) Scheduled Date / month / year of
commissioning of Project
c) Actual Date / month / year of commissioning
of Project
d) LD imposed / Bonus claimed

Scope of responsibilities for :


(a) Supply of Process License, Basic Process
Design/Engineering
(b) Detailed Engineering
(c) Procurement and Supply
(d) Erection and construction

5.

Name of Owner
(a) Name and address of Owners contact
person
(b)Telephone and Fax No.

PROJECT 1, 2 etc.
(Separate sheets for each Project)

YES/NO ; if yes, brief the reason:

Indentify the companys name for each


job executed as detailed below

BROWN FIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXHIBITS

PC54/E-1/P-I

DOCUMENT NO. REV


SHEET 3 OF 12

6.

Documentary proof from the owner in support of


successful operation of plant for last three years.

YES/NO

7.

Performance data of the qualifying plants/projects for


the last 5 years (Attach relevant Plant performance
Data sheets duly certified by owner)

YES/NO

Note:
1. Bidder shall furnish the details as above of Projects which they consider suitable for
their pre-qualification. OWNER / PDIL reserve the right not to evaluate any other
Project details.
2. Bidder to note that this exhibit form shall be filled as per the Proformas as stated, along
with wherever applicable, copies of work order , completion certificates and
Documentary proof from the owner in support of successful operation of plant for last
three years .
3 . Bidder to note that non-submission of relevant supporting documents may lead
to rejection of their PQ bid. It is to be ensured that all relevant supporting documents
shall be submitted alongwith the PQ bid in the first instance itself. Pre-qualification may
be completed based on the details so furnished without seeking any subsequent
additional information.
STAMP & SIGNATURE OF BIDDER

: __________________________________

NAME OF BIDDER

: __________________________________

DATE

: __________________________________

PC54/E-1/P-I

BROWN FIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXHIBITS

DOCUMENT NO. REV


SHEET 4 OF 12

EXHIBIT-2
SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT
GNFCS EXISTING COMPLEX IN BHARUCH.
TECHNOLOGY CRITERIA (UREA)

Bidder shall furnish details with reference to the work, which pre-qualify them in line with
Technology Criteria mentioned under Clause 8.0 of Instructions to Bidders.

1.0
SL.
NO.
1.

2.
3.

4.

REFERENCES OF UREA PLANT WITH PROPOSED TECHNOLOGY


DESCRIPTION
Project name and description
( Please Specify the name of Process licensor also
)
Capacity of Urea plant, operating successfully for
the last three years
a) Date / month / year of award /
commencement of Project
b) Scheduled Date / month / year of
commissioning of Project
c) Actual Date / month / year of commissioning
of Project
d) LD imposed / Bonus claimed

Scope of responsibilities for :


(a) Supply of Process License, Basic Process
Design/Engineering
(b) Detailed Engineering
(c) Procurement and Supply
(d) Erection and construction

5.

Name of Owner
(a) Name and address of Owners contact
person
(b)Telephone and Fax No.

PROJECT 1, 2 etc.
(Separate sheets for each Project)

YES/NO ; if yes, brief the reason:

Indentify the companys name for each


job executed as detailed below

BROWN FIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXHIBITS
6.

Documentary proof from the owner in support of


successful operation of plant for last three years.

YES/NO

7.

Performance data of the qualifying plants/projects


for the last 5 years (Attach relevant Plant
performance Data sheets duly certified by owner)

YES/NO

PC54/E-1/P-I

DOCUMENT NO. REV


SHEET 5 OF 12

Note:
1. Bidder shall furnish the details as above of Projects which they consider suitable for
their pre-qualification. OWNER / PDIL reserve the right not to evaluate any other
Project details.
2. Bidder to note that this exhibit form shall be filled as per the Proformas as stated, along
with wherever applicable copies of work order , completion certificates and
Documentary proof from the owner in support of successful operation of plant for last
three years .
3 . Bidder to note that non-submission of relevant supporting documents may lead
to rejection of their PQ bid. It is to be ensured that all relevant supporting documents
shall be submitted alongwith the PQ bid in the first instance itself. Pre-qualification may
be completed based on the details so furnished without seeking any subsequent
additional information.
STAMP & SIGNATURE OF BIDDER

: __________________________________

NAME OF BIDDER

: __________________________________

DATE

: __________________________________

BROWN FIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXHIBITS

PC54/E-1/P-I

DOCUMENT NO. REV


SHEET 6 OF 12

EXHIBIT-3

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT


GNFCS EXISTING COMPLEX IN BHARUCH.

EXPERIENCE CRITERIA
Bidder shall furnish their LSTK experience details with reference to the work, which prequalify them in line with Experience Criteria mentioned under Clause 8.0 of Instructions to
Bidders
(MARK FOR APPLICABILITY IN BOX
1.0
SL.
No.
1.

2.
3

4.
5.
6.

EXPERIENCE AS LSTK CONTRACTOR


Description

Details

Name of Project, Location


(Executed by Single
Bidder/Consortium Member)
Description of work
Capacity of the Fertilizer Project/
Name of Technology Supplier
Name of Owner, Postal Address,
Phone / Fax No. / E-mail
Name of Consultant / Postal
Address, Phone / Fax No. / E-mail.
Project Status
Date of Award
Scheduled Mechanical
completion date.
Actual Mechanical completion
date
Actual Project completion
date (handover)
Delay in months (if any)
Reasons for delay (if any)
Scope of work executed by Bidders
organisaion

7.

Supply of Process
License
Basic Process Design

PC54/E-1/P-I

BROWN FIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXHIBITS

(In case work has been executed on


consortium / JV basis, only scope of
work of Bidders organization be
mentioned)

DOCUMENT NO. REV


SHEET 7 OF 12

Residual process
design
Detailed Engineering
Project Management
Procurement services

Procurement including
supply

Construction

Construction
supervision

QA/QC

Pre-commissioning &
commissioning

Supervision of
commissioning
Specify Date of

Completion Status

Mechanical completion

Commissioning

Performance
Guarantee runs

Handing over plant to


Owner

Whether completion
certificate enclosed

YES

NO

Date
Actual
Sch.

PC54/E-1/P-I

BROWN FIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXHIBITS
8.1

LD imposed/ Bonus claimed

9.0
9.1

Document Furnished
Copy of work order / Contract YES
Agreement enclosed

9.2

A certificate from the Owner that the


Plant is put into commercial
operation / Certificate of successful
guarantee test run.
Documentary proof from the owner in
support of successful operation of
fertilizer plant for at least three years
from the date of successful
guarantee test .
Type of Project (In case of
Consortium )

9.3

10.

11.

Basis of work

DOCUMENT NO. REV


SHEET 8 OF 12

YES/NO ; if yes, brief the reason:

NO

YES

NO

YES

NO

Whether this work is for:


Grass Root Refinery

Existing Refinery

Petrochemical Plant

Gas Processing Plant,


on shore / offshore

Fertilizer oil/gas
Individual

Consortium
(Name of Consortium
members and their
responsibilities to be
attached)
Joint Venture
(Name of Joint members

BROWN FIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXHIBITS

PC54/E-1/P-I

DOCUMENT NO. REV


SHEET 9 OF 12

and their responsibilities to


be attached)

Note :

1. Bidder shall furnish the experience details as above of Projects which they consider
suitable for their pre-qualification. OWNER / PDIL reserve the right not to evaluate any
other Project details.
2. Bidder to note that this exhibit form shall be filled as per the Proformas as stated, along
with wherever applicable, copies of work order and completion certificates.
3. Bidder to note that non-submission of relevant supporting documents may lead to
rejection of their PQ bid. It is to be ensured that all relevant supporting documents
shall be submitted alongwith the PQ bid in the first instance itself. Pre-qualification may
be completed based on the details so furnished without seeking any subsequent
additional information.
STAMP & SIGNATURE OF BIDDER

: __________________________________

NAME OF BIDDER

: __________________________________

DATE

: __________________________________

BROWN FIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXHIBITS

PC54/E-1/P-I

DOCUMENT NO. REV


SHEET 10 OF 12

EXHIBIT-4
SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT
GNFCS EXISTING COMPLEX IN BHARUCH.
FINANCIAL CRITERIA
Bidder shall furnish details with reference to the work, which pre-qualify them in line with
Financial Criteria mentioned under Clause 8.0 of Instructions to Bidders.
1.0 DETAILS OF PROJECT REFERENCES AS PER CLAUSE 8.0 OF INSTRUCTIONS TO
BIDDERS
SL.
NO.
1.

PROJECT 1, 2 etc.
(Separate sheets for each Project)

DESCRIPTION
Project name and description
(in field of Oil, Gas, Hydrocarbon or Fertilizer)

2.
(a) Awarded contract value (INR / US$)
SINGLE
BIDDER/
CONSORTIUM

LEAD

BIDDER

OF

executed Minimum Contract Value of INR 28 Billion


or US$ 500 Million during last 7 years.
Or
executed two such contracts each with contract
value of minimum US $ 315 million or INR 17 Billion,
in any of the fields of Oil, Gas, Hydrocarbon or
Fertilizer during last 7 years. Bidder shall submit
documentary proof for the same.
Or
executed three such contracts each with contract
value of minimum US $ 250 million or INR 14 Billion,
in any of the fields of Oil, Gas, Hydrocarbon or
Fertilizer during last 7 years. Bidder shall submit
documentary proof for the same.
(b) Final executed contract value (INR / US$)
(c) Exchange rate considered for contract

BROWN FIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXHIBITS
3.

PC54/E-1/P-I

DOCUMENT NO. REV


SHEET 11 OF 12

Name of Owner
(a) Name and address of Owners contact
person
(b) Telephone and Fax No.
(c ) Mobile No.
(d ) Email No.

4.

(a) Date / month / year of award /


commencement of Project
(b) Date / month / year of scheduled
commissioning of Project.
(c) Date / month / year of actual
commissioning of Project.
Basis of work

5.
6.

As a Single Bidder/ Organization

Whether document submitted in support viz. copies YES/NO


of work order and completion certificate identifying
the successful commissioning of project.

2.0

ANNUAL TURNOVER
(1) 2011-2012 INR _______ Billion / US $ _______ million
(2) 2010-2011 INR _______ Billion / US $ _______ million
(3) 2009-2010 INR _______ Billion / US $ _______ million

Whether copies of balance sheet and annual turnover statements for the above three financial
years submitted. YES / NO
Note:
1. Bidder shall furnish the experience details as above of Projects which they consider
suitable for their pre-qualification. OWNER / PDIL reserve the right not to evaluate any
other Project details.
2. Bidder to note that this exhibit form shall be filled as per the Proformas as stated, along
with wherever applicable, copies of work order and completion certificates.
3 . Bidder to note that non-submission of relevant supporting documents may lead to
rejection of their PQ bid. It is to be ensured that all relevant supporting documents
shall be submitted alongwith the PQ bid in the first instance itself. Pre-qualification may

BROWN FIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXHIBITS

PC54/E-1/P-I

DOCUMENT NO. REV


SHEET 12 OF 12

be completed based on the details so furnished without seeking any subsequent


additional information.
STAMP & SIGNATURE OF BIDDER

: __________________________________

NAME OF BIDDER

: __________________________________

DATE

: __________________________________

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
ANNEXURES

PC54/E-1/P-I

DOCUMENT NO.

REV

SHEET 1 OF 1

PART I: COMMERCIAL
ANNEXURES
BROWNFIELD AMMONIA-UREA PROJECT
GNFC, BHARUCH

FORM NO: 02-0000-0021F1 REV3

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
BID FORM

PC54/E-1/P-I/Annx-1.1

DOCUMENT NO

REV

SHEET 1 OF 1

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.

With reference to your invitation for NIT NO: PNMM/PC54/E/001 DATED------, we are pleased to submit
our bid for the subject job in sealed envelopes as detailed below:
ENVELOPE- I : EARNEST MONEY DEPOSIT (EMD)
ENVELOPE - II : PRE QUALIFICATION BID, TECHNICAL AND UNPRICED COMMERCIAL BID
ENVELOPE III: PRICED BID

We undertake that in the event of acceptance of our Bid within the validity period of 09 months, this bid
as modified by mutually acceptable written changes/amendments till date of notification of award,
together with your written notification of award shall constitute a binding contract between us until a
formal contract is prepared and executed.
We understand that you are not bound to accept the lowest or any bid that may be received.
Dated this ......................... day of.................2013

For and on behalf of


Stamp & Signature

..........
:

Name

Designation

Date

FORM NO: 02-0000-0021F1 REV3

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 1 OF 58

SCHEDULE OF PRICES

P
REV

(TO BE SUBMITTED ON BIDDER'S LETTER HEAD)


SUBJECT :

BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS EXISTING COMPLEX IN BHARUCH.

Attn.:Dear Sirs,
We have examined the NIT Ref. No.
dated
, the scope of work, terms and conditions of CONTRACT and technical specifications.
We are prepared to undertake all the WORK of the "CONTRACTOR" as defined in the NIT for a total fixed and firm price of Foreign Currency (FC) & Indian
Currency (INR) as per the break-up given below:

PREAMBLE TO SCHEDULE OF PRICES


1.

The entire Package consisting of the totality of Supplies and Services/ Work(s) shall be covered in the Lumpsum Price.

2.

Supply of spares and consumables for Commissioning, Mandatory spares are in CONTRACTORs scope of supplies and are to be included in the
quoted lumpsum price. Bidder shall also quote for Vendor recommended spare parts but the same shall not be considered for evaluation purpose.

3.

The break-up of LSTK Price pertains to of major items without identifying individual tag nos. It will be the responsibility of the contractor to quote all
materials/ equipments required for completion of work as per the CONTRACT, irrespective of whether all items are identified above or not.

4.

Clearance at Port, Airport, Demurrage / Warfage, if any, transportation to the site and loading / unloading will be in the CONTRACTORs Scope.

5.

All taxes, duties, licence fees and other such levies as may be applied to the CONTRACT both in CONTRACTORs country and in India, including
Custom Duty, Excise duty, Service Tax, VAT, Works Contract Tax Sales Tax on bought out items, octroi, corporate income tax in respect of the
performance of the CONTRACT as well as income tax on the personnel deputed by the CONTRACTOR to India in connection with the CONTRACT, are
in the account of the CONTRACTOR are to be indicated in the quoted lump sum price.

6.

The CONTRACTOR shall be liable and pay all taxes, duties, levies, lawfully assessed against the OWNER or the CONTRACTOR in pursuance of the
CONTRACT. The CONTRACTOR shall be solely responsible for all taxes that may be levied on the CONTRACTOR's turnover & profit or on the
earnings of any of his employees or personnel engaged by him and shall hold the OWNER indemnified and harmless against any claims that may be
made against the OWNER in this behalf. The OWNER does not undertake any responsibility whatsoever regarding any taxes levied on CONTRACTOR
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 2 OF 58

SCHEDULE OF PRICES

P
REV

and/or his personnel by Centre/State/Local Authorities. The Taxes shall be deducted where the said provisions shall be applicable and/or obligatory on
the part of the OWNER.
7.

All taxes and duties will be reimbursed at actual on submission of documentary evidence / Tax Paid Invoice limited to ceiling mentioned in LSTK Break
up of Prices and in cognizance with Break up of Taxes and duties. Bidder to indicate conversion rate considered for each quoted currency. Variation in
Exchange rates will be to OWNERs account. However, during the execution of Contract, if OWNER is required to pay any quoted Tax/Duty directly to
the tax authorities, (including those payable under the reverse charge mechanism) the same shall be paid by OWNER and deducted from the ceiling of
respective head of taxes & duties. In case of revision in indicated rates, the same limit will be suitably revised. However any increase in taxes or
introduction of new taxes beyond the contract period (where delay is attributable to the Contractor) shall be to the account of the Contractor.

8.

Payment of customs duties:


Owner shall make reimbursement of customs duty within one month of submission of documentary evidence towards payment of customs duty along
with all relevant supporting documents specified in NIT. However such payment will be restricted to only one payment per month subject to monthly
cash flow submitted by Bidder.

9.

The bidder shall have to provide, by way of a separate sheet, detailed working of taxes included in his quote for the supplies/services. Submission by
the Bidder of detailed calculation of taxes (in terms of %, assessable value and amount of respective taxes, cess, duties etc. included in his bid) is
mandatory as in the event of any change in the scope, may be mutually or otherwise of the contract, the incidence of differential taxes can be arrived at
without any difficulty in a transparent and logical manner within the framework of law. In case of change in the taxes and duties it should be ensured
that OWNER should not be put to loss financially.

10.

Such calculations shall also set at rest the possibility of any dispute as to the quantum of differential taxes consequent upon the change in the act or
rules, since the incidences of taxes in %, assessable value and absolute value with all the working is available to assess the differential amount. If no
details are provided or details provided are insufficient the reasonable estimate made by the Owner with regard to the differential amount will be final
and binding on the Contractor.

11.

For CONTRACTORS who have to bring equipment and material from outside Bharuch, will have to obtain necessary registrations and take appropriate
steps as required under Gujarat State Laws.

12

(a) If it is not feasible for the Bidder to enter the items or relative values in the relevant Proforma for Price Bid due to limitation of space, the Bidder may
retype the Forms wherever required and fill up the rates either by hand or by typing the values and/or items as required. The Bidder further
declares that in the event of any discrepancy in the wording between the Proforma for Price Bid enclosed with the Tender and with any subsequent
addendum and the wording in the forms prepared by the Bidder, the wording given in the Proforma for Price Bid enclosed with the Tender or with
any subsequent addendum as the case may be, shall prevail and the values submitted by the Bidder shall be taken cognizance of and read
accordingly.
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 3 OF 58

SCHEDULE OF PRICES

P
REV

(b) All the original Price Schedule Forms shall be enclosed duly signed and stamped by the Bidder along with the priced sheets prepared by the Bidder
pursuant to (a) above.
13.

The Bidder shall further ensure that all the originals written by hand or with signature affixed thereto shall be in Blue ink.

14

The payment break-up within the parameters indicated shall be submitted and finalised in the schedule of Activities in accordance with the payment
terms set out in the Special Conditions of Contract. Bidder must submit Monthly Payment and Progress schedule in a tabular form. As per format
attached.

15.

The unpriced commercial bid shall contain unpriced copy of price schedule, duly signed and stamped and strictly as per Annexure 1.2.

16.

It is mandatory for the bidder to indicate quoted/not applicable/nil in the unpriced schedule. Bidder to indicate the percentage of taxes and duties
considered in the un-priced bid. If the bidder fails to quote for any item in the price bid, it will be implied that such item is either included elsewhere in
the quoted prices or not applicable/nil as per owners decision depending upon the item. Bidder should not club items with differing payment terms.

17.

The schedule of prices shall also indicate prices in figures as well as in words. In case of difference, the amount mentioned in words shall be
considered. The prices should be strictly quoted as specified in Annexure-1.2 otherwise the bid may be rejected. Wherever unit rate and total rate is
indicated, in case of any difference in total, the unit rate will govern.

It is understood that as a condition of this proposal, no agreement, oral or otherwise will exist until a written agreement has been signed by an authorised
representative of OWNER and approved by the concerned Government Authorities and Financial Institution(s). Any expenses incurred by the bidder prior to
execution of such agreement will be borne exclusively by the bidder without obligation of any kind on the part of OWNER, regardless of the circumstances
under which such expenses were incurred.
It is the bidder's intention, if awarded the CONTRACT, to comply fully and in all respect with CONTRACT documents.
For and on behalf of :
Stamp & Signature

Name

Designation

Date

:
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 4 OF 58

SCHEDULE OF PRICES

P
REV

(TO BE SUBMITTED ON BIDDER'S LETTER HEAD)


SUBJECT :

BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS EXISTING COMPLEX IN BHARUCH.

Attn.:Dear Sirs,
We have examined the NIT Ref. No.
dated
, the scope of work, terms and conditions of CONTRACT and technical specifications.
We are prepared to undertake all the WORK of the "CONTRACTOR" as defined in the NIT for a total fixed and firm price of Foreign Currency (FC) & Indian
Currency (INR) as per the break-up given below:
SUMMARY OF LUMPSUM PRICES
SL.
FOREIGN CURRENCY (F.C.) (SPECIFY)
DESCRIPTION
NO.
IN FIGS.
IN WORDS
SECTION-A
2500 MTPD AMMONIA PLANT
1.
PRICE OF MATERIALS AS PER PART-I , SECTIONA
1A TOTAL TAXES AND DUTIES ON SUPPLIES AS PER
PART-IA , SECTION-A
2.
PRICE OF SERVICES AS PER PART-II , SECTION-A
2A TOTAL TAXES AND DUTIES ON SERVICES AS PER
PART-IIA , SECTION-A
3.
TOTAL LUMP SUM PRICE, SECTION-A
(1+1A+2+2A)
SECTION-B
3850 MTPD UREA PLANT
1.
PRICE OF MATERIALS AS PER PART-I , ,
SECTION-B
1A TOTAL TAXES AND DUTIES ON SUPPLIES AS PER
PART-IA , SECTION-B

All rights reserved

INDIAN RUPEES (INR)


IN FIGS.
IN WORDS

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 5 OF 58

SCHEDULE OF PRICES
2.

P
REV

PRICE OF SERVICES AS PER PART-II , SECTIONB

2A

TOTAL TAXES AND DUTIES ON SERVICES AS PER


PART-IIA , SECTION-B
3.
TOTAL LUMP SUM PRICE , SECTION-B
(1+1A+2+2A)
SECTION-C
ASSOCIATED FACILITIES
1.
PRICE OF MATERIALS AS PER PART-I , SECTIONC
1A TOTAL TAXES AND DUTIES ON SUPPLIES AS PER
PART-IA, SECTION-C
2.
PRICE OF SERVICES AS PER PART-II , SECTIONC
2A TOTAL TAXES AND DUTIES ON SERVICES AS PER
PART-IIA , SECTION-C
3.
TOTAL LUMP SUM PRICE , SECTION-C
(1+1A+2+2A)

GRAND TOTAL: LUMP SUM PRICE , SUPPLIES AND


SERVICES:
( SECTION A+ SECTION B+ SECTION C)

Note:
1. Summary of Lumpsum Prices shall be derived from the sum of prices quoted in PART-I, IA (Supply) and PART-II, IIA (Services) of
SECTION A, SECTION B & SECTION C respectively excluding relevant Prices of Bidders Recommended Spares of the respective
sections .

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 6 OF 58

SCHEDULE OF PRICES

P
REV

2. The sum of PART-I ,IA (Supply) and PART-II, IIA (Services), excluding relevant Prices of Bidders Recommended Spares, of SECTION A,
SECTION B & SECTION C shall tally with the Summary of Lumpsum Prices indicated in above Table. In case, same doesnt tally,
Prices Quoted in Summary of Lumpsum Prices shall prevail.
For and on behalf of :
Stamp & Signature

Name

Designation

Date

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 7 OF 58

SCHEDULE OF PRICES

P
REV

(TO BE SUBMITTED ON BIDDER'S LETTER HEAD)

SUBJECT :

BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS EXISTING COMPLEX IN BHARUCH.

Attn.:Dear Sirs,
We have examined the NIT Ref. No.
dated
, the scope of work, terms and conditions of CONTRACT and technical specifications.
We are prepared to undertake all the WORK of the "CONTRACTOR" as defined in the NIT for a total fixed and firm price of Foreign Currency (FC) & Indian
Currency (INR) as per the break-up given below:

SECTION-A
2500 MTPD AMMONIA PLANT
PART I SUPPLY OF MATERIALS
Sl. No.

1.0

DETAILS OF SUPPLIES

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS
IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

IMPORTED/INDIGENOUS MATERIALS
Price of all imported/indigenous materials required for incorporation to set up AMMONIA PLANT complete in all respects
including Commissioning Spares and Mandatory spares made up as follows with applicable taxes and duties indicated
separately:

1.1

MECHANICAL ITEMS

1.1.1

Static

1.1.1.1

Reformer Package

1.1.1.2

Reactors

1.1.1.3

Heat Exchangers

1.1.1.4

Air Coolers
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 8 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-A
2500 MTPD AMMONIA PLANT
PART I SUPPLY OF MATERIALS
Sl. No.

DETAILS OF SUPPLIES

1.1.1.5

Vessels/Tanks

1.1.1.6

Towers/Columns

1.1.1.7

Heaters

1.1.1.8

Stack

1.1.1.9

Others

1.1.1.10

Total of 1.1 .1 (Item-1.1.1 .1 to 1.1.1.9)

1.1.2

Machinery

1.1.2.1

Compressors

1.1.2.2

Blowers/Fans

1.1.2.3

Pumps

1.1.2.4

Others

1.1.2.5

Total of 1.1.2 (Item-1.1.2.1 to 1.1.2.4)

1.1.3

Piping

1.1.4

Insulation & Painting Materials

1.2

ELECTRICAL

1.3

INSTRUMENTATION

1.3.1

DCS & PLC

1.3.2

Analyzers

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS
IN WORDS

All rights reserved

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 9 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-A
2500 MTPD AMMONIA PLANT
PART I SUPPLY OF MATERIALS
UNIT

Sl. No.

DETAILS OF SUPPLIES

1.3.3

Others

1.3.4

Total of 1.3 (Item-1.3.1 to 1.3.3)

1.4

OTHER MISCELLANEOUS EQUIPMENT

1.5

CIVIL CONSTRUCTION MATERIALS

1.5.1

Cement, Reinforcement Steel etc.

1.5.2

Structural Steel

1.5.3

Concrete Block

1.5.4

Total of 1.5 (Item-1.5.1+1.5.2+1.5.3)

1.6

FIRST CHARGE CATALYSTS, CHEMICALS, LUBRICANTS, RESINS AND ADSORBENTS

1.6.1

Catalysts

1.6.2

Chemicals

1.6.3

Lubricants

1.6.4

Adsorbents

1.6.5

Total of 1.6 (Item-1.6.1+1.6.2+1.6.3+1.6.4)

1.7

SPARES

1.7.1

Commissioning Spares

1.7.2

Mandatory Spares (As per Part-II,Section-9.0)

FOREIGN CURRENCY (FC) (specify)


IN FIGS
IN WORDS

All rights reserved

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 10 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-A
2500 MTPD AMMONIA PLANT
PART I SUPPLY OF MATERIALS
Sl. No.

DETAILS OF SUPPLIES

1.7.3

Total of 1.7 (Item-1.7.1+1.7.2)

1.8

ANY OTHER ITEM , AS IDENTIFIED BY BIDDERS,


REQUIRED FOR THE COMPLETION OF WORK

2.0

TOTAL OF SUPPLIES (1.1 TO 1.8)

3.0

Bidders Recommended Spares


(Not to be considered in Evaluation for arriving LSTK Price)

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS
IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

Note:
1) Price for Imported Item is on CIF Basis along with any other charges required for the purpose of calculation of Customs Duty.
2) Above break-up pertains to major items without identifying individual tag nos. It will be the responsibility of the contractor to quote the price of all materials/equipments
required for completion of work as per the contract, irrespective of whether all items are identified above or not.
3) L.S Price of Catalyst & Adsorbent shall match with same cost & quantities as Quoted in PART-VI .
4) Bidder shall quote maximum 3 currencies including INR.

For and on behalf of :


Stamp & Signature

Name

Designation

:
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 11 OF 58

SCHEDULE OF PRICES
Date

All rights reserved

P
REV

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 12 OF 58

SCHEDULE OF PRICES

REV

SECTION-A
2500 MTPD AMMONIA PLANT
SL.NO.

PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC

BIDDER TO
INDICATE
CURRENCY

EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR

1.0

TOTAL TAXES AND DUTIES ON SUPPLIES (EXCLUDING BIDDERS


RECOMMENDED SPARES)

1.1

Excise Duty + Edu. Cess+ Higher Education Cess

N.A

N.A

1.2

CST

N.A

N.A

1.3

VAT

N.A

N.A

1.4

Basic Custom Duty

N.A

1.5

CVD

N.A

1.6

Education Cess

N.A

1.7

Higher Education Cess

N.A

1.8

Customs Education Cess

N.A

1.9

Customs Higher Education Cess

N.A

1.10

Special Duty

N.A

1.11

Others- Please Specify, if any

1.12

TOTAL TAXES AND DUTIES ON SUPPLIES (EXCLUDING BIDDERS


All rights reserved

IC

TOTAL
AMOUNT OF
TAX
CONSIDERED
IC

INR

INR

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 13 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-A
2500 MTPD AMMONIA PLANT
SL.NO.

PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC

BIDDER TO
INDICATE
CURRENCY

RECOMMENDED SPARES) (1.1 to 1.11)


2.0

TAXES & DUTIES APPLICABLE ON BIDDERS RECOMMENDED


SPARES

2.1

Excise Duty + Edu. Cess+ Higher Education Cess

2.2

CST

2.3

VAT

2.4

Basic Custom Duty

2.5

CVD

2.6

Education Cess

2.7

Higher Education Cess

2.8

Customs Education Cess

2.9

Customs Higher Education Cess

2.10

Special Duty

2.11

Others- Please Specify, if any


All rights reserved

EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR

IC

TOTAL
AMOUNT OF
TAX
CONSIDERED
IC

INR

INR

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 14 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-A
2500 MTPD AMMONIA PLANT
PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION

SL.NO.

FC

BIDDER TO
INDICATE
CURRENCY

2.12

EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR

IC

TOTAL
AMOUNT OF
TAX
CONSIDERED
IC

INR

INR

TOTAL TAXES AND DUTIES ON BIDDERS RECOMMENDED SPARES)


(2.1 to 2.11)

NOTE: 1

BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY. VARIATION IN EXCHANGE RATES
WILL BE TO OWNERS ACCOUNT.

IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY
THE APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.

For and on behalf of :


Stamp & Signature

Name

Designation

Date

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 15 OF 58

SCHEDULE OF PRICES

REV

SECTION-A
2500 MTPD AMMONIA PLANT
PART IISUPPLY OF SERVICES
SL.NO.

DETAILS OF SERVICES

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS

1.0

GRANT OF PROCESS LICENCE(S) AND TRANSFER OF TECHNICAL INFORMATION

1.1

Ammonia Plant

1.2

CO2 removal system

1.3

Others,

1.4

Total of 1.0 (Item-1.1+ 1.2+1.3)

2.0

BASIC ENGINEERING

3.0

DETAILED ENGINEERING, SUPERVISION OF DETAILED ENGINEERING, IF ANY

3.1

Home office services

3.2

Others

3.3

Total of 3.0 (Item-3.1+3.2)

4.0

INSTALLATION AND COMMISSIONING SERVICES ETC.

IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

Providing services for Pre-Fabrication, Fabrication, Erection, Construction, Installation, Testing, Pre-Commissioning, Mechanical
Completion, Commissioning and conducting Performance Guarantee Test Run (PGTR) required for completing and establishing the plant
as a fully functional and operative Unit, including (but not limited to) providing all labors and manpower, resources, transportation, store
management, construction equipment, tools, tackles and aids, safety devices, testing devices, facilities, utilities, communication systems,
material and other reconciliations, handing over of final drawings / documents / manuals, obtaining and satisfying all statutory licenses,
clearances, consents, no objections, approvals and certificates and complying with all statutory formalities etc. And all other services
whatsoever required for completing the works in all respects in accordance with the contract documents of the plant as per bidding
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 16 OF 58

SCHEDULE OF PRICES

REV

SECTION-A
2500 MTPD AMMONIA PLANT
PART IISUPPLY OF SERVICES
SL.NO.

DETAILS OF SERVICES

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS

documents and Direction of Engineer-in-charge/ Owners representative/ Owner


4.1

Civil Works

4.1.1

Buildings

4.1.2

Equipment Foundation

4.1.3

Structural Works

4.1.4

Total of 4.1 (Item-4.1.1+4.1.2+4.1.3)

4.2
4.2.1

Erection
Mechanical

4.2.2

Electrical

4.2.3

Instrumentation

4.2.4

Insulation and Painting

4.2.5

Misc. Equipment

4.2.6

Items identified by the bidder, Please specify if any

4.2.7
4.3

Total of 4.2 (Item-4.2.1 to 4.2.6)


Insurance (All - Risks Insurance)

4.3.1

Inland Transit Insurance From Port/ Works To Site.

4.3.2

Storage Cum Erection (Comprehensive Site) Insurance

4.3.3

Total of 4.3.0 (Item-4.3.1+4.3.2)

4.4

Project Management & Overheads


All rights reserved

IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 17 OF 58

SCHEDULE OF PRICES

REV

SECTION-A
2500 MTPD AMMONIA PLANT
PART IISUPPLY OF SERVICES
SL.NO.

DETAILS OF SERVICES

4.5

Pre-Commissioning & Commissioning, Guarantee Test and


Handing Over the Plant to Owner

4.6

Procurement & Other Charges

4.7

Inland Transportation within India for Imported and Indigenous


items (including clearing, forwarding, loading, packing and
handling for trans-shipment)

4.8

Bidder to identify and specify any other item if not covered


above but required for the completion of work

5.0

TOTAL OF SERVICES (1.0 TO 4.0)

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS

IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

Note:
1) Above break-up pertains to major services. It will be the responsibility of the contractor to quote the price of all services required for completion of work as
per the contract, irrespective of whether all services are identified above or not.
2) Any services required for Bidders Recommended Spares like insurance,inland transportation etc. shall not be included in this Part. If the Bidders
Recommended Spares are included in the CONTRACT at the time of finalisation of CONTRACT, the relevant services for same shall be provided free of
cost by the LSTK CONTRACTOR.
For and on behalf of:
Stamp & Signature

Name

Designation

:
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 18 OF 58

SCHEDULE OF PRICES
Date

All rights reserved

P
REV

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 19 OF 58

SCHEDULE OF PRICES

REV

SECTION-A
2500 MTPD AMMONIA PLANT
PART-IIA: THE BREAK UP OF ALL THE TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PART-II, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
TOTAL
DETAILS OF THE ITEM ALONGWITH PARTICULARS OF TAXES &
CONSIDERED
CONSIDERED
AMOUNT OF
DUTIES APPLICABLE ON EACH ITEM

TAX
CONSIDERED

FC

BIDDER TO
INDICATE

1.0

Withholding Tax

2.0

R&D Cess

3.0

Service Tax + Education Cess+ Higher Education Cess

4.0

Others- Please Specify

5.0

TOTAL TAXES AND DUTIES ON SERVICES (1.0+2.0+3.0+4.0)

EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR

IC

IC

INR

INR

NOTE: 1

BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY. VARIATION IN EXCHANGE RATES WILL
BE TO OWNERS ACCOUNT.

IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY THE
APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.

For and on behalf of :


Stamp & Signature

Name

:
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 20 OF 58

SCHEDULE OF PRICES
Designation

Date

All rights reserved

P
REV

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 21 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-A
2500 MTPD AMMONIA PLANT
PART-III: GUARANTEED WORKS COST AMMONIA - UREA PLANT AND ASSOCIATED OFFSITE & UTILITIES FACILITIES
Sl.
No
1.

Item

2.

Service Water, M

0.4

3.

Power,KWH

0.14

4.

Guaranteed Works Cost

Natural Gas /RLNG, Gcal

Total Consumption per Unit Price


day
(in US $)
55.56

Total Cost for each Item


(in US $)

Natural gas price to be taken as US$ 55.56 per Gcal as per Net calorific Value corresponding to a value of US$ 14.0 per MMBTU.
Note:
1. The guaranteed works cost shall include cost of materials and utilities required, building cooling/heating, lighting, ventilations, air conditioning
and consequent costs of such materials which are not in the usual operation of the plant.

For and on behalf of :


Stamp & Signature

Name

Designation

Date

:
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 22 OF 58

SCHEDULE OF PRICES

REV

SECTION-A
2500 MTPD AMMONIA PLANT
PART-IV: SUPPLY OF OPTIONAL SERVICES FOR AMMONIA/UREA PLANTS
Sl.No.

DESCRIPTION OF ITEM

FOREIGN CURRENCY (FC) (specify)


IN FIGS

1.0

COST FOR POST-COMMISSIONING SERVICES (refer Note-2 below)

1.1

Cost for two Process Engineers

1.2

Cost for two Mechanical Engineers

1.3

Taxes and duties on 2.0

1.4

Total of 1.0 (Item-1.1+1.2+1.3)

IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

Note_1: Validity of quoted rates against this services shall be till execution of the entire contract
Note 2: One Engineer for Ammonia Plant and one Engineer for Urea Plant. Validity of quoted rates against these services shall be till one year after
handing over the Plant.
Note 3: Prices quoted for Supply of Optional Services as per Annexure-1.2, Part-A,Section-IV shall not be considered for Bid Evaluation purpose.
For and on behalf of :
Stamp & Signature

Name

Designation

Date

:
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 23 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-A
2500 MTPD AMMONIA PLANT
PART-V: SCHEDULE OF DAILY / HOURLY RATES
SL.

DESCRIPTION OF
CATEGORIES

RATES PER DAY CONSTITUTING OF 8 WORKING HOURS


NOMINAL WORKING HOURS
FOREIGN CURRENCY

INDIAN CURRENCY

OVERTIME AND HOLIDAYS


FOREIGN CURRENCY

(specify)
1

Project manager

Senior process engineer

Process engineer

Instrument specialist

Draftsman

INDIAN CURRENCY

(specify)

Notes:
1. Bidder shall quote rates for various categories of employees, which should be inclusive of pay roll cost, and allowances, taxes, fringe benefits etc. for
categories he proposes to employ for this Project.
2. Payment for part of the day shall be made on pro- rata basis.
3. Rates shall be used for any additional/ extra work only, if requested by Owner, and shall be applicable for Ammonia/Urea/ Associated Offsite
& Utilities Facilities.
4. All rates are fixed for the duration of the CONTRACT.
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 24 OF 58

SCHEDULE OF PRICES

P
REV

5. Rates to be proposed shall be used for home office work as well as for Site personnel for Technical Services and Assistance.
6. Prices quoted for Schedule of Daily/Hourly rates for change of Work Order as per Annexure-1.2, Part-A, Part -V shall not be considered for Bid
Evaluation purpose.
For and on behalf of :
Stamp & Signature

Name

Designation

Date

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 25 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-A
2500 MTPD AMMONIA PLANT
PART-VI: BREAK-UP OF ALL CATALYSTS AND ADSORBENTS FOR AMMONIA PLANT
UNIT PRICE
SL. No.

DESCRIPTION

BRAND
NAME

GUARANTEED
LIFE

UNIT

QTY

FOREIGN CURRENCY (FC)


(specify)
IN FIGS.

IN WORDS

TOTAL PRICE

INDIAN CURRENCY (INR)


IN FIGS.

B IDDER TO IDENTIFY AS PER


PROPOSED TECHNOLOGY

TOTAL
All rights reserved

IN WORDS

FOREIGN CURRENCY (FC)


(specify)
IN FIGS.

IN WORDS

INDIAN CURRENCY (INR)


IN FIGS.

IN WORDS

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 26 OF 58

SCHEDULE OF PRICES

P
REV

Note: 1) The Unit rate of above items to be derived based on the Lump sum price indicated at Sl. No. 1.6, in PART-I, against these items.
2) Where Bidder has taken deviation w.r.t. life of the Catalyst, it will be loaded based on the landed cost of catalyst.

For and on behalf of :


Stamp & Signature

Name

Designation

Date

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 27 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-B
3850 MTPD UREA PLANT
PART I SUPPLY OF MATERIALS
UNIT

INDIAN CURRENCY (INR)

Sl. No.

DETAILS OF SUPPLIES

1.0

IMPORTED/INDIGENOUS MATERIALS
Price of all imported/indigenous materials required for incorporation to set up UREA PLANT complete in all respects including
Commissioning Spares and Mandatory Spares made up as follows with applicable taxes and duties indicated separately:

1.1

MECHANICAL ITEMS

1.1.1

Static

1.1.1.1

Reactors

1.1.1.2

Heat Exchangers

1.1.1.3

Air Coolers

1.1.1.4

Vessels/Tanks

1.1.1.5

Towers/Columns

1.1.1.6

Heaters

1.1.1.7

Others

1.1.1.8

Total of 1.1 .1 (Item-1.1.1 .1 to 1.1.1.7)

1.1.2

Machinery

1.1.2.1

Compressors

1.1.2.2

Blowers/Fans

1.1.2.3

Pumps

1.1.2.4

Others

FOREIGN CURRENCY (FC) (specify)


IN FIGS
IN WORDS

All rights reserved

IN FIGS

IN WORDS

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 28 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-B
3850 MTPD UREA PLANT
PART I SUPPLY OF MATERIALS
Sl. No.

DETAILS OF SUPPLIES

1.1.2.5

Total of 1.1.2 (Item-1.1.2.1 to 1.1.2.4)

1.1.3

Piping

1.1.4

Insulation & Painting Materials

1.2

ELECTRICAL

1.3

INSTRUMENTATION INCLUDING DCS

1.3.1

DCS & PLC

1.3.2

Analyzers

1.3.3

Others

1.3.4

Total of 1.3 (Item-1.3.1 to 1.3.3)

1.4

OTHER MISCELLANEOUS EQUIPMENT

1.5

CIVIL CONSTRUCTION MATERIALS

1.5.1

Cement, Reinforcement Steel etc.

1.5.2

Structural Steel

1.5.3

Concrete Block

1.5.4

Total of 1.5 (Item-1.5.1+1.5.2+1.5.3)

1.6

CHEMICALS, LUBRICANTS AND ADSORBENTS

1.6.1

Chemicals

1.6.2

Lubricants

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS
IN WORDS

All rights reserved

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 29 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-B
3850 MTPD UREA PLANT
PART I SUPPLY OF MATERIALS
Sl. No.

DETAILS OF SUPPLIES

1.6.3

Adsorbents

1.6.4

Total of 1.6 (Item-1.6.1+1.6.2+1.6.3)

1.7

SPARES

1.7.1

Commissioning Spares

1.7.2

Mandatory Spares (As per Part-II,Section-9.0)

1.7.3

Total of 1.7 (Item-1.7.1+1.7.2)

1.8

ANY OTHER ITEM , AS IDENTIFIED BY BIDDERS,


REQUIRED FOR THE COMPLETION OF WORK

2.0
3.0

TOTAL OF SUPPLIES (1.1 TO 1.8)


Bidders Recommended Spares
(Not to be considered in Evaluation for arriving LSTK Price)

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS
IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

Note:
1) Price for Imported Item is on CIF Basis along with any other charges required for the purpose of calculation of Customs Duty.
2) Above break-up pertains to major items without identifying individual tag nos. It will be the responsibility of the contractor to quote the price of all materials/equipments
required for completion of work as per the contract, irrespective of whether all items are identified above or not.

For and on behalf of :


Stamp & Signature

Name

:
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 30 OF 58

SCHEDULE OF PRICES
Designation

Date

All rights reserved

P
REV

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 31 OF 58

SCHEDULE OF PRICES

REV

SECTION-B
3850 MTPD UREA PLANT
SL.NO.

PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC

BIDDER TO
INDICATE
CURRENCY

EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR

1.0

TOTAL TAXES AND DUTIES ON SUPPLIES (EXCLUDING Bidders


Recommended Spares)

1.1

Excise Duty + Edu. Cess+ Higher Education Cess

N.A

N.A

1.2

CST

N.A

N.A

1.3

VAT

N.A

N.A

1.4

Basic Custom Duty

N.A

1.5

CVD

N.A

1.6

Education Cess

N.A

1.7

Higher Education Cess

N.A

1.8

Customs Education Cess

N.A

1.9

Customs Higher Education Cess

N.A

1.10

Special Duty

N.A

1.11

Others- Please Specify, if any

1.12

TOTAL TAXES AND DUTIES ON SUPPLIES (excluding Bidders


Recommended Spares) (1.1 to 1.11)
All rights reserved

IC

TOTAL
AMOUNT OF
TAX
CONSIDERED
IC

INR

INR

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 32 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-B
3850 MTPD UREA PLANT
SL.NO.

PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC

BIDDER TO
INDICATE
CURRENCY

2.0

TAXES & DUTIES APPLICABLE ON BIDDERS RECOMMENDED


SPARES

2.1

Excise Duty + Edu. Cess+ Higher Education Cess

2.2

CST

2.3

VAT

2.4

Basic Custom Duty

2.5

CVD

2.6

Education Cess

2.7

Higher Education Cess

2.8

Customs Education Cess

2.9

Customs Higher Education Cess

2.10

Special Duty

2.11

Others- Please Specify, if any


All rights reserved

EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR

IC

TOTAL
AMOUNT OF
TAX
CONSIDERED
IC

INR

INR

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 33 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-B
3850 MTPD UREA PLANT
PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION

SL.NO.

FC

BIDDER TO
INDICATE
CURRENCY

2.12

EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR

IC

TOTAL
AMOUNT OF
TAX
CONSIDERED
IC

INR

INR

TOTAL TAXES AND DUTIES ON Bidders Recommended Spares


(2.1 to 2.11)

NOTE: 1

BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY. VARIATION IN EXCHANGE RATES
WILL BE TO OWNERS ACCOUNT.

IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY
THE APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.

For and on behalf of :


Stamp & Signature

Name

Designation

Date

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 34 OF 58

SCHEDULE OF PRICES

REV

SECTION-B
3850 MTPD UREA PLANT
PART IISUPPLY OF SERVICES
SL.NO.

DETAILS OF SERVICES

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS

1.0

GRANT OF PROCESS LICENCE(S) AND TRANSFER OF


TECHNICAL INFORMATION- UREA PLANT

2.0

BASIC ENGINEERING

3.0

DETAILED ENGINEERING, SUPERVISION OF DETAILED ENGINEERING, IF ANY

3.1

Home office services

3.2

Others

3.3

Total of 3.0 (Item-3.1+3.2)

4.0

INSTALLATION AND COMMISSIONING SERVICES ETC.

IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

Providing services for Pre-Fabrication, Fabrication, Erection, Construction, Installation, Testing, Pre-Commissioning, Mechanical
Completion, Commissioning and conducting Performance Guarantee Test Run (PGTR) required for completing and establishing the plant
as a fully functional and operative Unit, including (but not limited to) providing all labors and manpower, resources, transportation, store
management, construction equipment, tools, tackles and aids, safety devices, testing devices, facilities, utilities, communication systems,
material and other reconciliations, handing over of final drawings / documents / manuals, obtaining and satisfying all statutory licenses,
clearances, consents, no objections, approvals and certificates and complying with all statutory formalities etc. And all other services
whatsoever required for completing the works in all respects in accordance with the contract documents of the plant as per bidding
documents and Direction of Engineer-in-charge/ Owners representative/ Owner
4.1.0

Civil Works

4.1.1

Buildings

4.1.2

Equipment Foundation
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 35 OF 58

SCHEDULE OF PRICES

REV

SECTION-B
3850 MTPD UREA PLANT
PART IISUPPLY OF SERVICES
SL.NO.

DETAILS OF SERVICES

4.1.3

Structural Works

4.1.4

Total of 4.1.0 (Item-4.1.1+4.1.2+4.1.3)

4.2.0
4.2.1

Erection
Mechanical

4.2.2

Electrical

4.2.3

Instrumentation

4.2.4

Insulation and Painting

4.2.5

Misc. Equipment

4.2.6

Items identified by the bidder, Please specify if any

4.2.7
4.3.0

Total of 4.2.0 (Item-4.2.1 to 4.2.6)


Insurance (All - Risks Insurance)

4.3.1

Inland Transit Insurance From Port/ Works To Site.

4.3.2

Storage Cum Erection (Comprehensive Site) Insurance

4.3.3

Total of 4.3.0 (Item-4.3.1+4.3.2)

4.4

Project Management & Overheads

4.5

Pre-Commissioning & Commissioning, Guarantee Test and


Handing Over the Plant to Owner

4.6

Procurement & Other Charges

4.7

Inland Transportation within India for Imported and Indigenous


items (including clearing, forwarding, loading, packing and
handling for trans-shipment)

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS

All rights reserved

IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 36 OF 58

SCHEDULE OF PRICES

REV

SECTION-B
3850 MTPD UREA PLANT
PART IISUPPLY OF SERVICES
SL.NO.

DETAILS OF SERVICES

4.8

Bidder to identify and specify any other item if not covered


above but required for the completion of work

5.0

TOTAL OF SERVICES (1.0 TO 4.0 )

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS

IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

Note:
1) Above break-up pertains to major services. It will be the responsibility of the contractor to quote the price of all services required for completion of work as
per the contract, irrespective of whether all services are identified above or not.
2) Any services required for Bidders Recommended Spares like insurance, inland transportation etc. shall not be included in this Part. If the Bidders
Recommended Spares are included in the CONTRACT at the time of finalisation of CONTRACT, the relevant services for same shall be provided free of
cost by the LSTK CONTRACTOR.

For and on behalf of :


Stamp & Signature

Name

Designation

Date

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 37 OF 58

SCHEDULE OF PRICES

REV

SECTION-B
3850 MTPD UREA PLANT
PART-IIA: THE BREAK UP OF ALL THE TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PART-II, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
TOTAL
DETAILS OF THE ITEM ALONGWITH PARTICULARS OF TAXES &
CONSIDERED
CONSIDERED
AMOUNT
OF
DUTIES APPLICABLE ON EACH ITEM

TAX
CONSIDERED

FC

BIDDER TO
INDICATE

1.0

Withholding Tax

2.0

R&D Cess

3.0

Service Tax + Education Cess+ Higher Education Cess

4.0

Others- Please Specify

5.0

TOTAL TAXES AND DUTIES ON SERVICES (1.0+2.0+3.0+4.0)

NOTE: 1

EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR

IC

IC

INR

INR

BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY. VARIATION IN EXCHANGE RATES
WILL BE TO OWNERS ACCOUNT.

IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY
THE APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.
For and on behalf of :
Stamp & Signature

Name

Designation

Date

:
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 38 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-C
ASSOCIATED OFFSITE & UTILITIES FACILITIES
PART I SUPPLY OF MATERIALS
Sl. No.

DETAILS OF SUPPLIES

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS

IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

IMPORTED/INDIGENOUS MATERIALS
1.0 Price of all imported/indigenous materials required for incorporation to set up Associated Offsite & Utilities Facilities complete

in all respects including Commissioning Spares, Mandatory spares, made up as follows with applicable taxes and duties
indicated separately:
1.1 Cooling Towers (Ammonia, Urea and offsite including pumping,
side stream filters, Chlorine and Chemical dosing.)
1.2 10,000 MT Ammonia Storage tank.
1.3 DM and condensate polishing unit.
1.4 Instrument Air System.
1.5 Inert Gas system.
1.6 Emergency DG set
1.7 Flare system.
1.8 Fire fighting system
1.9 Effluent treatment system.
1.10 Plants control room and Electrical substation
1.11 Work shop & Lab. Buildings
1.12

OTHERS (Bidders to identify and specify)

2.0 TOTAL OF SUPPLIES(1.1 TO 1.12)


3.0 Bidders Recommended Spares
(Not to be considered in Evaluation for arriving LSTK Price)
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 39 OF 58

SCHEDULE OF PRICES

P
REV

Note:
1) Price for Imported Item is on CIF Basis alongwith any other charges required for the purpose of calculation of Customs Duty.
2) Above break-up pertains to major items without identifying individual tag nos. It will be the responsibility of the contractor to quote the price of all materials/
equipments required for completion of work as per the contract, irrespective of whether all items are identified above or not.
For and on behalf of :
Stamp & Signature

Name

Designation

Date

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 40 OF 58

SCHEDULE OF PRICES

REV

SECTION-C
ASSOCIATED OFFSITE & UTILITIES FACILITIES
SL.NO.

PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC

BIDDER TO
INDICATE
CURRENCY

EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR

1.0

TOTAL TAXES AND DUTIES ON SUPPLIES (EXCLUDING BIDDERS


RECOMMENDED SPARES)

1.1

Excise Duty + Edu. Cess+ Higher Education Cess

N.A

N.A

1.2

CST

N.A

N.A

1.3

VAT

N.A

N.A

1.4

Basic Custom Duty

N.A

1.5

CVD

N.A

1.6

Education Cess

N.A

1.7

Higher Education Cess

N.A

1.8

Customs Education Cess

N.A

1.9

Customs Higher Education Cess

N.A

1.10

Special Duty

N.A

1.11

Others- Please Specify, if any

1.12

TOTAL TAXES AND DUTIES ON SUPPLIES (EXCLUDING BIDDERS


RECOMMENDED SPARES) (1.1 TO 1.11)
All rights reserved

IC

TOTAL
AMOUNT OF
TAX
CONSIDERED
IC

INR

INR

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 41 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-C
ASSOCIATED OFFSITE & UTILITIES FACILITIES
SL.NO.

PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC

BIDDER TO
INDICATE
CURRENCY

2.0

TAXES & DUTIES APPLICABLE ON BIDDERS RECOMMENDED


SPARES

2.1

Excise Duty + Edu. Cess+ Higher Education Cess

2.2

CST

2.3

VAT

2.4

Basic Custom Duty

2.5

CVD

2.6

Education Cess

2.7

Higher Education Cess

2.8

Customs Education Cess

2.9

Customs Higher Education Cess

2.10

Special Duty

2.11

Others- Please Specify, if any


All rights reserved

EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR

IC

TOTAL
AMOUNT OF
TAX
CONSIDERED
IC

INR

INR

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 42 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-C
ASSOCIATED OFFSITE & UTILITIES FACILITIES
SL.NO.

PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC

BIDDER TO
INDICATE
CURRENCY

2.12

EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR

IC

TOTAL
AMOUNT OF
TAX
CONSIDERED
IC

INR

INR

TOTAL TAXES AND DUTIES ON BIDDERS RECOMMENDED SPARES)


(2.1 to 2.11)

NOTE: 1

BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY. VARIATION IN EXCHANGE RATES
WILL BE TO OWNERS ACCOUNT.

IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY
THE APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.

For and on behalf of :


Stamp & Signature

Name

Designation

Date

:
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 43 OF 58

SCHEDULE OF PRICES

REV

SECTION-C
ASSOCIATED OFFSITE & UTILITIES FACILITIES
PART IISUPPLY OF SERVICES
SL.NO.

DETAILS OF SERVICES

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS

IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

1.0

INSTALLATION AND COMMISSIONING SERVICES ETC.

1.1.0

Providing services for Pre-Fabrication, Fabrication, Erection, Construction, Installation, Testing, Pre-Commissioning, Mechanical
Completion, Commissioning and conducting Performance Guarantee Test Run (PGTR) required for completing and establishing the
Associated Offsite & Utilities Facilities as a fully functional and operative Unit, including (but not limited to) providing all labors and
manpower, resources, transportation, store management, construction equipment, tools, tackles and aids, safety devices, testing devices,
facilities, utilities, communication systems, material and other reconciliations, handing over of final drawings / documents / manuals,
obtaining and satisfying all statutory licenses, clearances, consents, no objections, approvals and certificates and complying with all
statutory formalities etc. And all other services whatsoever required for completing the works in all respects in accordance with the
contract documents of the plant as per bidding documents and Direction of Engineer-in-charge/ Owners representative/ Owner
Civil Works

1.2.0

Erection

1.3.0

Insurance (All - Risks Insurance)

1.3.1

Inland Transit Insurance From Port/ Works To Site.

1.3.2

Storage Cum Erection (Comprehensive Site) Insurance

1.4.

Project Management & Overheads

1.5

Pre-Commissioning & Commissioning,Guarantee Test and


Handing Over the Plant To Owner

1.6

Procurement & Other Charges

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 44 OF 58

SCHEDULE OF PRICES

REV

SECTION-C
ASSOCIATED OFFSITE & UTILITIES FACILITIES
PART IISUPPLY OF SERVICES
SL.NO.

DETAILS OF SERVICES

1.7

Inland Transportation within India for Imported and Indigenous


items (including clearing, forwarding, loading, packing and
handling for trans-shipment)
Bidder to identify and specify any other item if not covered
above but required for the completion of work

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS

1.8
2.0

IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

TOTAL OF SERVICES (1.1 TO 1.8)

Note:
1) Above break-up pertains to major services. It will be the responsibility of the contractor to quote the price of all services required for completion of work as
per the contract, irrespective of whether all services are identified above or not.
2) Any services required for Bidders Recommended Spares like insurance, inland transportation etc. shall not be included in this Part. If the Bidders
Recommended Spares are included in the CONTRACT at the time of finalisation of CONTRACT, the relevant services for same shall be provided free of
cost by the LSTK CONTRACTOR.

For and on behalf of :


Stamp & Signature

Name

Designation

Date

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 45 OF 58

SCHEDULE OF PRICES

REV

SECTION-C
ASSOCIATED OFFSITE & UTILITIES FACILITIES
PART-IIA: THE BREAK UP OF ALL THE TAXES AND DUTIES CONSIDERED AND QUOTED, IN PART-II, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
TOTAL
DETAILS OF THE ITEM ALONGWITH PARTICULARS OF TAXES &
CONSIDERED
CONSIDERED
AMOUNT OF
DUTIES APPLICABLE ON EACH ITEM

TAX
CONSIDERED

FC

BIDDER TO
INDICATE

1.0

Withholding Tax

2.0

R&D Cess

3.0

Service Tax + Education Cess+ Higher Education Cess

4.0

Others- Please Specify

5.0

TOTAL TAXES AND DUTIES ON SERVICES (1.0+2.0+3.0+4.0)

NOTE: 1
2

EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR

IC

IC

INR

INR

BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY VARIATION IN EXCHANGE RATES
WILL BE TO OWNERS ACCOUNT.
IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY
THE APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.

For and on behalf of :


Stamp & Signature

Name

Designation

Date

:
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 46 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-D
OPTIONAL ITEMS
PART I SUPPLY OF MATERIALS
Sl. No.

DETAILS OF SUPPLIES

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS

IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

1.0

IMPORTED/INDIGENOUS MATERIALS
Price of all imported/indigenous materials required for incorporation to set up Optional Items complete in all respects including
Commissioning Spares, Mandatory spares, made up as follows with applicable taxes and duties indicated separately:

1.1

Urea Conveying, Bagging and loading Plant.

1.2

15000 MT Urea Silo.

1.3

Ammonia Storage Tank of 10,000 MT Storage

1.4

Approach to zero pollution with total recycle of liquid effluent


from PLANT and CO2 recovery from flue gas.
TOTAL OF SUPPLIES(1.1 TO 1.4)

2.0
Note:

1) Price for Imported Item is on CIF Basis alongwith any other charges required for the purpose of calculation of Customs Duty.
2) Above break-up pertains to major items without identifying individual tag nos. It will be the responsibility of the contractor to quote the price of all materials/
equipments required for completion of work as per the contract, irrespective of whether all items are identified above or not.
For and on behalf of :
Stamp & Signature

Name

Designation

:
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 47 OF 58

SCHEDULE OF PRICES
Date

All rights reserved

P
REV

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 48 OF 58

SCHEDULE OF PRICES

REV

SECTION-D
OPTIONAL ITEMS
SL.NO.

PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC

CURRENCY

BIDDER TO
INDICATE

EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR

1.0

Excise Duty + Education Cess+ Higher Education Cess

N.A

N.A

2.0

CST

N.A

N.A

3.0

VAT

N.A

N.A

4.0

Basic Custom Duty

N.A

5.0

CVD

N.A

6.0

Education Cess

N.A

7.0

Higher Education Cess

N.A

8.0

Customs Education. Cess

N.A

9.0

Customs Higher Education Cess

N.A

10.0 Special Duty

N.A

11.0 Others- Please Specify, if any


12.0 TOTAL TAXES AND DUTIES ON SUPPLIES (1.0 to 11.0 )

All rights reserved

IC

TOTAL
AMOUNT OF
TAX
CONSIDERED
IC

INR

INR

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 49 OF 58

SCHEDULE OF PRICES

P
REV

NOTE: 1

BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY. VARIATION IN EXCHANGE RATES
WILL BE TO OWNERS ACCOUNT.

IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY
THE APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.

For and on behalf of :


Stamp & Signature

Name

Designation

Date

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 50 OF 58

SCHEDULE OF PRICES

REV

SECTION-D
OPTIONAL ITEMS
PART IISUPPLY OF SERVICES
SL.NO.

DETAILS OF SERVICES

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS

1.0

IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

1.1

DETAILED ENGINEERING, SUPERVISION OF DETAILED ENGINEERING, IF ANY FOR:


Interconnecting piping of Utilities (Service Water, NG, DM Water, Plant Air, Waste Water, Ammonia warm, Nitrogen (LP), Drinking
Water,Steam (HP) etc.)
Home office services

1.2

Others

2.0

INSTALLATION AND COMMISSIONING SERVICES ETC.

IN WORDS

Providing services for Pre-Fabrication, Fabrication, Erection, Construction, Installation, Testing, Pre-Commissioning, Mechanical
Completion, Commissioning and conducting Performance Guarantee Test Run (PGTR) required for completing and establishing the
Optional Items as a fully functional and operative Unit, including (but not limited to) providing all labors and manpower, resources,
transportation, store management, construction equipment, tools, tackles and aids, safety devices, testing devices, facilities, utilities,
communication systems, material and other reconciliations, handing over of final drawings / documents / manuals, obtaining and satisfying
all statutory licenses, clearances, consents, no objections, approvals and certificates and complying with all statutory formalities etc. And
all other services whatsoever required for completing the works in all respects in accordance with the contract documents of the plant as
per bidding documents and Direction of Engineer-in-charge/ Owners representative/ Owner
2.1.0

Civil Works

2.2.0

Erection

2.3.0

Insurance (All - Risks Insurance)

2.3.1

Inland Transit Insurance From Port/ Works To Site.

2.3.2

Storage Cum Erection (Comprehensive Site) Insurance

2.4.

Project Management & Overheads


All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 51 OF 58

SCHEDULE OF PRICES

REV

SECTION-D
OPTIONAL ITEMS
PART IISUPPLY OF SERVICES
SL.NO.

DETAILS OF SERVICES

2.5

Pre-Commissioning & Commissioning,Guarantee Test and


Handing Over the Ammonia/Urea Plant, as applicable, to Owner

2.6

Procurement & Other Charges

2.7

Inland Transportation within India for Imported and Indigenous


items (including clearing, forwarding, loading, packing and
handling for trans-shipment)
Bidder to identify and specify any other item if not covered
above but required for the completion of work

UNIT

FOREIGN CURRENCY (FC) (specify)


IN FIGS

2.8
3.0

IN WORDS

INDIAN CURRENCY (INR)


IN FIGS

IN WORDS

TOTAL OF SERVICES (1.0 & 2.0 )

Note:
1) Above break-up pertains to major services. It will be the responsibility of the contractor to quote the price of all services required for completion of work as
per the contract, irrespective of whether all services are identified above or not.
For and on behalf of :
Stamp & Signature

Name

Designation

Date

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2

DOCUMENT NO
SHEET 52 OF 58

SCHEDULE OF PRICES

REV

SECTION-D
OPTIONAL ITEMS
PART-IIA: THE BREAK UP OF ALL THE TAXES AND DUTIES CONSIDERED AND QUOTED, IN PART-II, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
TOTAL
DETAILS OF THE ITEM ALONGWITH PARTICULARS OF TAXES &
CONSIDERED
CONSIDERED
AMOUNT OF
DUTIES APPLICABLE ON EACH ITEM

TAX
CONSIDERED

FC

BIDDER TO
INDICATE

1.0

Withholding Tax

2.0

R&D Cess

3.0

Service Tax + Education Cess+ Higher Education Cess

4.0

Others- Please Specify

5.0

TOTAL TAXES AND DUTIES ON SERVICES (1.0+2.0+3.0+4.0)

NOTE: 1
2

EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR

IC

IC

INR

INR

BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY VARIATION IN EXCHANGE RATES
WILL BE TO OWNERS ACCOUNT.
IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY
THE APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.

For and on behalf of :


Stamp & Signature

Name

Designation

Date

:
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 53 OF 58

SCHEDULE OF PRICES

SECTION-E

MONTHLY PAYMENT SCHEDULE

1.

FOREIGN
FOREIGN
INDIAN
CURRENCY
CURR ENCY
CURRENCY
PROPOSED PROJECT SCHEDULE
(-----)
(-----)
(INR)
%
%
%
AMMONIA PLANT, UREA PLANT & ASSOCIATED OFFSITE & UTILITIES FACILITIES
MONTH-1

2.

MONTH-2

3.

MONTH-3

4.

MONTH-4

5.

MONTH-5

6.

MONTH-6

7.

MONTH-7

8.

MONTH-8

9.

MONTH-9

10.

MONTH-10

11.

MONTH-11

12.

MONTH-12

13.

MONTH-13

14.

MONTH-14

SL. N.

REMARKS

All rights reserved

P
REV

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 54 OF 58

SCHEDULE OF PRICES
15.

MONTH-15

16.

MONTH-16

17.

MONTH-17

18.

MONTH-18

19.

MONTH-19

20.

MONTH-20

21.

MONTH-21

22.

MONTH-22

23.

MONTH-23

24.

MONTH-24

25.

MONTH-25

26.

MONTH-26

27.

MONTH-27

28.

MONTH-28

29.

MONTH-29

30.

MONTH-30

31.

MONTH-31

32.

MONTH-32

33.

MONTH-33

All rights reserved

P
REV

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 55 OF 58

SCHEDULE OF PRICES
34.

MONTH-34

35.

MONTH-35

36.

MONTH-36

37.

MONTH-37

38.

MONTH-38
TOTAL

100%

100%

P
REV

100%

Note:
1. The above payment schedule shall be prepared assuming that payment will be effected by Owner one month after the relevant invoice issue except the
Final Payment which shall be effected in within 90 days from the due date. For avoidance of doubt, it is made clear that for the purpose of submitting
monthly cash flow, the anticipated payment in each month shall be shown.
2. The above payment curve is relevant to the LSTK Price set forth in Summary of Lump sum Prices - Annexure 1.2 which shall include taxes and
duties including such taxes which are payable by OWNER on reverse charge mechanism.
3

The above payment percentages are to be given currency wise and payee wise. In case the required information is not given payee wise, the actual
payment shall be made on first come first served basis subject to overall monthly cap.

Owner is intending to pay 10% mobilization advance in two installments of (first installment of upto 6% and balance in the second installment). The
second installment would be paid only after 3 months subject to satisfactory utilization of the 1st advance. These advance payments may be reckoned
in the above cash flows. The said advance payments would be recoverable @ 10% right from the first bill (payment) itself. This may also be considered.

Owner is also intending to pay 10% milestone on placement (i.e. this payment is not in the nature of mobilization advance) of PO as per NIT. These
payments may also be considered in the above cash flow.

The above advances are payable only against BG as per NIT.


All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 56 OF 58

SCHEDULE OF PRICES
7

P
REV

The S- curve shall represent the break up of the LSTK price & should include all the taxes & duties including the taxes, duties & CESS payable on
reverse charge basis. An element of VAT on local purchases need not be indicated separately by the BIDDER in the S- curve (although the same is
forming part of the LSTK Price), since the credit for same shall be considered by OWNER in the cash flow of 37th month. The value of VAT shall be
taken directly from the priced bid format for the purpose of giving credit while evaluating the bids.

For and on behalf of :


Stamp & Signature

Name

Designation

Date

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 57 OF 58

SCHEDULE OF PRICES

P
REV

SECTION-F
DATA REQUIRED FOR CALCULATION OF PRICE VARIATION FOR ALUMINIUM CABLES, COPPER CABLES AND NICKEL
SL.
No.

ITEM DESCRIPTION

1.0

Aluminium Cables

Required quantity of
cable for each type of
cable, i.e. numbers of
core and type of cable,
power/control

ii

Rate of EC grade
Aluminium
rods
(properzi
rods)
exclusive of taxes and
duties as considered in
Bid preparation.

2.0
i

Copper Cables
Required quantity of
cable for each type of
cable, i.e. numbers of
core and type of cable,
power/control along with
Bid.

SECTION-A

SECTION-B

SECTION-C

SECTION-D

PART-I

PART-I

PART-I

PART-I

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 58 OF 58

SCHEDULE OF PRICES

ii

Price of CC Copper
rods exclusive of taxes
and
duties
as
considered
in
Bid
preparation.

3.0
i

Nickel
Nickel weight used in
reformer tubes and its
accessories
where
Nickel content is more
than
25%(w/w)
as
calculated
by
CONTRACTOR
in
Metric Tons (MT) and
submitted along with
Bid.

ii

LME Nickel Rate (3


months seller rate) per
MT as considered in Bid
preparation.

All rights reserved

P
REV

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
COMMERCIAL QUESTIONNAIRE

PC54/E-1/P-I/Annx-1.3

DOCUMENT NO

REV

SHEET 1 of 5

SUBJECT : BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.
Note:
1)
2)

The Bidder shall submit reply to each query.


The Bidders reply/ confirmation as furnished in the Commercial Questionnaire (CQ) shall
supersede the stipulation mentioned else where in the bid.
Sl.
No.

1.

OWNERS/PDILS QUERY

BIDDERs REPLY /
CONFIRMATION

Please confirm that Master Index, Part-I (Commercial),


Part-II (Technical) and Amendment, if any, duly signed
and stamped on each page has been submitted, as
token of having acknowledged the entire bidding
document, along with the bid.

2.

Please confirm that all pages of the Bid have been


numbered in sequential manner.

3.

Please confirm that you have studied complete Bidding


Document including PQ Criteria (Clause 8.0 of
Instructions to Bidders), Technical and Commercial Part
and your Bid is in accordance with the requirements of
the Bidding Document.

4.

Please confirm that Pre Qualification Bid, TechnoCommercial Bid and Price Bid has been submitted in
desired number of copies as specified in Instructions to
Bidders.

5.

Please confirm Bid Submission as per tender i.e. in


Single Stage Two Bid System.

6.

Please confirm that the Price Part does not include any
terms and condition and Unpriced Price Schedule,
duly signed and stamped, and indicating
Quoted/Not Applicable/ Nil against each head
submitted in Envelope-II.
In case any terms and condition is mentioned in the
price part, the same shall be treated as null and void

7.

Please confirm your compliance to total scope of work


mentioned in the Bidding Document. CONTRACTORs
scope shall include supply of all materials and services
required for completion of Work irrespective of whether
such materials and services are mentioned in the
Bidding Document or not.

FORM NO: 02-0000-0021 F2 REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
COMMERCIAL QUESTIONNAIRE
Sl.
No.

PC54/E-1/P-I/Annx-1.3

DOCUMENT NO

REV

SHEET 2 of 5

BIDDERs REPLY /
CONFIRMATION

OWNERS/PDILS QUERY

8.

Please confirm your acceptance for Time Schedule as


mentioned Instructions to Bidders

9.

Please confirm your acceptance for Payment Terms as


per BIDDING Documents.

10.

Please confirm that your bid is valid for 9 months from


the due date for submission of bid.

11.

Please confirm EMD Validity as Bid Validity plus 06


Months.

12.

Please confirm Damages for delay in completion as per


clause 5.9 of PART-I: Commercial, Section-2.0

13.

Please confirm Damages for increase in works cost as


per clause 5.9 of PART-I: Commercial, Section-2.0.

14.

Please confirm Damages for not meeting performance


guarantees as per clause 5.9 of PART-I: Commercial,
Section-2.0

15.

Please confirm Overall ceiling on total liability as per


clause 5.13 of PART-I: Commercial, Section-2.0.

16.

Please confirm Guarantee/Warranties as per PART-I:


Commercial, Section-2.0, Article-5.

17.

Please confirm
following :i)

that

your

quoted

price

includes

All type of taxes / levies as per provisions of Bidding


Document.

ii) Insurance as per provision of Bidding Document.


18.

Please confirm that your Bid is substantially responsive


to the requirements of the Bidding Document and you
have not stipulated any material deviation and submitted
all details as specified in the Bidding Document.

19.

Please confirm that while proposing the list of


construction equipments, you have considered the
following equipments:
-

Cranes of adequate capacity.

Induction Pipe Bending Machine.

DG Sets.

Compressors.

Spray

FORM NO: 02-0000-0021 F2 REV2

Painting

Machines

including

surface
All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
COMMERCIAL QUESTIONNAIRE
Sl.
No.

PC54/E-1/P-I/Annx-1.3

DOCUMENT NO

REV

SHEET 3 of 5

OWNERS/PDILS QUERY

BIDDERs REPLY /
CONFIRMATION

preparation.
-

Test pumps.

Adequate nos. of Welding Machines.

All relevant civil construction equipment.

All Electrical equipment.

All Instrumentation equipment.

20.

Please confirm that you have proposed adequate project


/ site organisation with qualified supervisory personnel
having sufficient experience.

21.

Please confirm that all costs resulting from safe


execution of Work, such as safety induction, use of
protective clothing, safety glasses and helmet, safety
precaution taken during monsoon, or any other safety
measures to be undertaken by the CONTRACTOR for
execution of Work are included in the Lump sum Price.

22.

Please confirm that all safety rules & regulations as


mentioned in Bidding Document or notified at later date
by OWNER during execution shall be adhered by
CONTRACTOR within Lump sum Price.

23.

Please confirm that the following safety precautions


shall be followed by CONTRACTOR as mandatory :
-

Use of safety goggles while grinding.

Use of helmet / safety shoes.

Crane movement area to be barricaded.

Cylinders of flammable gases to be stacked


upright
Earthling of equipment to be made proper.

24.

Toe boards to be provided in the Scaffolding


platforms.

Excavations to be properly shored / slopped.

Safety net for construction

Fall Arresters

Safety Belts & Full Body Safety

Please confirm the following :The planning schedule, S-curves, manpower estimates,
construction equipment deployment schedule etc.
submitted by the bidder with his bid are indicative and

FORM NO: 02-0000-0021 F2 REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
COMMERCIAL QUESTIONNAIRE
Sl.
No.

PC54/E-1/P-I/Annx-1.3

DOCUMENT NO

REV

SHEET 4 of 5

OWNERS/PDILS QUERY

BIDDERs REPLY /
CONFIRMATION

shall not be basis for extra compensation in case actual


needs are higher.
Detailed
planning
schedule
developed
by
CONTRACTOR after Contract award may be subject to
fluctuations depending upon actual progress of the
project and available Work front.
Co-ordination and making available by CONTRACTOR
of all staff, manpower, construction equipment, tools,
cranes, etc. and materials as required for a timely
completion of all Work as per OWNERs construction
and priority schedule and in accordance with the
available Work front are to be included in the pricing.
Notwithstanding the above provision, the bidder shall
submit these details in accordance with the volume of
work, which may be reviewed and commented by us
during pre award stage /post award stage.
25.

Please furnish the bio data of key personnel including


nominated
Project
Director,
Project
Manager,
Engineering Manager, Engineering
Co-ordinator, Purchase Manager, QA/QC Manager,
Commissioning Manager, Commissioning Engineer etc.
These will be reviewed and approved by Engineer-inCharge.

26.

27.

Please confirm that your Lump sum Price includes cost


towards third party inspection by Llyods/BV/TUV as per
bidding documents..

Please note that the scope of this bid package is supply


of Process License, Basic Design and Detailed
Engineering,
Procurement,
Supply,
Fabrication,
Inspection by Third Party Inspection Agency (TPI) as
applicable by Llyods/BV/TUV, Expediting, Route Survey
for ODCs, Insurance, Transportation of all Equipments /
Materials to work site including Loading and Un-loading,
Storage, Construction and Erection of all civil,
mechanical, electrical and instrumentation works,
assembly and Installation, Temporary Site facility
required for execution of Project, obtaining all necessary
statutory approvals from concerned government
authorities, as applicable, Testing, Mechanical
Completion,
Pre-Commissioning,
Commissioning,
Sustained Load Test, Performance Guarantee Test Run

FORM NO: 02-0000-0021 F2 REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
COMMERCIAL QUESTIONNAIRE
Sl.
No.

PC54/E-1/P-I/Annx-1.3

DOCUMENT NO

REV

SHEET 5 of 5

OWNERS/PDILS QUERY

BIDDERs REPLY /
CONFIRMATION

Including total Project Management and handing over of


Ammonia & Urea Plants of Capacity 2500 MTPD &
3850 MTPD respectively along with Associated Offsite
& Utilities Facilities at GNFCs existing complex in
Bharuch, duly completed in all respects, on single point
responsibility basis.
The scope of work mentioned under various sections
shall
not
be
considered
as limitative
and
CONTRACTORs scope shall include completion of any
activities of work not mentioned in the bid package but
required to complete the Work in all respects and
making it functional.
28.

Please confirm that the CONTRACTOR shall supply all


chemicals, lubricants and consumables required for precommissioning /Commissioning as per provision of
Bidding Document.

29.

Please confirm that you have considered this Contract


as indivisible works contract and not divisible contract.

30.

The safety measures as mentioned in Bid Document


shall not be considered as limitative.
The
CONTRACTOR will be required to develop their
stringent safety measures and submit the same to
Engineer-in - Charge with the provision of a dedicated
safety group closely monitoring the construction
activities in all working shifts.

31.

Please confirm that your sub-contractor for construction


shall be meeting the requirements as specified in Bid
Document. Also that the agency for executing Electrical
work shall have a valid license for carrying out the work
in the state of Gujarat.

For and on behalf of

Stamp & Signature

Name

Designation

Date

FORM NO: 02-0000-0021 F2 REV2

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXCEPTION/DEVIATION
SUBJECT :

PC54/E-1/P-I/Annx1.4
DOCUMENT NO
SHEET 1 OF 1

0
RE
V

BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.

Bidder shall either stipulate in this form


1.

We make no exception/deviation to this bid or

2.

This bid is subject to the following exception/deviations and fill in the below

Sl.
No

Volume No./
Section No.
of bid doc..

Page
No.

Clause
No.

Article ,
Paragraph
No.

Requirement

Exception/
Deviation

1
2
3
NOTE :

1.

If unavoidable, Bidder may stipulate deviations to the requirements of the Bidding


Document only in this format.

2.

Bidder shall furnish Technical and Commercial deviations, if any, separately.


Also, Technical deviations shall be furnished separately for each discipline i.e.
Process, General Civil, Structural, Architectural, Piping, Mechanical Equipment,
Pressure Vessels, Rotating Equipment, Electrical, Instrumentation, Construction
etc.

3.

Any deviations stated elsewhere in the bid shall not be taken into account and
may render the bid non-responsive and liable to be rejected.

4.

A soft copy of this Annexure, in editable form, shall also be submitted by the
Bidder.

For and on behalf of

...........

Stamp & Signature


Name
Designation
Date

:
:

All rights reserved

PC54/E-1/P-I/Annx-1.5

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DETAILS OF SIMILAR WORKS EXECUTED

DOCUMENT NO
SHEET 1 OF 1

0
REV

DETAILS OF SIMILAR WORKS EXECUTED


(Name of the project)

SL.
NO.

FULL POSTAL
ADDRESS OF
CLIENT AND
NAME OF
OFFICER INCHARGE WITH
PHONE/CELL
NO AND EMAIL

DATE OF
COMMENCEMENT
OF WORK

SCHEDULED
COMPLETION
PERIOD

DESCRIPTION
VALUE OF
OF THE
CONTRACT
WORK

STAMP & SIGNATURE OF BIDDER

: __________________________________

NAME OF BIDDER

: __________________________________

DATE

: __________________________________

ACTUAL
COMPLETION
DATE

REMARKS

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
CURRENT COMMITMENTS OF THE BIDDER

PC54/E-1/P-I/Annx-1.6

DOCUMENT NO

REV

SHEET 1 OF 1

DETAILS OF CURRENT COMMITMENTS


(Name of the project)

SL.
NO.

FULL POSTAL
ADDRESS OF
CLIENT AND
NAME OF
OFFICER INCHARGE
WITH
PHONE/CELL
NO AND EMAIL

DATE OF
COMMENCEMENT
OF WORK

SCHEDULED
COMPLETION
PERIOD

DESCRIPTION
VALUE OF
OF THE
CONTRACT
WORK

STAMP & SIGNATURE OF BIDDER

: __________________________________

NAME OF BIDDER

: __________________________________

DATE

: __________________________________

%
COMPLETION
AS ON DATE

REMARKS

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
INFORMATION ABOUT BIDDER
SUBJECT :

PC54/E-1/P-I/Annx-1.7
DOCUMENT NO
SHEET 1 OF 1

0
REV

BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.

1.0

Bidder/Consortium hereby confirm that they shall strictly adhere to the details provided by
them in response to Prequalification Criteria, Clause 8.0 of Instructions to Bidders (Section1.0, Part-I).

2.0

SUMMARY OF THE LICENSORS AND BIDDER/CONSORTIUM MEMBERS


1.0
1.1
1.2
1.3
2.0

PROCESS LICENSORS
AMMONIA PLANT
CO2 REMOVAL
UREA PLANT
BIDDER/CONSORTIUM MEMBERS

3.0

Bidder/Consortium further confirm that the Bidder/Consortium shall not change its
constitution on the basis of which the Bidder/Consortium has submitted its Bid and qualified
the prescribed criteria for a Consortiums bid to qualify.

4.0

Bidder/Consortium also understand that In case of violation at any stage of evaluation of bid
and or after the award of contract from the provision of the Prequalification Criteria by the
Prequalified Bidder/ Successful Bidder, then without prejudice to OWNER's right and
remedies under the law, OWNER shall be entitled to forfeit and encash the Earnest Money
Deposit and / or Bank Guarantee for Advance Payment and/or Bank Guarantee for
Performance of Contract and / or Security Bond for Performance Guarantee furnished by
the Prequalified/ Successful Bidder
For and on behalf of :
Stamp & Signature

Name

Designation

Date

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXECUTION PLAN

PC54/E-1/P-I/Annx-1.8
DOCUMENT NO
SHEET 1 OF 5

0
REV

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.
1.0

BIDDER ORGANISATION

1.1

Company Organisation
Bid shall include a description of the organization, its management structure and organization
chart of Bidder's company with particular reference to the means whereby the execution of this
project will be related to the overall company organization.
The Bidder shall also furnish the name(s) of their partners, associated/ subsidiary companies &
their activities, and whether any such associated/ subsidiary company will be involved in the
execution of WORK, and if so, their scope thereof.

1.2

Project Organization
Bidder shall give charts of organization, which he intends to use in the execution of the work.
Such charts must show lines of authority and communication of senior personals who will be
assigned to this work in Bidder's home - office and other offices where WORK shall be
performed (if any) and the lines connecting such Project Organization to the Bidder's internal
overall organization including partners (if any). The chart shall be supported by a narrative,
which shall explain how the proposed organisation will operate and in particular will provide
The name of the location of the office(s) in which the Basic and Detail Engineering Design
Packages of the plant shall be carried out.
If any parts of the Basic and Detail Engineering Design Packages are to be carried out in more
than one office, then details of the distribution of the jobs between offices and coordination
procedure shall also be presented.
A description of the facilities offered to the OWNERS resident engineers.

2.0

Estimated project and Engineering man-hours


Bidder shall give an estimate of the engineering man-hours and its break-up for all activities

3.0

Methods and procedures


Bidder shall summarise the methods and procedures that BIDDER intends to implement during
the performance of the WORK. It shall include the proposed procedures such as Engineering,
Procurement, construction strategy, WORK Progress Measurement, Pre-commissioning,
Commissioning and Performance Test Run of the PLANT, and Training.
BIDDER shall also furnish proposed procedures for the Project management, communication
and
method and frequency of reporting the progress of the WORK.
The final form for reports, which will be subject to OWNER's Approval, shall include as a minimum
the following :
a) Planning and Scheduling
b) Work Progress
c) Safety and Security

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXECUTION PLAN

PC54/E-1/P-I/Annx-1.8
DOCUMENT NO
SHEET 2 OF 5

0
REV

NOTES:

4.0

a)

Sample reporting forms and other key standard forms shall be included.

b)

Bidder shall state the extent to which he will be using computerized drafting,

etc.

Job descriptions and personnel resumes

Bidder shall include job descriptions and personnel resumes of his staff nominated to the key
positions, including (where applicable) at least the followings, or Bidder's equivalent:

Project director
Process engineering co-ordinator
Construction manager
Process engineer
Project engineering co-ordinator
Senior pre-commissioning engineer
Senior commissioning engineer
Training co-ordinator and instructor.
Construction Engineering Coordinator
Construction Quality Control Engineer
Construction Project Control Engineer
Welding Specialists
Heavy Lift Rigging Specialist
Senior Specialist Engineers
Senior Planning Engineers
Materials Coordinators
Senior Construction Engineers

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXECUTION PLAN

PC54/E-1/P-I/Annx-1.8
DOCUMENT NO
SHEET 3 OF 5

0
REV

Senior Pre-commissioning Engineers


Warehousing Officer
Material Planning Engineers

Resumes shall give at least the name, age, nationality, education, professional
exception/deviation and previous experience of each assigned personnel. Additionally, one
alternative shall be offered for each position. Bidder shall ensure that personnel to be
deployed meet the minimum criteria specified in Annexure-1.8A

Bidder shall confirm that these key personnel will be made available to WORK on the Project as
required by the schedule on full time basis.

Bidder shall furnish Summary of its Deployment Schedule Personnel as per Annexure-1.8 B.
Bidder understands that the said proposal represents the minimum deployment and the Bidder
acknowledges that the said deployment may have to be augmented with additional number
and/or categories, if required, if directed by Engineer-in-Charge in order to complete the work
within the completion schedule and quoted lump sum price.

5.0

Construction equipment and machinery


The BIDDER shall furnish details of construction equipment & machinery, testing equipment,
tools/tackles, etc., which will be made available by the Bidder at the Site. Bidder shall furnish
Summary of such details as per Annexure-1.8 C, Annexure-1.8 D.
Such list shall, in no way limit the CONTRACTOR's responsibility to arrange & provide any
additional construction equipment, tools, tackle, etc., which might be required to execute and
complete the WORK as per contractual schedule.
BIDDER shall furnish the procedures and his tools for erection of the Heavy Lift Equipments
including tall columns):

6.0

Heavy lifts

BIDDER shall furnish his proposed, site transportation, lifting, along with preliminary rigging
schemes and erection procedure for the heavy lifts.
Such plans / schemes shall be furnished along with detailed write -up on heavy cranes proposed
to be deployed by CONTRACTOR, duly supported by relevant technical literature.

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXECUTION PLAN

7.0

PC54/E-1/P-I/Annx-1.8
DOCUMENT NO
SHEET 4 OF 5

0
REV

BIDDER experience & exception/deviation to perform the work


The BIDDER should have experience in the construction of similar Plants. The BIDDER should
have successfully executed and completed construction of at least one similar Plant with his own
project management and with complete responsibility of construction / erection and precommissioning.
The BIDDER shall furnish, as a part of his Tender Documents establishing the BIDDER'S
experience and exception/deviation to perform the CONTRACT. Such documentary evidence
shall also establish to OWNER's satisfaction that the BIDDER has the necessary financial,
technical, project management capabilities and the requisite resources to execute the Work.
Such documentary evidence shall also be furnished for BIDDER'S proposed Subcontractors, if
any. The Bidder shall furnish, in a tabular from, a list of jobs of similar type and magnitude
executed by them in the past. BIDDER shall also furnish details of their experience in erection of
heavy lifts. The Bidder shall furnish documentary evidence, establishing to OWNER satisfaction,
that such jobs have been timely and successfully executed by them. The BIDDER shall also
furnish the details of their present major commitments.

8.0

QA/QC Program

Bidder shall furnish a summary description of their proposed QA/QC program.


Bidder shall furnish any other technical information / details as per the requirements of NIT.

9.0

Technical assistance

The extent of the Technical Services and Assistance to be rendered by CONTRACTOR for,
commissioning and performance test run, etc., is to be proposed

10.0

Training

Bidder shall furnish the following details regarding the Training of OWNER'S personnel:

a)

Bidder's organisation set up for Training program.

b)

Training facilities available with the Bidder to train the OWNER'S personnel in

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
EXECUTION PLAN

11.0

DOCUMENT NO
SHEET 5 OF 5

0
REV

Theory of process, operation, maintenance and manufacturing of products

Field (on the job) training in process, operation, maintenance and manufacturing of
products, to train the personnel on the job.

Test procedure and other matters.

c)

The courses and their duration, number of attendees in each course and location
where such courses will be held that the Bidder would recommend OWNER to
consider.

d)

Bidder's experience of training the personnel for units similar to the subject PLANT.

Estimate of the number of personnel required for the safe and satisfactory operation of the
Plant.

For and on behalf of

Stamp & Signature

Name

Designation
Date

PC54/E-1/P-I/Annx-1.8

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
MINIMUM QUALIFICATION & EXP. OF KEY
SUPERVISORY CONSTRUCTION PERSONNEL

PC54/E-1/P-I/Annx-1.8A

DOCUMENT NO

REV

SHEET 1 OF 2

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.

SL.
NO.

CATEGORY

QUALIFICATION & EXPERIENCE

RESIDENT CONSTRUCTION Degree in Engg. With minimum 20 years relevant


MANAGER
/
RESIDENT experience in construction should successfully
ENGINEER / SITE-IN-CHARGE constructed & commissioned at least one process unit
in hydrocarbon / fertilizer sector.

LEAD DISCIPLINE ENGINEER

LEAD
WELDING
ENGINEER

LEAD QA/QC ENGINEER

Degree in Engg. With 15 years Construction


Experience of which 5 years should be as QA
Manager.

LEAD PLANNING ENGINEER

Degree in Engg. With 15 years experience in Planning


& Scheduling.

LEAD SAFETY OFFICER

Degree / Diploma in Engg. And Diploma in Industrial


Safety with min. 10 years relevant experience in
Construction Safety.

WAREHOUSE-IN-CHARGE
MATERIALS MANAGER

DISCIPLINE SURVEYORS

Degree in relevant Engg. discipline with minimum 15


years experience in Construction or Diploma in relevant
Engg. Discipline with minimum 20 years experience in
Construction.

NDT Degree in Mechanical Engg./Metallurgy with minimum


15 years experience in Welding / NDT (NonDestructive Testing) plus Level-II in RT (Radiographic
Testing) or diploma in Mechanical Engg. / Metallurgy
with minimum 20 years experience in Welding / NDT
plus LevelII in RT.

/ Graduate in Science or Diploma in Engg. / Materials


Management with 15 years experience in Warehousing
/ Stores Management of similar nature.
Degree in relevant Engineering Discipline with
minimum 3 years experience in Construction or
diploma in relevant Engineering Discipline with
minimum 6 years experience in Construction.

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
MINIMUM QUALIFICATION & EXP. OF KEY
SUPERVISORY CONSTRUCTION PERSONNEL
9

QUANTITY SURVEYORS

For and on behalf of

PC54/E-1/P-I/Annx-1.8A

DOCUMENT NO

REV

SHEET 2 OF 2

Degree in relevant Engineering Discipline with


minimum 3 years experience or diploma in relevant
Engineering Discipline with minimum 6 years
experience in quantity estimation, field measurement,
rate analysis etc. in construction field.

Stamp & Signature

Name

Designation

Date

All rights reserved

PC54/E-1/P-I/Annx-1.8B

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DEPLOYMENT SCHEDULE OF SUPERVISORY PERSONNEL

DOCUMENT NO
SHEET 1 OF 7

REV

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS EXISTING COMPLEX IN BHARUCH.

SL.
NO.

DESCRITPION

DEPLOYMENT
1

PROJECT
MANAGEMENT

1.1

PROJECT
MANAGER

1.2

PLANNING
MANAGER

1.3

PLANNING
ENGINEERS

RESIDUAL
DESIGN AND
DETAILED
ENGINEERING

2.1

PROJECT
ENGINEERING
MANAGER

2.2

ENGINEERING
COORDINATOR

2.3

ENGG.
PERSONNEL
FOR VARIOUS
DISCIPLINE

10

11

12

13

14

15

16

17

SCHEDULE
1
8

19

20

21

All rights reserved

22

23

24

25

26

27

28

29

30

31

TOTAL

PC54/E-1/P-I/Annx-1.8B

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DEPLOYMENT SCHEDULE OF SUPERVISORY PERSONNEL
SL.
NO.

DESCRITPION

DEPLOYMENT
1

2.3.1

CIVIL
STRUCTURAL

(i)

ENGINEERS

2.3.2

PRESSURE
VESSELS

2.3.3

MECHANICAL
EQPT/ ROTARY
EQPT.

2.3.4

PIPING

(i)

ENGINEERS

2.3.5

ELECTRICAL

(i)

ENGINEERS

2.3.6

INSTRUMENTATION

(i)

ENGINEERS

2.3.7

MISCELLANEOUS

PROCUREMENT

3.1

PURCHASE

3.1.1

PURCHASE
MANAGER

10

11

12

13

14

15

16

17

DOCUMENT NO
SHEET 2 OF 7

REV

SCHEDULE
1
8

19

20

21

All rights reserved

22

23

24

25

26

27

28

29

30

31

TOTAL

PC54/E-1/P-I/Annx-1.8B

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DEPLOYMENT SCHEDULE OF SUPERVISORY PERSONNEL
SL.
NO.

DESCRITPION

DEPLOYMENT
1

3.1.2

PURCHASE
COORDINATOR

3.1.3

PURCHASE
OFFICER

3.2

INSPECTION

3.2.1

INSPECTION
MANAGER

3.2.2

INSPECTORS

3.3

EXPEDITING

3.3.1

EXPEDITING
COORDINATOR

3.3.2

EXPEDITORS

3.4

CUSTOM
CLEARANCE,
IMPORT
LICENCE,
TRANSPORTA TION
PERSONNEL

10

11

12

13

14

15

16

17

DOCUMENT NO
SHEET 3 OF 7

REV

SCHEDULE
1
8

19

20

21

4
SITE
CONSTRUCTION
4.1

PROJECT
MANAGER

All rights reserved

22

23

24

25

26

27

28

29

30

31

TOTAL

PC54/E-1/P-I/Annx-1.8B

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DEPLOYMENT SCHEDULE OF SUPERVISORY PERSONNEL
SL.
NO.

DESCRITPION

DEPLOYMENT
1

4.2

CONSTRUCTION MANAGER

4.3

CIVIL
STRUCTURAL

4.3.I

SITE ENGINEER

4.3.3

SUPERVISORS

4.4.1

10

11

12

13

14

15

16

17

1
8

19

20

21

LEAD ENGINEER
SITE ENGINEER

4.4.3

SUPERVISORS

4.5

PIPING WORK
LEAD ENGINEER

4.5.2

SITE ENGINEER

4.5.3

SUPERVISORS

4.6

REV

SCHEDULE

MECHANICAL
WORKS

4.4.2

4.5.1

DOCUMENT NO
SHEET 4 OF 7

LEAD ENGINEER

4.3.2

4.4

ELECTRICAL
WORK
All rights reserved

22

23

24

25

26

27

28

29

30

31

TOTAL

PC54/E-1/P-I/Annx-1.8B

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DEPLOYMENT SCHEDULE OF SUPERVISORY PERSONNEL
SL.
NO.

DESCRITPION

DEPLOYMENT
1

4.6.1

SITE ENGINEER

4.6.3

SUPERVISORS

4.7

INSTRUMENTATION WORK

10

11

12

13

14

15

16

17

SITE ENGINEER

4.7.3

SUPERVISORS

1
8

19

20

21

QUALITY
ASSURANCE/
QUALITY
CONTROL

4.8.1

QC/QA
MANAGER

4.8.2

INSPECTOR
(CIVIL)

4.8.3

INSPECTOR
(PIPING)

4.8.4

INSPECTOR
(MECH EQPT)

REV

SCHEDULE

LEAD ENGINEER

4.7.2

4.8

DOCUMENT NO
SHEET 5 OF 7

LEAD ENGINEER

4.6.2

4.7.1

All rights reserved

22

23

24

25

26

27

28

29

30

31

TOTAL

PC54/E-1/P-I/Annx-1.8B

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DEPLOYMENT SCHEDULE OF SUPERVISORY PERSONNEL
SL.
NO.

DESCRITPION

DEPLOYMENT
1

4.9

SAFETY
ENGINEER

4.10

SITE
ENGINEERING
WORKS

4.10.1

ENGINEERS

4.10.2

SUPERVISORS

4.11

COMPUTER
ENGINEER

4.12

ADMINISTRA

10

11

12

13

14

15

16

17

DOCUMENT NO
SHEET 6 OF 7

MISCELLANEOUS

4.14

WAREHOUSE
PERSONNEL

4.15

MATERIAL
MANAGER

4.16

COMMISSIONING

i)

REV

SCHEDULE
1
8

19

20

21

TION MANAGER
4.13

COMMISSIONING
COORDINATOR

All rights reserved

22

23

24

25

26

27

28

29

30

31

TOTAL

PC54/E-1/P-I/Annx-1.8B

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DEPLOYMENT SCHEDULE OF SUPERVISORY PERSONNEL
SL.
NO.

DESCRITPION

DEPLOYMENT
1

ii)

COMM
ENGINEER
(SHIFT- INCHARGE)

iii)

CONTROL
ROOM
COORDINATOR

iv)

FIELD
SUPERVISOR

v)

10

11

12

13

14

15

16

17

DOCUMENT NO
SHEET 7 OF 7

1
8

19

20

21

Stamp & Signature

Name

Designation

Date

REV

SCHEDULE

TECHNICIAN

For and on behalf of

All rights reserved

22

23

24

25

26

27

28

29

30

31

TOTAL

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DEPLOYMENT SCHEDULE OF CONSTRUCTION EQUIPMENT

PC54/E-1/P-I/Annx-1.8C

DOCUMENT NO

REV

SHEET 1 OF 6

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS EXISTING COMPLEX IN BHARUCH.

DEPLOYMENT SCHEDULE OF CONSTRUCTION EQUIPMENT


SL.
NO.

DESCRIPTION

CAPA
-CITY

DEPLOYMENT SCHEDULE
1

CRANES

1.1

2000 MT

1.2

1000 MT

1.1

500 MT

1.2

300 MT

1.3

150 MT

1.4

75 MT

1.5

50 MT

1.6

20 MT

1.7

15 MT

1.8

10 MT

1.9

5 MT

10

11

12

13

14

15

16

17

18

19

20

All rights reserved

21

22

2
3

2
4

2
5

2
6

2
7

2
8

29

30

31

TOTAL

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DEPLOYMENT SCHEDULE OF CONSTRUCTION EQUIPMENT

SL.
NO.

DESCRIPTION

DIESEL
GENERATOR
S

2.1

500 KVA

2.3
3

600 CFT

3.2

350 CFT

4.1

4.2

4.3

4.4

DOCUMENT NO

REV

SHEET 2 OF 6

10

11

12

13

14

15

16

17

18

19

20

300
KVA/250KV
150
KVA/125KV
COMPRESSO
RS

3.1

DEPLOYMENT SCHEDULE
1

2.2

CAPA
-CITY

PC54/E-1/P-I/Annx-1.8C

WELDING
M/CS
DIESEL
WELDING M/C
DIESEL
GENERATOR
WELDING
TRANS
FORMERS/RE
C-TIFIERS
TIG WELDING
M/CS
All rights reserved

21

22

2
3

2
4

2
5

2
6

2
7

2
8

29

30

31

TOTAL

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DEPLOYMENT SCHEDULE OF CONSTRUCTION EQUIPMENT

SL.
NO.
5

DESCRIPTION

CAPA
-CITY

PC54/E-1/P-I/Annx-1.8C

DOCUMENT NO

REV

SHEET 3 OF 6

DEPLOYMENT SCHEDULE
1

10

11

12

13

14

15

16

17

18

19

20

GRIT
BLASTING
M/CS
6

SPRAY
PAINTING
M/CS
STRESS
RELIEVING
M/CS
RADIOGRAPHY
M/CS

TEST PUMP

10

WATER PUMP

11

11.1

TRANSPORTA
-TION EQPT
TRACTOR TRAILOR

11.2

TRUCKS

11.3

BUS

12

JACKS

All rights reserved

21

22

2
3

2
4

2
5

2
6

2
7

2
8

29

30

31

TOTAL

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DEPLOYMENT SCHEDULE OF CONSTRUCTION EQUIPMENT

SL.
NO.

DESCRIPTION

MECHANICAL

12.2

HYDRAULIC

EXCAVATORS

13.2

DUMPERS

13.4

13.5

VIBRATORS

14.1

10

11

12

13

14

15

16

17

18

19

20

TRANSIT
MIXER

13.7

14.0

SHEET 4 OF 6

CONCRETE
PUMP CAR

MIXER

13.9

REV

BATCHING
PLANT

13.6

13.8

DOCUMENT NO

CIVIL

13.1

13.3

DEPLOYMENT SCHEDULE
1

12.1

13

CAPA
-CITY

PC54/E-1/P-I/Annx-1.8C

COMPACTOR
S
THEODOLITE
S
OTHERS
INSULATION
TESTING
EQUIPMENT
All rights reserved

21

22

2
3

2
4

2
5

2
6

2
7

2
8

29

30

31

TOTAL

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DEPLOYMENT SCHEDULE OF CONSTRUCTION EQUIPMENT

SL.
NO.

DESCRIPTION

SECONDARY
INJECTION
TESTING KIT

14.3

METERS,
TOOLS &
TACKLES
ETC.

14.4

CALIBRATION
EQUIPMENT

MULTI
METERS
CALIBERATORS ETC.

14.7

INDUCTION
PIPE
BENDING
PLANTS

14.9

DOCUMENT NO

REV

SHEET 5 OF 6

10

11

12

13

14

15

16

17

18

19

20

OTHER
TOOLS
& TACKLES

14.6

14.8

DEPLOYMENT SCHEDULE
1

14.2

14.5

CAPA
-CITY

PC54/E-1/P-I/Annx-1.8C

METALOGRA
PHY
SPECTROMETERS
All rights reserved

21

22

2
3

2
4

2
5

2
6

2
7

2
8

29

30

31

TOTAL

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DEPLOYMENT SCHEDULE OF CONSTRUCTION EQUIPMENT

For and on behalf of -

Stamp & Signature

Name

Designation

Date

PC54/E-1/P-I/Annx-1.8C

DOCUMENT NO

REV

SHEET 6 OF 6

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DETAILS OF EQUIPMENT AND SOFTWARES
PROPOSED TO BE USED FOR TENDERED WORK

PC54/E-1/P-I/Annx-1.8D

DOCUMENT NO

REV

SHEET 1 OF 1

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.
I / We, shall use the following MAJOR equipments owned and softwares used for design and
project management by the tenderer/Bidder for the work, if awarded to me /us :
Sl.
No
.

Description

Quantity.
Make
(Numbers)

Capacity

For and on behalf of


Stamp & Signature

Name

Designation

Date

Owner

Approximate
date when it will
be deployed at
site

Period of
retention at site

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
PROJECT DESCRIPTION

PC54/E-1/P-I/Annx1.9
DOCUMENT NO

0
REV

SHEET 1 of 2

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.
The following information shall be provided on the proposed Process Technology:

1.

Improvements, developments and modifications made on the Process Technology in the recent
years with special references to yields, raw materials and utilities consumption, safety, energy
conservation and environmental control consideration.

2.

List of valid patents & patent applications (if any).

3.

Energy consumption for Ammonia plant, Urea plant and overall energy for the plant to be
provided with basis.

4.

The advantages of the proposed process in comparison with other similar existing processes.

5.

The outstanding features of the process technology.


Wherever possible, these points are to be quantified. The approaches where BIDDER differs
from competing process technologies should be emphasized.

6.

The Bidder shall submit documentary evidence along with his Bid that as per stipulations, the
Bidder possesses or will acquire the required process and technical information for execution of
Ammonia Plant & Urea Plant and has the right to grant (in case of grant of license by a licensor)
and transfer to OWNER an exclusive and irrevocable right and License for present and future
use of the technical information and Know-How and use of the same under patent rights of a
licensor without limitation for design, engineering, procurement, construction, operation,
maintenance, revamp and replacement in the subject PLANT to make and use and sell the
PRODUCT.

7.

In case the Bidder acquires the required License and Know- How information from other
Licensor, then the Bidder shall submit to OWNER legalized documentary evidence to the effect
that the Licensor is willing to transfer License for use of technology and technical information
covered by his patent rights through the Bidder to the OWNER.

For and on behalf of


Stamp & Signature

..........
:

Name

Designation

Date

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
FORMAT FOR BIDDER'S QUERIES FOR PRE BID
DISCUSSION

PC54/E-1/P-I/Annx-1.10

DOCUMENT NO

REV

SHEET 1 OF 1

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.

SL.
NO.

REFERENCE OF BIDDING DOCUMENT


Vol./
Sec

NOTE:

Page
No.

Clause
No.

BIDDER'S
QUERY

OWNER'S / PMC
REPLY

Subject

The Pre-Bid Queries shall be sent through e-mail to rrkumar@pdilin.com ,


manisha@pdilin.com and pgdave@gnfc.in

For and on behalf of

..........

Stamp & Signature

Name

Designation

Date

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DESCRIPTION OF THE PERFORMANCE
GUARANTEES

PC54/E-1/P-I/Annx-1.11

DOCUMENT NO

REV

SHEET 1 OF 1

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.

The following data shall be given in the bid:


1.

Duration of normal start-up for the PLANT to reach the design capacity.

2.

Description of PERFORMANCE GUARANTEES proposed by the BIDDER, including as a


minimum, feeds consumption, capacity, yields, quantity of products, quality of products, catalysts
and chemical consumption, catalysts life time.

3.

Proposed duration of the PERFORMANCE TEST

4.

Associated conditions to the PERFORMANCE GUARANTEES

Note: The BIDDER shall submit all the data pertaining to Guarantees as sought in detail under
Section 7.0, Part-II (Technical) of the NIT.

For and on behalf of

............

Stamp & Signature

Name

Designation

Date

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
BIDDERS PROPOSED SCHEDULE

PC54/E-1/P-I/Annx-1.12
DOCUMENT NO
SHEET 1 OF 1

0
REV

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.

Bidder shall provide a bar-chart type schedule for the execution of the WORK and shall show the main
activities with duration, their sequences, and the milestone events specified.

For and on behalf of :

..........

Stamp & Signature

Name

Designation

Date

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
DECLARATION BY THE BIDDER REGARDING
BIDDING DOCUMENT

PC54/E-1/P-I/Annx-1.13

DOCUMENT NO

REV

SHEET 1 of 1

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.

We _______________________ (Name of the Bidder) hereby represent that we have gone through
and understood the Bidding Documents, NIT NO: PNMM/PC54/E/001 DATED------, (including but not
limited to) the Commercial & Technical Requirements/ Specifications in Part-I (Commercial) & Part-II
(Technical) of the Bidding documents and amendments, if any, and that our Bid has been prepared
accordingly in compliance with the requirements stipulated in the said documents.

We are submitting the Table of Contents of Bidding Documents, Part-I (Commercial) & Part-II
(Technical) of the Bidding documents and amendments, if any, as part of our Bid duly signed and
stamped on each page in token of our acceptance. Further we undertake that in the event of award of
work to us, all the parts shall be considered for constitution of Contract Agreement.

For and on behalf of

...........

Stamp & Signature

Name

Designation

Date

NOTE:

This declaration should be signed by the Bidders representative who is signing the
Bid.

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
PROFORMA OF CONSORTIUM
AGREEMENT

PC54/E-1/P-I/Annx-1.14

DOCUMENT NO

REV

SHEET 1 OF 5

THIS CONSORTIUM AGREEMENT made this _____day of 2013 between amongst the
following PARTIES: 1) MIS----------------- incorporated under the Laws of, --------- with its Registered Office at -----------, (hereinafter referred to as "Lead Bidder" which expression shall, unless
repugnant to the context or meaning thereof, include its successors and permitted
assigns); AND
2) M/S -------- incorporated under the Laws of, --------- with its Registered Office at, ---------(hereinafter referred to as "Consortium Member" which expression shall unless
repugnant to the context or meaning thereof, include its successors and permitted
assigns); AND
3) M/S ----------incorporated under the Laws of ----------with its Registered Office at, -------(hereinafter referred to as "Consortium Member(s)" which expression shall, unless
repugnant to the context or meaning thereof, include its successors and permitted
assigns);

a) (Hereinafter wherever reference or context requires "Lead Bidder" and


"Consortium Members" are collectively referred to as "PARTIES" for the sake of
brevity and easy reference and PARTY means any party of the PARTIES.
b) "'* Either insert/delete according to number of PARTIES.)
WHEREAS
(1)

OWNER is proposing to set up 2500 MTPD AMMONIA PLANT, 3850 MTPD UREA
PLANT AND ASSOCIATED OFFSITE AND UTILITIES FACILITIES AT BHARUCH,
GUJARAT (hereinafter referred to as "PROJECT") and award the above works to a
experienced, qualified and selected contractors on a lump sum turnkey (LSTK) basis
with proper technical back-up of reputed Process Licensors and requisite experience
and had invited Bid after assessing pre-qualification bids.

(2)

Lead Bidder and Other Consortium Members (PARTIES) desire to forge a Strategic
business alliance to combine their skills and work under the leadership of Lead Bidder
who will, on awarding the contract, assume the responsibility for itself and vicariously for
all the consortium members and all the PARTIES will work with one another/each other
in the performance of the contract that may be entered into with the OWNER on its
incorporation in pursuance of the bid.

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
PROFORMA OF CONSORTIUM
AGREEMENT

PC54/E-1/P-I/Annx-1.14

DOCUMENT NO

REV

SHEET 2 OF 5

(3)

The PARTIES have in response to the said invitation for the pre-qualification & LSTK
bids, have vide letter No. -------- Dated------------ submitted their proposals, for
considering them to be qualified for execution of PROJECT on LSTK basis.

(4)

Deleted

(5)

The PARTIES should enter into an agreement amongst themselves with the binding that
they would work unitedly and Lead Bidder shall be responsible for the completion of the
PROJECT in all respects and hold single point responsibility.

(6)

There is a further condition that the Lead Bidder shall enter into an agreement with the
Process Licensors for the supply of Process License, Technology and Know-How and a
copy of the same to be attached to this agreement as Annexure-I and shall form part of
this agreement.

NOW, THEREFORE, THE PARTIES HERETO AGREE TO WORK Together AND BIND
Themselves; AS FOLLOWS:1.

The terms and conditions contained in these presents constitutes a full statement of the
contractual rights and obligations of Lead Bidder and Other Consortium Members in
relation' to the PROJECT and supersedes all prior negotiations, agreements and
documents unless specific reference has been made in the text of this Agreement to any
such negotiations, agreements and documents.

2.

This Agreement defines and fixes the responsibilities governing the relations of the Lead
Bidder and Other Consortium Members in preparation of the Bid and Subsequent
execution Contract for the PROJECT.

3.

This Agreement clearly defines and states that the Lead Bidder shall be responsible for
itself and vicariously for all the Other Consortium Members and shall hold single point
responsibility. Notwithstanding anything containing hereinbefore, OWNER has got the
right to fix the responsibility and accountability on any and/or all of the PARTIES of this
Agreement with or without Lead Bidder.

4.

The Lead Bidder shall be responsible for


(i)
(ii)
(iii)

5.

Preparation of BID.
Making the final decision on all strategy for the PROJECT, including the.
Formation for performance of the PROJECT.
A negotiation and communications with the OWNER.

All Costs incurred with regard to the Bid shall be borne by the Lead Bidder/ Consortium
Members. The Lead Bidder agrees to provide complete assistance for providing
sufficient Data/information required for preparation of the Bid in its entirety.

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
PROFORMA OF CONSORTIUM
AGREEMENT

PC54/E-1/P-I/Annx-1.14

DOCUMENT NO

REV

SHEET 3 OF 5

6.

At the time of submission of the bid the PARTIES have jointly agreed to all Schedules,
programs, terms and conditions, and all other matters whatsoever necessary for the
submission of bid for each PARTY'S Scope of Work, and the same is annexed herewith
as Annexure -I and forms part of this agreement.

7.

Upon award of the Contract, PARTIES shall perform their respective scope of work in
accordance with the scope indicated in the Annexure-I and forming part of this
agreement.

8.

It shall be the Lead Bidder's responsibility to the OWNER in' fulfilling all obligation -- as
are required under the agreement. However, the consortium members along with the
Lead Bidder shall be jointly and severally liable to the OWNER for any breach of the
conditions of the Contract entered into between OWNER and PARTIES on award of the
Contract.

9.

The PARTIES shall, even though Lead Bidder is solely and vicariously liable, fully
discharge their obligations and co-operate with one another with respect to the
PROJECT during the term of this agreement and act at all times in such a way to further
the common interest of the CONSORTIUM. Without limit to the foregoing, PARTIES
reaffirm not to bid for the PROJECT separately or in combination with any third party,
without the mutual consent of the remaining Consortium members. .

10.

Any changes or amendments to this agreement shall be made in consultation With the
OWNER and are valid only when these are set out in writing as such amendments and
signed by the PARTIES.

11.

The PARTIES agree that, if the OWNER selects the Consortium and issues a Letter of
Intent (LOI) to undertake the Contract, the PARTIES shall in good faith, use their best
efforts to expeditiously agree on the terms and conditions of a definitive agreement
based on the principles outlined in this agreement and the terms and condition mutually
agreed between the PARTIES prior to award of the PROJECT.

12.

Notwithstanding anything contained hereinabove, in the event of, the failure of the
consortium to make a definite agreement as stated in Clause 11 or in the event the
consortium refuses to take up the Contract (PROJECT), Lead Bidder and members of
the Consortium shall jointly and severally compensate the OWNER for all costs and
damages incurred by the OWNER from the stage of the inviting of BID till the issue of
LOI to the Consortium PARTIES for the amount not exceeding Rs. 10 crores.

13.

This agreement shall become valid upon execution by all the PARTIES and shall
continue till the PARTIES enter into a New Agreement as required under Clause No. 11
hereinbefore. However, this agreement shall come to end on the occurrences of any of
the events stated herein below in this clause, namely;

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
PROFORMA OF CONSORTIUM
AGREEMENT

PC54/E-1/P-I/Annx-1.14

DOCUMENT NO

REV

SHEET 4 OF 5

a) Cancellation of PROJECT by OWNER or award of PROJECT by OWNER to a


third party; OR
b) The PARTIES .are unable to agree on a mutually acceptable bid proposal to
OWNER.
14.

This agreement shall in no way restrict any PARTY from engaging in any activities,
which are not connected with this PROJECT and are not in direct competition to the
activities of the PROJECT.

15.

The PARTIES agree to keep confidential all information and data obtained from each
other during the course of this agreement for a period of Four years from the effective
date of this agreement.

16.

No PARTY shall have the right to assign or in any way transfer any of its rights or
obligations under this agreement to any other Company, firm or person(s) without prior
consent in writing of the other PARTY and OWNER

17.

The PARTIES agree that as and when called upon by OWNER, the PARTIES shall
execute all further deeds, documents and agreements as may be required by OWNER.

18.

This agreement shall in all respects be construed and interpreted in accordance with the
applicable laws of India.

19.

Any dispute or difference arising under or out of this agreement which can not be settled
amicably between the PARTIES within sixty days, shall be finally decided by arbitration
in accordance with the provisions of the Arbitration and Conciliation Act, 1996.
IN WITNESS THEREOF, the PARTIES have entered into this agreement effective from
the date as mentioned herein above.
For and on Behalf of
_________________
(Lead Bidder)
(1)

For and on Behalf of


___________________
(Consortium Member)
(2)

For and on Behalf of


________________
(Consortium Member)
(3)

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
PROFORMA OF BANK GUARANTEE FOR EMD

PC54/E-1/P-I/Annx-1.15

DOCUMENT NO
SHEET 1 OF 2

REV

DRAFT OF BANK GUARANTEE FOR BID SECURITY DEPOSIT (EMD)


(To be executed on a non-judicial stamp paper of Rs 200/-)
To be issued or confirmed by any of the first class international bank or Indian nationalised
Banks or its foreign branches should be posted at the following address:
Gujarat Narmada Valley Fertilizers & Chemicals Ltd.,
P.O. Narmadanagar 392 015,
Dist.: Bharuch, Gujarat,
India.
Phone No: 0091 - 2642 -247108 / 245817
Fax No

: 0091 - 2642 247108 / 245817

In consideration of Gujarat Narmada Valley Fertilizers & Chemicals Ltd., having its registered
office at PO: Narmadanagar 392 015, Dist.: Bharuch, Gujarat, India (hereinafter called "THE
COMPANY" which expression shall unless repugnant to the subject or context includes its
successors and assigns) having agreed to exempt M/s.__________________________
(hereinafter called the 'THE SAID TENDERER(s) which expression shall unless repugnant to
the subject or context includes his successors and assigns) from the demand under the terms
and conditions of tender no __________________ dated ------------------------- issued for
_______________________________(hereinafter called "THE SAID TENDER) from furnishing
of Bank Draft/Cheque/Cash for such Earnest Money Deposit (Bid Security) for the due
fulfillment by THE SAID TENDERER of the terms and conditions contained in THE SAID
TENDER on production/submission of bank guarantee for Rs._________________ Only
(Rupees _____________________only).
1.

We ____________________bank having our office at


__________________
(hereinafter referred to as 'THE BANK') do hereby undertake to pay to THE COMPANY
an amount not exceeding Rs._______________(Rupees _________________ only)
against any loss or damage caused to or suffered or would be caused to or suffered by
THE COMPANY by reason of any breach by THE SAID TENDERER(s) of any of the
terms and conditions contained in THE SAID TENDER. The decision of THE COMPANY
as to any such breach having been committed and loss suffered shall be final and
binding on us.

2.

We __________________,THE BANK do hereby undertake and guarantee to pay you


the amounts due and payable under this Guarantee without any demur, dispute or
protest or objection and without recourse, and without reference to THE TENDERER
merely on a demand from THE COMPANY stating that the amount claimed is due by way
of loss or damage caused to or would cause to or suffered by THE COMPANY by reason
of any breach by THE SAID TENDERER(s) of any of the terms or conditions contained
in THE SAID TENDER or by reason of THE SAID TENDERERs failure to keep the

FORM NO: 02-0000-0021F2 REV1

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
PROFORMA OF BANK GUARANTEE FOR EMD

PC54/E-1/P-I/Annx-1.15
DOCUMENT NO
SHEET 2 OF 2

0
REV

tender open. Any such demand made on THE BANK shall be final, conclusive and
binding on THE BANK as regards the amount due and payable by THE BANK to THE
COMPANY under this guarantee. However, our liability under this Guarantee shall be
restricted to an amount not exceeding Rs _____________________._______________
(Rupees _________________ only).
3.

We_______________________ ,THE BANK further agree that the Guarantee herein


contained shall remain in full force and effect during the period that would be taken for
the finalisation of THE SAID TENDER and that it shall continue to be enforceable till THE
SAID TENDER is finally decided and order placed on the successful tenderer and/ or till
all the dues of 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. Unless a demand or claim under this Guarantee is made on us in writing on
or before the ________________________(to include 6 months claim lodgement period
over and above the validity period mentioned in the paragraph for submission of this
bank guarantee in the tender) we shall be discharged from all liability under this
guarantee thereafter.

4.

We__________________ THE BANK, lastly undertake not to revoke this Guarantee


during its currency except with the previous written consent of THE COMPANY in writing.

5.

THE BANK declares that it has the power to issue the Guarantee and the undersigned
has full powers to do so on behalf of THE BANK.

Dated_____________ Day of _______________ 20__

Signature of the issuing Authority with


seal
FOR ___________________BANK
(indicate the name of bank with stamp)

FORM NO: 02-0000-0021F2 REV1

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
PROFORMA OF BANK GUARANTEE FOR
CONTRACT SECURITY DEPOSIT/
PERFORMANCE GUARANTEE

PC54/E-1/P-IAnnx-1.16A

DOCUMENT NO

REV

SHEET 1 of 3

(To be executed on a Non-Judicial Stamp Paper of Rs.200/-)

BANK GUARANTEE FOR PERFORMANCE OF CONTRACT


SECURITY BOND IN LIEU OF SECURITY DEPOSIT
(For Performance of obligations)

THIS SECURITY BOND made this ____ day of __________ ,20__


BY
____________________________________________ a
Banking
Company
incorporated under the _________________________ and having its Head Office at and a
Branch Office at _______________________________ (hereinafter referred to as the "Surety")
IN FAVOUR OF
GUJARAT NARMADA VALLEY FERTILIZERS & CHEMICALS LIMITED, a Public Limited
Company incorporated in the State of Gujarat under the Companies Act, 1956 (Act - I of 1956)
and having its Registered Office at P.O. Narmadanagar-392 015, Dist. Bharuch, Gujarat
(hereinafter referred to as "GNFC/THE COMPANY").
WHEREAS

(1)

THE COMPANY has placed a Letter of Intent dated _____________ and/or entered into
Contract on the __ day of _________,20___ for Supply of ____________________________
Plant (hereinafter referred to as the "Contract") with M/s. ____ , a Company
incorporated in the State of ___________, India _________ under the Companies Act,1956 (Act
I
of
1956) having
its
Registered
Office
at
________________________________________, India (hereinafter referred to as the
"Contractor" which expression shall include its successors and permitted assigns where the
context so admits) for the works and jobs as described in the said Contract.

(2)

Under the provisions of the Contract, the Contractor is required to furnish at its
cost to THE COMPANY, a security bond in the form of a Bank Guarantee, in the amount of
Rs._________________
(Say
Rupees________________________
only), being the amount equivalent to ___% (____percentage) of Contract Price, namely Rs.
____________ (say Rs. _______________________________________ only) for due and
faithful provision, doing, performance, execution, keeping, fulfillment, discharge and carrying out
by the Contractor, of all its obligation and liabilities in time and manner as provided in the
Contract and to the satisfaction of THE COMPANY, and valid till SIX months after date of
satisfactory completion and acceptance of the entire work/Plant under the Contract in all respects
and till submission of the workmanship guarantee(s) as provided in the Contract.

(3)

The Surety has at the request of the Contractor agreed to issue this Security Bond as the
irrevocable letter of Bank Guarantee in terms of the said Contract on behalf of the Contractor, and
THE COMPANY has agreed to accept the same.

FORM NO: 02-0000-0021F2 REV1

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
PROFORMA OF BANK GUARANTEE FOR
CONTRACT SECURITY DEPOSIT/
PERFORMANCE GUARANTEE

PC54/E-1/P-IAnnx-1.16A

DOCUMENT NO

REV

SHEET 2 of 3

NOW THIS BOND WITNESSETH AND KNOW ALL MEN BY THESE PRESENTS that the
Surety is hereby held and firmly bound unto THE COMPANY in the sum of Rs.
(Say
Rupees ______________________________ only) to be paid to THE COMPANY at its
Registered Office on first demand forthwith, without any demur, dispute or objection, for the
payment of which sum well and truly to be made, the Surety hereby unconditionally and
irrevocably binds itself, its successors, executors, administrators, assigns and transferees, firmly
by these presents.
IT IS HEREBY STIPULATED AND AGREED that the Surety shall pay to THE COMPANY as
aforesaid at the Registered Office of THE COMPANY, without any demur, dispute or objection,
forthwith on receipt of a written request from THE COMPANY notifying any breach, failure or
default by or on the part of the Contractor in providing, doing, performing, executing fulfilling
keeping or carrying out any, each and every obligations and liabilities as agreed to between the
Contractor and THE COMPANY under the Contract or any loss or damage caused to or
suffered by THE COMPANY by reason of any breach, failure or default by or on the part of the
Contractor in providing, doing, performing, executing fulfilling, keeping or carrying out any, each
and every of the obligations and liabilities under and on the terms and conditions of the Contract..
Such notification of any breach, failure or default on the part of the Contractor or as to the loss or
damage caused to or suffered by THE COMPANY will be binding and conclusive upon the
Surety and will not be called in question for whatsoever reason by the Surety and/or the
Contractor.
NOW THE CONDITION OF THIS OBLIGATION IS THAT if the Contractor shall faithfully provide,
do, perform, execute, fulfill, keep and carry out each and every of its obligations and liabilities
under the Contract in time and manner provided therein and
to the satisfaction of THE
COMPANY and shall furnish the workmanship guaranties as provided in the Contract, and THE
COMPANY shall certify that the claims or dues, if any, under or by virtue of the Contract are all
fully paid, satisfied and discharged and/or the obligations, liabilities, terms and conditions under
the Contract have been fully and properly provided, done, performed, executed, fulfilled, kept and
carried out by the Contractor, and accordingly discharges this guarantee, then this obligation
shall be null and void, otherwise the same shall remain in full force and virtue/effect.

THE COMPANY shall be at full liberty without reference to the Surety and without affecting the
guarantee given hereunder to postpone for any time or from time to time the exercise of any of
the powers and rights conferred on THE COMPANY under the Contract, or to enforce or to
forbear from enforcing any such powers and rights, and the liability of the Surety hereunder shall
not in any way be impaired or discharged by reason of any time being granted to the Contractor
by THE COMPANY for the provision, doing, performance, execution, fulfillment, keeping and
carrying out by the Contractor of all or any of its obligations and liabilities under the Contract or by
reason of any forbearance, act or omission on the part of THE COMPANY, whether with or
without the knowledge or consent of the Surety, nor it shall be necessary for THE COMPANY to
sue the Contractor before suing the Surety for the recovery of the amount hereunder.
The right of THE COMPANY to recover the amount of this Security Bond from the Surety in the
manner aforesaid shall not be affected by reason of the fact that any dispute or disputes have
been raised by the Contractor with regard to its obligations, liabilities or otherwise under the
Contract.

FORM NO: 02-0000-0021F2 REV1

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
PROFORMA OF BANK GUARANTEE FOR
CONTRACT SECURITY DEPOSIT/
PERFORMANCE GUARANTEE

PC54/E-1/P-IAnnx-1.16A

DOCUMENT NO

REV

SHEET 3 of 3

The Guarantee herein contained shall not be determined or affected by change in


constitution/ownership/or the liquidation or winding up or insolvency of the Contractor, and shall
in all respects and for all intents and purposes remain in full force and effect and shall be binding
and operative until payment of all moneys due to THE COMPANY hereunder are fully paid of.
This is a continuing guarantee and the liability of the Surety hereunder is limited
to Rs. _________ (Say Rupees __________________________only).
This bond shall remain in full force and effect till and including the_____________. Unless a
claim or demand under this bond is filed with the Surety within six months from the date of expiry
of this bond, i.e.__________, all rights of THE COMPANY under this bond shall be forfeited,
and the Surety shall be relieved and discharged from all liabilities hereunder.
It is further specifically agreed and undertaken that the Surety shall not revoke, cancel or
terminate this guarantee at any time during its currency without the prior written consent of THE
COMPANY. Upon expiration of the term of validity, this bond shall be regarded as ineffective
and may be returned to the Surety.
Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted to :
Rs. ______________ (Say Rupees ________________________only). Our Guarantee shall remain in
force until_____________.
Unless a claim or demand under the Guarantee is made on us in writing within six months from the date
i.e. on or before ____________all the rights of the beneficiary under the Guarantee shall be forfeited
and the Surety will be relieved and discharged from all liabilities thereunder.
IN WITNESS WHEREOF the Surety hereto acting through its properly constituted representative,
thereunto duly authorized, has caused this Security Bond to be signed and executed in its name and on
its behalf and delivered on the day, month and year first hereinabove written.
SIGNED SEALED AND DELIVERED
by the SURETY WITHINNAMED

For and on behalf of

SURETY

FORM NO: 02-0000-0021F2 REV1

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
PROFORMA OF BANK GUARANTEE FOR
CONTRACT SECURITY DEPOSIT/
PERFORMANCE GUARANTEE

PC54/E-1/P-IAnnx-1.16

DOCUMENT NO

REV

SHEET 1 of 3

(To be executed on a Non-Judicial Stamp Paper of Rs.200/-)

SECURITY BOND FOR PERFORMANCE GUARANTEE


(Guarantee for Performance, Workmanship, Defects and Deficiencies)

THIS SECURITY BOND made this _____ day of __________,20__

BY
_____________________________________________ a Banking Company incorporated
under the ___________________________________________ and having its Head Office at
____________________________________
and
a
Branch
Office
at
___________________________________________ (hereinafter referred to as the "Surety")
IN FAVOUR OF
GUJARAT NARMADA VALLEY FERTILIZERS & CHEMICALS LIMITED, a Public Company
incorporated in the State of Gujarat under the Companies Act, 1956 (Act - I of 1956) and having
its Registered Office at P.O. Narmadanagar-392 015, Dist. Bharuch, Gujarat (hereinafter
referred to as "GNFC").

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
PROFORMA OF BANK GUARANTEE FOR
CONTRACT SECURITY DEPOSIT/
PERFORMANCE GUARANTEE

PC54/E-1/P-IAnnx-1.16

DOCUMENT NO

REV

SHEET 2 of 3

WHEREAS
(1)

GNFC has entered into Contract on the ____ day of ________,20__ (hereinafter
referred
to
as
the
"Contract")
with
MESSRS.
____________________________________________
a
_________
Company
incorporated in the State of _____________ under the Companies Act,1956 (Act of I of
1956)
having
its
Registered
Office
at
_____________________________________________ (hereinafter referred to as the
"Contractor" which expression shall include its successors and permitted assigns where
the context so admits) for the jobs and services as described in the Contract for faith full
execution and performance of the ____________________ Plant.

(2)

Under the provisions of the Contract, the Contractor is required to furnish at its cost to
GNFC, a Security Bond in the form of a Bank Guarantee, in the amount of
Rs.__________ (Say Rupees __________________________________________only),
being the amount equivalent to _____% (________per cent) of the total amount of the
Contract namely, Rs._________ (Say Rupees _______________________________
only) to cover the Contractor's obligations and liabilities as to the performance,
workmanship, defects and deficiencies of and in the works/jobs/services etc. to be
provided as described under the Contract, valid till the end of six months after the date of
satisfactory completion and acceptance of the entire Plant in all respects.

(3)

The Surety has at the request of the Contractor agreed to issue this Security Bond as the
irrevocable letter of Bank Guarantee in terms of the Clause _____ of the Contract on
behalf of the Contractor, and GNFC has agreed to accept the same.

NOW THIS BOND WITNESSETH AND KNOW ALL MEN BY THESE PRESENTS that the
Surety is hereby held and firmly bound unto GNFC for the sum of Rs._______ (Say Rupees
______________________________ only) to be paid to GNFC forthwith at its Registered Office
on first demand without any demur, dispute or objection, for the payment of which sum well and
truly to be made, the Surety hereby unconditionally and irrevocably binds itself, its successors,
executors, administrators, assigns and transferees, firmly by these presents.
IT IS HEREBY STIPULATED AND AGREED that the Surety shall pay to GNFC as aforesaid at
the Registered Office of GNFC, without any demur, dispute or objection, forthwith on receipt of a
written request from GNFC notifying any breach, failure or default by or on the part of the
Contractor and/or its Agents/Servants/Representatives etc. in providing, doing, performing,
executing, fulfilling, keeping or carrying out any, each and every obligations and liabilities as
agreed to between the Contractor and GNFC under the Contract in regard to performance,
workmanship, defects and deficiencies of and in the works/jobs/services to be provided to the
extent as guaranteed under Article -____ of the Contract. Such notification of any breach,
failure or default on the part of the Contractor will be binding and conclusive upon the Surety
and will not be called in question for whatsoever reason by the Surety and/or the Contractor.
NOW THE CONDITION OF THIS OBLIGATION IS THAT if the Contractor shall faithfully
provide, do, perform, execute, fulfil, keep and carry out each and every of its obligations and
liabilities under the Contract in regard to performance, workmanship, defects and deficiencies of
and in the works/jobs/services to be provided in time and manner as above to the extent as

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
PROFORMA OF BANK GUARANTEE FOR
CONTRACT SECURITY DEPOSIT/
PERFORMANCE GUARANTEE

PC54/E-1/P-IAnnx-1.16

DOCUMENT NO

REV

SHEET 3 of 3

guaranteed under Articles- ___ of the Contract and to the satisfaction of GNFC then this
obligation shall be null and void; otherwise the same shall remain in full force and effect.
GNFC shall be at full liberty without reference to the Surety and without affecting the guarantee
given hereunder to postpone for any time or from time to time the exercise of any of the powers
and rights conferred on GNFC under the Contract, or to enforce or to forbear from enforcing any
such powers and rights, and the liability of the surety hereunder shall not in any way be
impaired or discharged by reason of any time being granted to the Contractor by GNFC for the
provision, doing, performance, execution, fulfilment, keeping and carrying out by the Contractor
of all or any of its obligations and liabilities under the Contract in regard to performance,
Workmanship, defects and deficiencies of and in the works/jobs/services to be provided under
the Contract or by reason of any forbearance, act or omission on the part of GNFC, whether
with or without the knowledge or consent of the Surety, nor it shall be necessary for GNFC to
sue the Contractor before suing the Surety for the recovery of the amount hereunder.
The right of GNFC to recover the amount of this Security Bond from the Surety in the manner
aforesaid shall not be affected by reason of the fact that any dispute or disputes have been
raised by the Contractor with regard to its obligations, liabilities or otherwise under the Contract.
The Guarantee herein contained shall not be determined or affected by change in the
constitution/ownership/or the liquidation or winding up or insolvency of the Contractor, and shall
in all respects and for all intents and purposes remain in full force and effect and shall be
binding and operative until payment of all moneys due to GNFC hereunder, are fully paid.
This is a continuing guarantee and the liability of the Surety hereunder is limited to
Rs.________ (Say Rupees ________________________________ only).
This Bond shall remain in full force and effect till and including the _________,20__. Unless a
claim or demand under this bond is filed with the Surety within six months from the date of
expiry of this bond, all rights of GNFC under this bond shall be forfeited, and the Surety shall be
relieved and discharged from all liabilities hereunder.
It is further specifically agreed and undertaken that the Surety shall not revoke, cancel or
terminate this guarantee at any time during its currency without the prior written consent of
GNFC. Upon expiration of the term of validity, this bond shall be regarded as ineffective and
may be returned to the Surety.
IN WITNESS WHEREOF the Surety hereto acting through its properly constituted
representative, thereunto duly authorised, has caused this Security Bond to be signed and
executed in its name and on its behalf and delivered on the day, month and year first
hereinabove written.
Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted
to Rs._____________ (Say Rupees _____________________________only). Our Guarantee
shall remain in force until unless a claim under the Guarantee is made on us within six months
from the date i.e. on or before ________________ all the rights of the beneficiary under the
Guarantee shall be forfeited and the Surety will be relieved and discharged from all liabilities
hereunder.

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
PROFORMA OF BANK GUARANTEE FOR
CONTRACT SECURITY DEPOSIT/
PERFORMANCE GUARANTEE

SIGNED SEALED AND DELIVERED


by the SURETY WITHINNAMED

PC54/E-1/P-IAnnx-1.16

DOCUMENT NO

REV

SHEET 4 of 3

For and on behalf of

_____________
SURETY

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
BANK GUARANTEE FOR ADVANCE/PROGRESS
PAYMENT

PC54/E-1/P-I/Annx-1.17

DOCUMENT NO

REV

SHEET 1 OF 3

(To be executed on a Non-Judicial Stamp Paper(s) of Rs. 200/-)

BANK GUARANTEE FOR ADVANCE PAYMENT

(For Advance Payment)

THIS SECURITY BOND made this ______ day of _________20__.


BY
____________________________________________ a Banking Company, incorporated
under _________________________________and having its Registered Office at
____________________________________________
and
a
Branch
Office
at
___________________________________________ (hereinafter referred to as the "Surety")
IN FAVOUR OF
GUJARAT NARMADA VALLEY FERTILIZERS & CHEMICALS LIMITED, a Public Limited
Company incorporated in the State of Gujarat under the Companies Act,1956 (Act I of 1956)
and having its Registered Office at P.O. Narmadanagar-392 015, Dist. Bharuch, Gujarat State
(hereinafter referred to as GNFC/the Company").
WHEREAS
(1)

The Company has placed a letter of intent dated ________and/or entered into Contract
on the ____ day of ________,20___ for supply and establishment of _____________
plant (hereinafter referred to as the "Contract") with M/S______________________ a
Company incorporated in the State of __________________India under the Companies
Act,1956
(Act
of
I
of
1956)
having
its
Registered
Office
at____________________________ India (hereinafter referred to as the "Contractor"
which expression shall include its successors and permitted assigns where the context
so admits) for the works and jobs described in the Contract.

.(2)

Under the terms of the Contract, the Contractor is required to furnish to the Company a
Security Bond in the form of a Bank Guarantee, in the form and manner acceptable to the
Company
for
the
amount
of
Rs._________
(Say
Rupees
_________________________________ only) being the amount equivalent to .........%
(........ Percentage) of Contract price, namely Rs............. (Say Rupees
................................ Only), towards security of such amount payable by the Company to
the Contractor as an advance payment under the Contract, valid till the Acceptance of
the Plant By the Company in all respect as described in the Contract with a claim period
of six months from the date of Acceptance of Plant.

(3)

The Surety has at the request of the Contractor agreed to issue this Advance Payment
Security Bond as an irrevocable letter of Bank Guarantee in terms of the Contract on
behalf of the Contractor and the Company has agreed to accept the same.

FORM NO: 02-0000-0021F2 REV1

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
BANK GUARANTEE FOR ADVANCE/PROGRESS
PAYMENT

PC54/E-1/P-I/Annx-1.17

DOCUMENT NO

REV

SHEET 2 OF 3

NOW THIS BOND WITNESSETH AND KNOW ALL MEN BY THESE PRESENTS THAT the
Surety is hereby held and firmly bound unto the Company in the sum of Rs.*_________ (Say
Rupees *_____________________________ only) to be paid to the Company at its Registered
Office on first demand forthwith, without any demur, dispute objection, for the payment of which
sum as aforesaid well and truly to be made, the Surety hereby unconditionally and irrevocable
binds itself, its successors, executors, administrators, assigns and transferees, firmly by these
presents.
IT IS HEREBY STIPULATED AND AGREED that the Surety shall pay to the Company as
aforesaid at the Registered Office of the Company, without any demur, dispute or objection
forthwith on receipt of a written request from the Company notifying any breach, failure or
default by or on the part of the Contractor in providing, doing, performing, executing, fulfilling,
keeping or carrying out any each and every obligations and liabilities as agreed to between the
Contractor and the Company under the Contract in respect of which such advance payment has
been made. Such notification of any breach, failure or default on the part of the Contractor by
the Company will be binding and conclusive upon the Surety and will not be called in question
for whatsoever reason by the Surety and/or the Contractor.
NOW THE CONDITION OF THIS OBLIGATION IS THAT if the Contractor shall faithfully
provide, do, perform, execute, fulfil, keep and carry out each and every of its obligations and
liabilities, under the Contract in respect of which such advance payment has been made, in time
and manner provided therein and to the satisfaction of the Company, and the Company shall
certify that the obligations, liabilities, terms and conditions under the Contract in respect of
which such advance payment has been made by the Company to Contractor have been fully
and properly provided, done, performed, executed, fulfilled, kept and carried out by the
Contractor and/or that the Contractor has repaid to the Company the full amount of such
advance payment and accordingly discharges this guarantee, then this obligations shall be null
and void, otherwise the same shall remain in full force and effect.
The Company shall be at full liberty without reference to the Surety and without affecting the
guarantee given hereunder to postpone for any time or from time to time the exercise of any of
the powers and rights conferred on the Company under the Contract or to enforce or forbear
from enforcing any such power and rights and the liability of the Surety hereunder shall not in
any way be impaired or discharged by reason of any time being granted to the Contractor by the
Company for the provision, doing, performance, execution, fulfilment, keeping and carrying out
by the Contractor of all or any of its obligations and liabilities under the Contract or by reason of
any forbearance, act or omission on the part of the Company, whether with or without the
knowledge or consent of the Surety, nor it shall be necessary for the Company to sue the
Contractor before suing the Surety for the recovery of the amount hereunder.
The rights of the Company to recover the amount of this Security Bond as aforesaid from the
Surety in the manner aforesaid shall not be affected by reason of the fact that any dispute or
disputes have been raised by the Contractor with regard to its obligations, liabilities or otherwise
under the Contract.
The Guarantee herein contained shall not be determined or affected by the liquidation or
winding up or insolvency of the Contractor and shall in all respects and for all intents and

FORM NO: 02-0000-0021F2 REV1

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
BANK GUARANTEE FOR ADVANCE/PROGRESS
PAYMENT

PC54/E-1/P-I/Annx-1.17

DOCUMENT NO

REV

SHEET 3 OF 3

purposes remain in full force and effect and shall be binding and operative until payment of all
moneys due to the Company hereunder.
This is a continuing guarantee and the liability of the Surety hereunder is limited to :
Rs.________ (Say Rupees _______________________________ only) as aforesaid.
This bond shall remain in full force and effect till ___________ and including the,
20_.
Unless a claim or demand under this bond is filed with the Surety within six months from the
date of expiry of this bond, i.e. by date __________ all rights of the Company under this bond
shall be forfeited, and the Surety shall be relieved and discharged from all liabilities hereunder.
It is further specifically agreed and undertaken that the Surety shall not revoke, cancel or
terminate this guarantee at any time during its currency without the prior written consent of the
Company.
Upon expiration of the term of validity, this bond shall be regarded as ineffective and may be
returned to the Surety.
Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted
to : Rs._________ (Say Rupees ________________________________________only) Our
Guarantee shall remain in force till _____.
Unless a claim under the Guarantee is made on us in writing within six months from the date i.e.
on or before________ all the rights of the beneficiary under the Guarantee shall be forfeited and
the Surety will be relieved and discharged from all liabilities thereunder.

IN WITNESS WHEREOF the Surety hereto acting through its properly constituted
representative, thereunto duly authorised, has caused this Security Bond to be signed and
executed in its name and on its behalf and delivered on the day, month and year first
hereinabove written.

SIGNED SEALED & DELIVERED


by the SURETY WITHINNAMED

For and on behalf of

SURETY

FORM NO: 02-0000-0021F2 REV1

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH

PC54/E-1/P-I/Annx-1.18

DOCUMENT NO

REV

VOID

NOT APPLICABLE

SHEET 1OF 1

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
FORMAT OF LETTER OF WAIVER OF CONDITIONS /
DEVIATIONS

PC54/E-1/P-I/Annx-1.19

DOCUMENT NO

REV

SHEET 1 of 1

(ON COMPANYS LETTERHEAD)


SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS
EXISTING COMPLEX IN BHARUCH.

(NIT NO : PNMM/PC54/E/001 DATED------)


We
*
hereby agree to fully comply with, abide by and accept without variation, deviation or
reservation all technical, commercial and other condition whatsoever of the Bidding Documents and all
Addenda / Corrigenda / Clarifications issued by OWNER.

We further hereby waive, withdraw and abandon any and all deviations, variations, objections or
reservations whatsoever hereto set out, given or indicated in our offer, clarifications, correspondence,
communications, or otherwise with a view that the final price bid submitted may be treated to conform
to, in all respects, with the terms and conditions of the said tender documents including all Addenda /
Corrigenda/Clarifications.

For and on behalf of*

...........

Stamp & Signature**

Name

Designation

Date
*

Here fill in the name of bidder.

**

The Letter of Waiver must be signed by the person (s) authorised to sign.

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
LIST OF APPROVED BANKS

PC54/E-1/P-I/Annx-1.20

DOCUMENT NO

REV

SHEET 1 of 1

First class international bank or Indian nationalized banks or its foreign branches.

FORM NO: 02-0000-0021F2 REV1

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
CONTENTS OF BID AND CHECK LIST

PC54/E-1/P-I/Annx-1.21

DOCUMENT NO

REV

SHEET 1 of 3

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.

Bidder is requested to fill this check list and ensure that all details /documents have been furnished
in two Parts, under relevant section, as called for in the Bidding Document duly filled in, signed &
stamped.
Please tick the box and ensure compliance:
PART-I.
Pre-Qualification Bid: (Refer Clause 8.0)
i)
Letter of submission and synopsis of the proposal

ii)

Submitted
Organization Profile

iii)

Submitted
Article of Association of the Company or Board Resolution

iv)

Submitted
MOU/ letter of undertaking by the Process Licenser(s)

v)

Submitted
MOU between the Detailed Engineering Consultant (in case the Bidder
themselves are not the detailed designer) and Bidder

vi)

Submitted
Exhibit-1 for Technology Criteria (Ammonia)

vii)

Submitted
Exhibit-2 for Technology Criteria (Urea)

viii)

Submitted
Exhibit-3 for Experience Criteria

ix)

Submitted
Exhibit-4 for Financial criteria

x)

Submitted
Solvency Certificate
Submitted

FORM NO: 02-0000-0021F2 REV1

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
CONTENTS OF BID AND CHECK LIST

PC54/E-1/P-I/Annx-1.21

DOCUMENT NO

REV

SHEET 2 of 3

PART-II.
Technical-Unpriced Commercial Bid
(A) UNDER SECTION I
(A. 1)

Letter of submission and Synopsis of the Proposal

(A.4)

Submitted
Photocopy of EMD/Earnest Money Deposit (EMD) as submitted in
Envelop-I
Submitted.
Bid Form as per Annexure-1.1
Submitted
Commercial Questionnaire as per Annexure-1.3

(A.5)

Details of similar works executed, as per Annexure-1.5.

(A.6)

Details of concurrent commitments as per Annexure1.6

(A.7)

Information of Bidder as per Annexure-1.7, 1.7A

(A.8)

Submitted
Power of Attorney in favour of the person who has signed the bid.

(A.2)

(A.3)

Submitted.
(B) UNDER SECTION II
(B.1)

(B.2)
(B.3)
(B.4)
(B.5)

Detailed execution philosophy of work as per Annexure-1.8,


1.8A,1.8B,1.8C,1.8D
Submitted.
Description of Process technology as per Annexure-1.9
Submitted
Description of the Performance Guarantees as per Annexure-1.11
Submitted.
Bidders Proposed Schedule as per Annexure-1.12
Submitted.
Declaration by the Bidder Regarding Bidding Document as per
Annexure-1.13
Submitted.

(C.) UNDER SECTION III


(C.1)

Proforma of Certificate Of Non-Involvement of Indian Agent as per


Annexure-1.18
Submitted.

(C.2)

Format of Letter of Waiver of Conditions/Deviations as per


Annexure-1.19

FORM NO: 02-0000-0021F2 REV1

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
CONTENTS OF BID AND CHECK LIST

PC54/E-1/P-I/Annx-1.21

DOCUMENT NO

REV

SHEET 3 of 3

Submitted.
(D) UNDER SECTION IV
(D.1)

(D.2)

Solvency Certificate from Bidders bankers. Date of issue of this


certificate should not be less than 1 year from due date of opening of
Techno-commercial part.
Submitted
Blank copy of Schedule of Lumpsum Prices indicating Quoted/Not
Applicable/NIL against each head and duly stamped & signed on each
page, strictly as per as per Annexure-1.2, failing which bid may be
rejected.
Submitted

(E) UNDER SECTION V


(E.1)

Technical Details/ documents specified under Technical Information


Required along with Bid.
Submitted

(F) UNDER SECTION VI


(F.1)

EXCEPTIONS/DEVIATIONS
The
OWNER
wishes
to
receive
fully
compliant
bids.
Exception/Deviations may only be made in relation to requirements of
OWNER, which the BIDDER feels unable to comply with under any
circumstances or at any price. If the BIDDER wishes to make any
exception/deviations, this must be done by listing the full details of each
exception/deviation in Annexure-1.4. Unless an entry appears in the list
of exception/deviations in Annexure-1.4, OWNER will assume and
consider that BIDDER has no exceptions or deviations to the Tender
Documents
Schedule of Deviations (if any) to the commercial and Technical bid
documents, shall be submitted separately, as per Annexure-1.4. Also,
Technical deviations must be given separately for each discipline.
Submitted

(G) UNDER SECTION VII


(G.1)

Vendor List prepared by Bidder for items not covered in OWNERs


Vendor List.
Submitted

(H) UNDER SECTION VIII


(H. 1)

Bidder shall furnish tentative manpower requirement with break up for


operation of plant during commissioning, trial runs and guarantee tests.

FORM NO: 02-0000-0021F2 REV1

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
CONTENTS OF BID AND CHECK LIST

PC54/E-1/P-I/Annx-1.21

DOCUMENT NO

REV

SHEET 4 of 3

Bidder shall also furnish a tentative break up of manpower requirement


for the normal operation of the plant as per best operation practice.
Bidder shall submit Estimated required Quantity of Construction Power
and Water.
Submitted
(I) UNDER SECTION IX
(I.1)

Any other information required in the Bidding Documents or considered


relevant by the Bidder,
Submitted

(J) UNDER SECTION X


(J.1)

Contents of Bid And Check List as per Annexure-1.21

(K) UNDER SECTION XI


(K.1)

(L)
(L.1)

One set of Tender Documents Part-I (Commercial) & Part-II


(Technical) alongwith subsequent addendums if any, duly signed and
stamped on each page in original as a token of its acceptance.
Submitted
UNDER SECTION XII
Financing Model Including Suppliers credit (Optional)

For and on behalf of :

Stamp & Signature

Name

Designation

Date

FORM NO: 02-0000-0021F2 REV1

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
ACKNOWLEDGEMENT CUM CONSENT LETTER

Ref. No.

PC54/E-1/P-I/Annx-1.22

DOCUMENT NO

REV

SHEET 1 of 3

Date :

M/s Gujarat Narmada Valley Fertilizers & Chemicals Limited,


P.O. Narmadanagar-392 015,
Dist. Bharuch, Gujarat
Kind Attention:
Mr. P G Dave, Project Manager
Fax No.
Tel. No.
E-mail

: 02642 228063
: 02642 663256
: pgdave@gnfc.in

Copy to:
M/S.Projects & Development India Limited
PDIL Bhawan,
A-14, Sector-1, Noida-201 301
India
Kind Attention.

Mr. R R Kumar, Deputy General Manager (Materials),


Fax No.: 0120-2529839

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.
(NIT NO : PNMM/PC54/E/001)
Dear Sir,
We hereby acknowledge, as placed at GNFCs website, the complete set of Bidding Document, Part-I
and Part-II, for subject works for our use in preparing the Bid.
We undertake that the contents of the above Tender Document 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 the following details with
respect to our quoting office
i.

Postal Address

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
ACKNOWLEDGEMENT CUM CONSENT LETTER

PC54/E-1/P-I/Annx-1.22

DOCUMENT NO

REV

SHEET 2 of 3

ii. Telephone Number

iii. Telefax Number

iv. Contact Person

v. Designation of Contact Person

vi. Mobile no.


vii. E-mail Address
B)

Contact Person, preferably at Delhi and/or Mumbai for Indian Bidders & anywhere in India for
Foreign Bidders, if any :
i.

Postal Address

ii. Telephone Number

iii. Telefax Number

iv. Contact Person

v. Designation of Contact Person


All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
ACKNOWLEDGEMENT CUM CONSENT LETTER

vi.

PC54/E-1/P-I/Annx-1.22

DOCUMENT NO

REV

SHEET 3 of 3

Mobile no.

vii. E-mail Address

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

Companys Name

Name of the authorized signatory

Signature

Designation

Date

Note : Bidder is requested to furnish the details mentioned at (A) and (B) immediately after
receipt of Bidding Document.

All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
FORMAT FOR CONSTRUCTION
SUB-CONTRACTORS APPROVAL

PC54/E-1/P-I/Annx-1.23
DOCUMENT NO
SHEET 1 OF 2

0
REV

SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS


EXISTING COMPLEX IN BHARUCH.
(APPROVAL OF CONSTRUCTION SUB-CONTRACTOR)
1)

NAME
OF
CONTRACTOR

MAIN : ____________________________

2)

NAME OF WORK, LOCATION

3)

NAME OF PROPOSED SUB- :


CONTRACTOR

4)

SCOPE
OF
WORK :
PROPOSED TO BE SUBCONTRACTED (BRIEF)

5)

ESTIMATED VALUE OF THE :


PROPOSED WORK TO BE
SUB-CONTRACTED (INR)

6)

QUALIFYING CRITERIA FOR SUB-CONTRACTOR

i)

Similar Work experience in Hydrocarbon/Fertilizer Industry :

: ____________________________

1 Contract of 60% of estimated value of proposed work to be sub-contracted.


ii)

Annual Turnover :
Not less than 125% of estimated value of proposed work to be sub-contracted

7)

EXPERIENCE AND FINANACIAL DETAILS OF PROPOSED SUB-CONTRACTOR :

i)

Contract Value of similar work executed (as evidenced by work Order & Completion
Certificate) During the last 7 years.

ii)

Maximum Annual Turnover during last 3 (three) years ( as evidenced by Balance


Sheets)

iii)

Concurrent Commitments (including the works proposed to be sub-contracted)

8)

CRITERIA FOR QUALIFICATION OF SUB-CONTRACTOR


All rights reserved

BROWNFIELD AMMONIA-UREA PROJECT


GNFC, BHARUCH
FORMAT FOR CONSTRUCTION
SUB-CONTRACTORS APPROVAL

PC54/E-1/P-I/Annx-1.23
DOCUMENT NO
SHEET 2 OF 2

0
REV

i)

Sl.No. 7(i) > 6 (i)

YES / NO

ii)

Sl.No. 7(ii) > 6 (ii)

YES / NO

iii)

Sl.No. 7(iii) > 2 x Sl.no.7(ii)

YES / NO

9)

Based on above information, we M/s.__________________ (Name of Main


Contractor) propose M/s._________________________________ for mentioned
works. We understand that notwithstanding above approval, we shall remain fully
responsible for the performance of the said sub-contractor and any failure of the subcontractor shall not absolve/relieve us of our responsibility to complete the work as per
the terms and conditions of the Contract.

NOTE Bidders to fill all the details in the above proforma. Further, Bidder shall also fill-in the
:
details at Sl.No.5 above based on the estimated value of the proposed work to be
sub-contracted.
10)

QUALIFICATION STATUS ( TO BE STAMPED BY OWNER) :

For and on behalf of :


Stamp & Signature
Name

Designation :
Date

All rights reserved

Вам также может понравиться