Ref: AGLS/CC/OMC-2119/ /2004 Dt. 20/11/2004 (PAGE 1/19) M/s _____________________________ _____________________________ _____________________________ Sub : Invitation of Bid for Replacement of failed Tri-Metallic Clad on Aluminium Stem & bracket assemblies of Smelter Plant, NALCO. Ref : Our NIT No. AGLS/CC/OMC-2219/192/NIT/1703, Dt. 12/11/2004 Dear Sir, Sealed item rate tenders are invited on behalf of M/s National Aluminium Company Ltd for the above subject work. The scope of work along with terms & conditions and Special conditions of contract if any are enclosed herewith. You are requested to submit your tender IN TWO SEPARATE SEALED ENVELOPES super scribing clearly the name of work, NIT No. and Envelope-I (Technical Bid) and Envelope-II (Price Bid) etc. as mentioned below : ENVELOPE No. I : TECHNICAL BID ( UNPRICED ) Must contain :i) Earnest Money Deposit ( EMD). ii) Copies of relevant work orders and documents as per pre-qualifying requirement indicated on NIT. iii) Copies of latest valid Income Tax / Sales Tax clearance certificates. iv) Documentary evidence regarding Service Tax Registration Certificate. v) Documentary evidence of having independent PF & ESI code. ENVELOPE No. II : PRICE BID Must contain :i) Prices in figures and in words for the rates and amount to be duly filled in the enclosed Annexure-IV “QUANTITY & RATE SCHEDULE”. The earnest money amount, date, time & place of submission & opening of the tender etc. are already mentioned in the NIT. A copy of the above-referred NIT is enclosed herewith for ready reference. Thanking you, Yours faithfully, for National Aluminium Company Ltd. CHIEF MANAGER(MECH) CONTRACT CELL, SMELTER PLANT Encl: a/a TENDER DOCUMENT 1.0 SCOPE OF WORK: The scope of work shall be as detailed in enclosed at Annexure-I. The work shall be carried out as per direction of Engineer-in-charge. 2.0 QUANTITY & RATE: 2.1 The quantity & rate schedule is enclosed at Annexure-III. You are requested to quote your rate in the enclosed Annexure-III itself. 2.2 Bidders are required to submit the duly filled ORIGINAL ANNEXURE-III & IV itself supplied with the NIT without which the offer(s) will NOT BE ACCEPTED. 2.3 No discount over quoted rate/ total amount, mentioned separately in the offer shall be considered for evaluation. 2.4 Rates & amounts for all items (essentially, Rates) should be written in both figures and words. Other wise the tender will be liable for rejection. 2.5 All corrections and alterations in the entries of tender papers shall be signed in full by the tenderer with date. Erasures, use of white fluid and over-writings will not be acceptable. 2.6 Rates/Amounts written over erasures, white fluid and over-writings will be deemed as "Not quoted" & treated accordingly. For evaluation, rates will be considered up to 2 decimal digits only. 3.0 QUANTITY VARIATION: The Quantities mentioned in the schedule are approximate in nature and may vary by a wide margin for which the contractor shall have no option but to execute the works, as per direction of the Engineer-in-charge at the same rates, terms & conditions. 4.0 CONTRACT PERIOD: The contract period for execution of work shall be for a period of 01 (One) year from the date of issue of our Brief order/ work order 5.0 EARNEST MONEY DEPOSIT: Rs. 10,000.00 (Rupees Ten Thousand Only) in the form of Account Payee Demand Draft drawn on any Nationalized Bank in favour of National Aluminium Company Ltd., Smelter Plant, Nalconagar payable at Nalconagar, Angul. Exemption of EMD under any circumstances will not be considered. Bids without EMD in the form of DD will be considered as unresponsive and will be rejected. EMD deposits of unsuccessful bidders will be refunded after finalization of the contract. 6.0 SPECIAL CONDITIONS :- 6.1 DEFECT LIABILITY PERIOD: 01 (One) Year from the date of completion of the contract period as per GCC. 6.2 Other special conditions are enclosed at Annexure-II. 7.0 SECURITY DEPOSIT: 7.1 A total sum of 10% of the contract value shall be retained by Nalco towards security deposit. The Initial Security Deposit amounting to 2.5% of the contract value shall have to be deposited at the time of signing the agreement. The EMD amount, if submitted (and not refunded), shall be adjusted towards the initial security deposit and the balance initial security deposit shall have to be deposited in the form of either bank draft or bank guarantee from any Nationalized bank. The balance amount of the security deposit shall be recovered through deductions from bills as indicated under Payment term. 7.2 The Earnest Money Deposited with the tender, if any shall be adjusted towards security deposit. 7.3 The security deposit will be released after successful completion of the defect liability period. 8.0 PAYMENT TERM: 8.1 Payment shall be made against monthly bills duly approved and certified by the Engineer-in-charge. Such Certificate/ approval by the EIC and passing of the amount so payable shall be final and conclusive against the contractor. 8.2 If full security deposit has been submitted or security deposit is not applicable as per contract terms, then the amount passed will be paid in full. Otherwise, 90% of the amount passed will be paid and 10% will be retained towards the balance security deposit, till full recovery of total security deposit. 8.3 The materials drawn if any by the party as free issue materials from Nalco shall be reconciled. The reconciliation statement of free issue items/materials should be submitted to the Engineer in-charge for certification. The final reconciliation statement should be submitted along with final bill for release of payment. 9.0 PAYABLE TAXES & DUTIES: 9.1 Rates quoted by the contractor shall be inclusive of all taxes and duties applicable as on date and the same will be considered for evaluation. Separately, no reimbursement shall be made to the contractor for payment made by them for any type of taxes and duties for the contract. 9.2 The contractor is required to get themselves registered under the jurisdictional Range Office of Central Excise & Customs and submit documentary evidence along with their tender, failing which their offer may not be considered & treated as invalid. 9.3 The Service Tax will be paid by the contractor as per the rate quoted by them. It shall also be the responsibility of the contractor to satisfy Excise Authorities with supporting documents regarding supply value of item being supplied under maintenance contract, which are exempted from Service Tax. 9.4 It may also be noted by contractor that if Service Tax is not indicated by them for any items in the BOQ of their offer and later on if it is found that Service tax is applicable for that item, then the extra burden towards Service Tax for that item shall be to the bidder's account and the bidder will be solely responsible for the lapse. 10.0 DEDUCTION OF INCOME TAX: Income Tax as applicable at the prevailing rate on the gross amount billed shall be deducted from the contractor's bills as per section 194C of Income Tax Act. 11.0 MATERIALS; TOOLS & TACKLES; ENERGY/WATER REQUIREMENT: 11.1 The contractor shall have to make his own arrangement for supply and storage of his materials / consumables and general tools, tackles, welding sets, electrodes, chain pulley blocks, slings, gas welding/cutting sets, in connection with execution of work. No extra payment shall be applicable for such provisions. Wherever required Oxygen, D.A., M.S. Wire Spool and Aluminium Wire Spool (Aluminium Wire Spool confirming to IS-5897/1985 & NG-21 Grade) or specified grade as approved by Engineer-in-charge shall be in Contractor’s scope and contractor has to arrange for these materials at their own cost. 11.2 Wherever applicable Argon Gas & Co2 will be supplied by Nalco as Free Issue Item if required for the work executed inside plant. The contractor will do transportation from issue point to work site. Reconcillation statement for free issue materials have to be submitted as per the consumption norm in each R.A. bill. 11.3 Electrical energy and Water for the work executed inside plant/township, if required, will be supplied by Nalco free of cost from any suitable point. The contractor shall have to make arrangements, at his own cost, for tapping and using the power/water so required. For availing Electrical energy, the contractor shall have to provide, at his own cost, a MCB (Miniature Circuit Breaker) at the point of power supply by Nalco. The MCB shall have to be of a suitable capacity as decided by Nalco’s electrical authorities for the concerned area and shall have to be replaced, as and when warranted, on the grounds of changed power requirements or the MCB having been defective and/or damaged. 12.0 SUPERVISION: - The contractor shall have to work as per direction of the Engineer-in-charge, from time to time and shall report to him daily regarding day to day progress. The contractor shall give full access to the Engineer-in-charge/ authorized representative of Nalco to supervise day-to-day work executed by them. Besides the contractor shall have to engage his own supervisor, which is a part of the scope of work. 13.0 EXECUTION OF AGREEMENT: The contractor shall have to execute an agreement on Rs.50/- nonjudicial stamp paper to be purchased from any stamp vendor under the jurisdiction of the Orissa High Court, in the specific format form. The agreement should be submitted in the office of CM(M), Contract Cell within 15 days of issuance of this order, provided the order value is more than Rs.50,000/-. 14.0 GATE PASS & SECURITY: The contractor shall have to arrange valid gate pass for the labour/ workers engaged by him in order to enter into the factory premises if the work is to be executed inside Smelter Plant. 15.0 TIME OF WORK: The factory timings are as follows: `A' Shift - 6.00 AM to 2.00 PM `B' shift - 2.00 PM to 10.00 PM `C' shift - 10.00 PM to 6.00 AM `G' shift - 8.00 AM to 5.00 PM (with 1.00 Hr break 1PM to 2PM) 16.0 SAFETY: The contractor shall have to take necessary safety arrangements/ precautions for the workmen engaged by him and shall be responsible for any First Aid/ Emergency treatment for his labours/workmen. In addition you shall have to abide by all fire & safety regulations of the owner. The contractor has to execute the works after taking necessary instruction & clearance from the safety officer, available at SMELTER. The contractor should provide Safety appliance like safety shoes, helmet etc. to all workmen working under him. In case the contractor fails to provide necessary safety appliances to his workmen, Nalco will issue the same to the contractor and necessary recoveries shall be made from the contractor's bills. 17.0 PERSONAL PROTECTIVE EQUIPMENTS (PPEs): The contractor shall have to provide all necessary PERSONAL PROTECTIVE EQUIPMENTS (PPEs) to the workmen engaged by them for the subject job in consultation with the Safety Deptt. of NALCO Smelter Plant. The PPE format with duly signed declaration should be submitted along with TENDER failing which, the TENDER is liable for rejection. Incase the contractor fails to provide PPEs as per requirement, at the time of starting the job, they will not be allowed to carry out the assigned job. PPEs can be got issued from Nalco on request at the procurement cost + 25% service charges or at the rates mentioned in the PPE format whichever is higher.. 18.0 ENVIRONMENTAL REQUIREMENTS: 18.1 The contractor shall be responsible to promote awareness on the Environmental requirements among the workmen engaged by them for the subject job and ensure adherence to sound environmental practices as detailed in the "GENERAL ENVIRONMENTAL REQUIREMENT & ENVIRONMENTAL POLICY"‚ enclosed herewith. 18.2 The contractor shall remove all the scrap/waste/debris generated during the work on each occasion & dispose off to a place identified by Engineer-in-charge. The thorough upkeeping of the work spot before the contractor leaves the work spot is essential. In case the contractor fails to comply with the above, the owner may get the up keeping done & recover the expenses with overheads from the contractor. 19.0 LABOUR LAWS: The contractor shall have to abide by all statutory provision in this regard to the satisfaction of the Central & State Government Authority. The contractor shall have to abide by the labour rules of the Government, E.P.F. & M.P.Act,Factories Act.,Payment of wage Act,Insurance Act. etc. in force. In addition the contractor shall have valid labour licence during the contract period. 20.0 PF & ESI A/C CODES: The contractor should preferably possess / obtain independent "Account Codes” from the concerned Regional Provident Fund Commissioner for PF and independent "Account Codes" from concerned Regional Director, ESIC, for ESI. 21.0 PAYMENT OF WAGES TO ENGAGED LABOUR AT SITE: 21.1 Payment of wages to the labour employed by the contractor shall be as per the Central Government notification fixing minimum wages for different categories of labour in Central Public Enterprises from time to time. As per the last notification, effective from 01/10/2004 minimum wages for un-skilled labour is Rs.58.96 with an additional element of Rs.12/- (as a part of wages), the total minimum wages is Rs.70.96 per day. The contractor shall have to make labour payment accordingly, along with statutory benefits. 21.2 Labour escalation amount due to increase in minimum wages to come into effect from time to time will be compensated as per the following escalation formula. VL = 0.85 W X Where: - Y X ( L1 - L0 ) 100 L0 VL = Variation in labour cost , W = Value of the work done Y = Actual labour component of the contract value L1 = Minimum daily wage of an unskilled labour as revised. L0 = Existing minimum daily wage of an unskilled labour ie., Rs.70.96 per day plus Statutory benefits. Labour Component (Y) for this work is 25.59 % 21.3 In case the contractor fails to pay wages to the workmen employed by him for the subject work, NALCO will make the payment and recover the same from the contractor's bill along with 10% service charge for the amount paid. 22.0 PENALTY: In case the contractor fails to complete the work within the stipulated period, the contractor shall be liable for a penalty @ 1.0% of the contract value per week of delay subject to a maximum of 10.0% of the value of the contract. 23.0 ARBITRATION: The clause No.87 of General Conditions of contract shall be applicable incase of any dispute or difference whatsoever, which at any time arise. 24.0 TERMINATION OF CONTRACT: If your performance is found unsatisfactory during the period of contract, your contract will be terminated with short notice and the same shall be carried out by any other agency at your risk & cost.EMD and Security Deposit may also be forfeited. 25.0 GENERAL INFORMATION: 25.1 Before submission of the bid the bidders are requested to make themselves fully conversant with the GCC, Special Conditions of Contract, Conditions of bidding, Specific conditions, technical Specifications, if any, bid drawings, site conditions etc. so that, no ambiguity may arise in these respect subsequent to submission of the bids. 25.2 NALCO's General Conditions of Contract (GCC) & Special Conditions of Contract if any shall form part of this contract. The tenderer is advised to see the same in the office of the undersigned during office hours before quoting the rates. It will be taken for granted by NALCO that tenderer has seen and gone through the terms and conditions and shall abide by this. 25.3 Wherever transport of material is applicable, the contractor has to ensure that goods carried during transportation do not exceed permitted laden weight as certified by registering authority for the respective vehicles. 25.4 Wherever applicable Bank Guarantee are to be submitted in Nalco's revised prescribed format only from NALCO’s approved Banker. 25.5 Bidders are requested to quote their best prices considering the fact that price negotiation if required may be held with the lowest tenderer only. 25.6 In evaluation of bids, if price and other conditions are same and application of preferences are necessitated for selecting contractor(s) for award of work, the following modus operandi will be followed: a) b) c) d) e) 1st stage preference: - The bidder having both PF & ESI account codes as on the date of submission of tender. nd 2 stage preference: - The bidder having only PF account code as on the date of submission of tender. rd 3 stage preference: - The bidder having only ESI account code as on the date of submission of tender. th 4 stage preference: - The bidder who is the existing contractor as on the date of submission of tender. 5th stage preference: - The bidder having minimum work order value in Smelter Plant as on the date of submission of the tender. 25.7 Letters/Fax of Intent is an acceptance of offer and the tenderer should communicate the acceptance of the same within 07 days of issue of letter / Fax of Intent, failing which it will deemed to have been accepted by the tenderer. 26.0 MODE, SUBMISSION, RECEIPT AND OPENING OF TENDER: 26.1 All covering letters & information are to be included in the offer. Proposal forms should be submitted along with the offer itself. The bidder shall submit the bid in the enclosed proforma. 26.2 The tender should be submitted in sealed envelope duly super scribing clearly the name of the work with the note "Quotation DO NOT OPEN" written prominently. The full name, postal address and telegraphic address of tenderers shall be written on the bottom left corner of the sealed envelope. 26.3 Tenderers are advised to submit complete set of tender documents as issued duly filled in with no deviations in the specific requirements, terms & conditions and signed on the bottom of each page with official seal along with a forwarding letter addressed to the CM (Mech) Contract Cell, Nalco, Smelter Plant. 26.4 Tenders are to be dropped in the tender box kept at CISF Office, Smelter Main Gate, Smelter Plant, Nalco, Angul on or before 3.00 P.M. of 14/12/2004 during normal office working hours. The PART-I bids of tender may be opened immediately thereafter. 26.5 Postal Bids are to be sent through REGISTERED POST /SPEED POST OF DEPTT. OF POST & TELEGRAPHS only and the same shall be received during office hours of all working days except sundays & holidays UPTO 2.30 P.M. of 14/12/2004 in the Office of Chief Manager (Mech), Contract Cell, Smelter Plant, P.O.-Nalconagar-759145, Dist-Angul(Orissa), India. The PART-I bids postally received shall also be opened together with the bids received in the tender box as stated in 26.4. In the event of office remaining closed on the above-mentioned date, tenders will be accepted on the next working day. Tenders received late in time/date due to delays of Postal/ transit and/or delivery at wrong place shall not be considered. In case of insufficient offers, Management has the right to defer the date of opening and in such event the bidders shall be intimated the next date of opening subsequently. The price bids of technically qualified bidders shall only be opened on a later date. The date & time of opening of price bid shall be intimated to the concerned bidders by registered / speed post. The opening of the price bid also will be at CISF Office, Smelter Main Gate, Smelter Plant, Nalco, Angul. Interested bidders or their authorised representative(s) may witness the tender opening if they so desire. 26.6 All corrections and alterations in the entries of tender papers shall be signed in full by the tenderer with date. 26.7 No erasures or over writings are permissible. 26.8 The tenderer shall quote in figures and in words for the rates and amount tendered by him in the Schedule of Rates forming part of the documents, in such a way that interpolation is not possible. The amount for each item shall be worked out and entered and requisite total given for all items. The tendered amount for the work shall be entered in the tender and duly signed by the tenderer. 26.9 The duplicate copy of the complete set of original tender document after duly filled & signed has to be enclosed to the original bid document. 26.10 The tenderer shall ensure submission of complete information / documents in the first instant itself. Nalco reserves the right to complete the evaluation based on the details furnished by the bidders without seeking any subsequent additional information. 27.0 ACCEPTANCE OF TENDER: 27.1 NALCO reserves the right to award the work in parts between two or more agencies. The quoted rates shall hold good for such an eventuality. Reference is also invited to clause 9 of General conditions of contract. 27.2 NALCO reserves the right to rationalize the offered rates based on the departmental estimate for item rates. 27.3 NALCO reserves the right to reject any or all tenders without assigning any reason. 28.0 OTHER TERMS & CONDITIONS: All other terms and conditions, not specifically stated in the foregoing clauses shall be as per NIT & GCC and shall remain unaltered. Preference for engagement of labours under NALCO’s contractors establishment may be given to the land affected persons. ANNEXURE-I SCOPE OF WORK The scope of work involves replacement of failed Aluminium-Tr-Steel Anode clads in stem bracket asemblies in Smelter Plant, Nalco as per following details and modalities. A. MODALITIES OF WORK :- 1.0 The anode stem bracket assemblies with failed/ defective clads shall have to be collected & transported by the contractor from any place inside the factory premises to contractor's repair site inside Smelter Plant at their own cost. After completion of repair, the clads bracket assembly shall have to be delivered at any place inside factory premises as per the instruction of Engineer-in-charge. 2.0 In case of failure of bi-metallic/ tri-metalic joint of the clad, the steel portion as well as aluminium portion of failed clad have to be separated out from the pin bracket and stem assembly respectively. If required, before welding the new clad, the top surface of the pin bracket as well as welded surface of stem should be reconditioned by weld deposit, grinding and machining. 3.0 The welded joints of the clad with bracket and stem at the steel to steel or aluminium to aluminium joints have to be inspected by die penetration test in presence of Nalco Engineer-in-charge. If found not in good condition, the failed joints should be repaired as per instruction of Engineer-in-charge. 4.0 a) Wherever required Straightening of bent anode stems shall have to be done during the clad welding process by using screw jack machine(Press) as per approved drawing / quality norms to the satisfaction of Engineer-in-charge. b) Before welding the anode stem, the end of the stem shall specified in the drawing. c) Surface of clad as well as stem shall have to be cleaned with suitable cleaning agent like acetone followed by wire brushing before welding. have to be machined/ chamfered as 5.0 The bracket welding work shall have to be carried out in proper jigs and fixtures 6.0 a) The contractor shall have to maintain all dimensional accuracies and tolerance as per the drawing enclosed/ to be furnished by Engineer-in-charge. b) If any defective clads received from NALCO having crack at the inter face of bi-metallic/ trimetalic joint, the same should be returned to NALCO. a) 100% D.P.testing of each welded anode clad assembly shall have to be arranged by the contractor for detecting separation of explo-bonded joint, of the clad in presence of NALCO's Engineer-in-charge. b) About 2% of the welded brackets selected at random may be tested for load testing applying a tensile load of 33.0 MT to the completed Anode Assemblies to ascertain crack developed if any by D.P.testing. 7.0 8.0 Required number of clads will be supplied to the contractor free of cost. The contractor shall have to lift aluminium stems, brackets & clads etc. at thier own cost from any place inside Smelter Premises as directed by Engineer-in-charge in presence of NALCO representative and maintain records of all the failed brackets and aluminium stems collected by them for repair as regards date of lifting & quantity lifted duly certified by Engineer-in- charge. 9.0 All repaired Anode Stem Bracket assemblies should be marked with Sl.No. alongwith the contractor's own identification on both aluminium stem as well as steel bracket by heat resistant paint on stem engraving with electrodes on brackets. Necessary records showing all above details from start to completion of the contract should be maintained in separate register which will be checked during inspection by NALCO after completion of the job. 10.0 If required NALCO reserves the right to make alternations or minor modifications, technical specifications during pendency of contract. 11.0 The material reconciliation statement of free issue materials should be submitted alongwith each monthly R.A.Bill, duly certified by Engineer-in-charge or his representative and final reconciliation statement alongwith final Bill. 12.0 Quality of welding shall have to be maintained by using proper electrodes,proper welding parameters, other consumables as mentioned below: B. WORK DETAILS & SPECIFICATIONS :- 1.0 WELDING OF CLADS :As the interface temparature must always be held below 300oC, considerable precautions shall have to be taken during welding of clads, with particular reference to : a) Depth of welding passes. b) The duration of each pass. c) The time interval between consequent passes. These criteria are to be determined by preliminary testing/ qualification under NALCO inspection. The temperature during welding of clads (100%) shall be continuously monitored & recorded by means of suitable recorders/printers. d) It is highly recommended to maintain as far as possible the interface temperature above 2000C during the entire Al-Al welding process. 2.0 ALUMINIUM/ ALUMINIUM WELD : a) This welding operation is the first stage in the use of clads, the aluminium portion acting as a radiator to dissipate the heat released during welding operations and particularly when steel/ steel welding is carried out at higher temperature. b) Technical particulars with regard to welding : The process employed shall be MIG welding using Argon gas for the inert atmosphere, and the grade of welding rods employed shall be confirming to IS:5897-70-S-NG 21. The various suggested parameters are: - Rod diameter - Shielding gas - Welding voltage - Welding amperage - Rod feed rate 3.0 : 1.6mm : Pure/commercial argon used at 18 to 25 litres per minute. : 25 to 30 volts approx. : 260 to 380A approx. : 4 to 6.6 metres per minute approx STEEL/STEEL WELD : Standard welding procedure can be employed with a filler metal corresponding to the type of steel to which the clad is to be welded. Low hydrogen electrodes confirming to E- 7018 grade are required to be used for this work. Alternatively it is suggested to employ MIG welding with the following parameters: - A 1.2 to 1.6mm rod in mild steel with low metalloids (Carbon and manganese content) confirming with IS: 6419-1971. - Sheilding with welding grade carbon dioxide. - Welding voltage : 30 to 32 volts - Welding amperage : 220 to 350 Amp. for efficient production work. N.B.:- All consumables except CO2 & Argon gas shall have to be supplied by the contractor. Electricity will be supplied by Nalco free of cost. ANNEXURE-II SPECIAL CONDITIONS OF THE CONTRACT 1.0 The successful vendor(s), in case they do not presently having adequate workshop facility inside smelter plant, shall have to establish the same inside smelter plant and commence work within 30 days of issue of work order. The successful bidder has to set up structural with roof inside plant premises at designated place for accommodating the required facilities/ machines indicated. Failure to do so shall disqualify the contractor. 2.0 Payment will be made for actual quantity of materials used and actual quantum of jobs carried out as per contract rates (on prorata basis in case those differ from indicated quantities) without any liability for any surplus materials after the completion of the job. 3.0 The workshop of the contractor inside NALCO Smelter premises must possesses the following facilities/equipments for smooth execution of the work. i) ii) iii) iv) v) vi) vii) viii) ix) x) xi) xii) MIG welding machine for aluminium welding. – 2 nos CO2 MAG welding rectifier for M.S. welding. – 2 nos Circular saw to cut aluminium stem – 1 nos Duly calibrated temperature recorder alongwith thermocouple & printer – 2 nos Cutting chamfering machine Material handling equipment to lift clad bracket at appx 3T weight at a time. Necessary structural with roof to support the above material handling equipment. Screw Jack Machine Press to straighten bent anode stems. Oxygen & DA Gas cutting set – 2 set. Hand grinding machine – 2 nos Jig & fixture with necessary indicating instruments required for testing 33.0 MT load DP test Kits Necessary safety appliances as per safety rules All the above equipments including jigs & fixtures for welding/Straightening/face cutting etc. have to be approved by the Engineer-in-charge. 4.0 The contractor must have certified welders to carry out the job. If required NALCO may take test of their welder for suitable competency for executing the work. 5.0 No idle labour changes will be paid to the contractor owing to non-availability of failed bracket assembly or delay in supply of good clad or free issue consumables by NALCO. 6.0 WELDERS' QUALIFICATION: Welder must be qualified for MIG welding (Metal Inert Gas) to ensure satisfactory performance of welds. Because of sharp deterioration in the quality of the aluminium/ steel weld when exposed to high temperature, Welder's job must be qualified for "Clad welding" as per the requirement of the operation and shall be certified as acceptable with regard to both aluminium/ aluminium and steel/ steel weld by the Engineer-in-charge or his representative. Thermocouples are to be positioned on clad interfaces to check that the maximum temperature does not exceed 300oC during welding. The thermocouples may be connected to a recorder with printer to monitor the temperature profile during and subsequent to the making of the weld. It is highly recommended to maintain as far as possible the interface temperature above 2000C during the entire Al-Al welding process. While carrying out the welding of the clad, either aluminium to aluminium or steel to steel welding, a temperature recorder is to be used to ensure that the clad temperature does not go beyond 300oC. The temperature recorder papers are to be submitted on daily basis for verification by the Engineer-in-charge. In case the temperature exceeds the specified temperature, the joint is likely to be rejected and the contractor will repeat the work free of cost and the cost of clad will be recovered from the bills of the contractor. 7. The bidder must possess minimum no. of qualified personnel as given below to carry out anode clad welding job. The following personnel are required to carry out the above job. i) Certified skilled welders to carry out anode clad welding with MIG welding machine. = 2 nos. ii) Skilled Gas Cutter = 1 no. iii) Skilled fitter to carry out stem face preparation, Grinding, = stem chamfering, fitting & alignment of new clad with stem & bracket assembly, straightening ob bent stems. 1 no. iv) Rigger (SSW) for lifting, shifting of stem bracket & Miscellaneous jobs. = 1 no. v) Unskilled helpers / mazdoor = 4 nos. 8. The contractor should have proper provision for supervision of the quality of clad welding in terms of non-destructive tests like Die Penetration Test, use of temperature recorders during welding of aluminium to aluminium by MIG welding process etc. 9. The bidder must have got an establishment, plant and machineries comprising of the above machines & equipments as mentioned in pre-qualifying criteria for bidders. 10. The clad bracket assembly drawing No. CRS/SP/M/A2/1884, Rev.0 and NAL/PND/S/C/MECH/ A2/736, REV-02 are enclosed for clad bracket assembly references, permitted vertical deflections of stem, face position with perpendicular machined surface of aluminium stem etc. The inspection by the Engineer-incharge or his representative shall be carried out from time to time during various stages of welding and prior to final acceptance. ANNEXURE - IV DECLARATION BY THE CONTRACTOR I HEREBY DECLARE THAT I HAVE FILLED UP THE ITEM RATE COLUMN OF THE BOQ IN WORDS AND FIGURES AS PER NIT CLAUSE NO. 2.4. I ALSO UNDERSTOOD THAT WITHOUT COMPLIANCE TO THE ABOVE REQUIREMENT, MY OFFER MAY NOT BE TREATED AS VALID. (Signature of the Contractor) with Seal and Date PPE FORMAT (TO BE ISSUED WITH NIT) Type of PPEs Approximate cost (in Rs.) of PPE if issued from NALCO STORES. 1. Canvas handgloves 24.52 + 25% Service charges (per pair) 2. Leather Handgloves 43.52 + 25% " Per pair 3. Dust/Mist respirator 06.20 + 25% " Per piece 4. Safety Shoe(9" ankle height) 538.00 + 25% " per pair 5. Safety Shoe(4" ankle height) 490.00 + 25% " per pair 6. Safety Helmet 137.80 + 25% " for 1 No. 7. Ear plug 28.75 + 25% " for 1 piece 8. Ear Muff 184.00 + 25% " for 1 piece 9. Safety Goggles 42.45 + 25% " for 1 piece 10.Cotton Overall 375.00 + 25% " for 1 piece 11.Cotton face cover 63.70 + 25% " per piece 12.Leather Apron 254.15 + 25% " for 1 piece 13.Safety Belt 517.50 + 25% " for 1 no. 14.PVC apron 472.40 + 25% " for 1 piece Declaration by the Bidder (Contractor) I do hereby agree to provide the PPEs as required to ensure safe working conditions in consultation with NALCO’s Safety Deptt. to the workers to be engaged by me while working inside the plant. ( Signature of the contractor ) Note :- The rates of PPE shown above are indicative. Recovery, in case of issue by NALCO, shall be effected at the procurement cost plus 25% or the above rate whichever is higher. GENERAL ENVIRONMENTAL REQUIREMENT 01. The bidder has to ensure efficient use of natural resources like water, fuel oil and lubricants. 02. In case the bidders are quoting for oil, grease, chemicals and toxic substances or these substances form a part of materials quoted they should ensure proper storage, handling, packing and shifting of materials to our site properly so that the same should not pollute the environment. 03. The bidder should ensure that materials/ equipment quoted are manufactured/ supplied through Eco friendly process/ system. 04. The bidder should ensure proper awareness of workers working in their factory/ plant to maintain for a green and clean environment inside/ outside their plant. 05. It will be the responsibility of the bidder to use Eco friendly packing materials. 06. The contract agencies must collect & dispose of all the waste & scrap materials at the designated place only as directed by Engineer-in-charge. ENVIRONMENTAL POLICY While committing to Corporate Environment Policy of NALCO, Smelter Plant, Angul, resolves to protect and maintain a green and clean environment while contributing to sustainable socio-economic development of the region through its activities. OBJECTIVES: - To achieve efficient use of resources i.e. materials, fuel, energy and water. - To strive to achieve maximum recycling of wastewater from the plant for plant use and horticultural purpose. - To reduce dust levels in specific areas like Anode Paste Plant and Rodding Shop. - To achieve efficient use of hydraulic oil and lubricants ,recovery and recycling of used oil to the extent possible. - To improve handling & disposal of waste materials including fluorides & spent potlining. - To increase the spread of green belt in and around the plant. - To develop among employees and surrounding community an awareness of environmental responsibility and adherence to sound environmental practices. COMMITMENT: We dedicate ourselves to prevention of pollution, continual improvement of the environment. We also resolve to comply with all applicable Local and National Environmental Legislation. CHIEF EXECUTIVE OFFICER CHECK LIST 1) INCOME TAX CLEARANCE CERTIFICATE / __________ NOTIFICATION FROM IT DEPTT. SUBMITTED/NOT SUBMITTED 2) SALES TAX CLEARANCE CERTIFICATE _____________ SUBMITTED/NOT SUBMITTED 3) EMD AS PER NIT ______________________________ SUBMITTED/NOT SUBMITTED 4) PF A/C NO. GIVEN OR NOT _____________________ YES / NO 5) ESI A/C NO. GIVEN OR NOT ____________________ YES / NO 6) NAME OF THE BIDDER 7) CORRESPONDENCE ADDRESS 8) TELEPHONE NO. 9) MOBILE NO. 10) FAX NO. 11) E-MAIL ADDRESS IF ANY 12) DECLARATION BY CONTRACTOR FOR FILLING UP ALL ITEM RATES i) IN WORDS ____________________________ YES / NO ii) IN FIGURES __________________________ YES / NO 13) SUBMISION OF COMPLETE SET OF ______________ NIT DOCUMENT AS ISSUED YES / NO 14) ALL NIT PAGES SIGNED _______________________ YES / NO WITH DATE __________________________________ YES / NO WITH SEAL _________________________________ YES / NO 15) ORIGINAL BOQ ______________________________ YES / NO 16) THE BIDDER HAS GONE THROUGH ________________ THE SCOPE / TECHNICAL SPECIFICATION YES / NO 17) THE OFFER MADE BY THE BIDDER _______________ COVERS THE COMPLETE SCOPE OF WORK AS PER SPECIFICATION YES / NO 18) ALL THE TERMS AND CONDITIONS _______________ OF THE NIT DOCUMENTS ARE ACCEPTABLE TO THE BIDDER AND CONSIDERED WHILE QUOTING THE RATES. YES / NO 19) DEFECT LIABILITY PERIOD / WARRANTY _________ PERIOD AS PER CLAUSE 6.1 OF NIT IS ACCEPTABLE TO THE BIDDER. YES / NO 20) DOCUMENTARY EVIDENCE IN SUPPORT OF _________ EXPERIENCE IN THE SIMILAR LINE OF WORK IN CASE OF 2-PART TENDERING. YES / NO 21) PROOF OF OWNERSHIP/PARTNERSHIP _____________ OF THE FIRM ATTACHED. YES / NO ( SIGNATURE OF THE TENDERER ) WITH SEAL AND DATE NOTICE INVITING TENDER Sealed tenders in TWO PARTS in prescribed format are invited from reputed and Technically & Financially capable contractor who have worked directly in the State PWD/ CPWD/Irrigation/Railways/Govt./Public Sector Undertakings/Large Public Limited Companies and possess relevant experience in following jobs. Sl. No. NIT No. Name of Work 1. AGLS/CC/ OMC-2217/121 NIT/1702, Dt.12/11/2004 Rate Contract for Anode Beam Welding & Wedge Welding in Potline of Smelter Plant, NALCO. 2. AGLS/CC/ OMC-2219/192 NIT/1703, Dt.12/11/2004 Replacement of failed Tri-Metallic Clad on Aluminium Stem & bracket assemblies of Smelter Plant, NALCO Cost of Tender document in (Rs.) Nonrefundable Earnest Contract Money Period Deposit (EMD) Sale of Tender Tender Submission From To Date on or before 3.00 PM. of * Rs. 250/Rs.10,000/- 02(TWO 20.11.04 13.12.04 14.12.04 (Rupees (Rupees Years). Two Ten hundred Thousand fifty only) only) including taxes. Rs. 250/Rs.10,000/- 01(One 20.11.04 13.12.04 14.12.04 (Rupees (Rupees Year). Two Ten hundred Thousand fifty only) only) including taxes. * on or before 2.30 PM by Post QUALIFYING REQUIREMENT FOR PARTIES : 1.0 For Sl. No. 1. on the above table :i) The bidder should have experience in aluminium welding. ii) The bidder should have successfully completed the similar job relating to Aluminium welding of the value as under within last seven years:a) Three similar works costing not less than Rs.3,32,000.00 (Rupees Three lakhs thirty two thousand only) each. OR b) Two similar works costing not less than Rs.4,15,000.00 (Rupees Four lakhs fifteen thousand only) each. OR c) One similar work costing not less than Rs.6,63,000.00 (Rupees Six lakhs sixty three thousands only) 2.0 For Sl. No. 2. on the above table :i) The bidder should have average annual financial turn over during the last three years ending 31.03.2004 should be Rs. 3.40 lakhs. ii) The bidder should have completed successfully the similar works of the value as under during the last seven years ending 31.08.2004:a) Three similar works costing not less than Rs.4,50,000.00 (Rupees Four lakhs fifty thousand only) in each case. OR b) Two similar works costing not less than Rs.5,60,000.00 (Rupees Five lakhs sixty thousand only) in each case. OR c) One similar work costing not less than Rs. 9,10,000.00 (Rupees Nine lakhs ten thousand only). d) The similar work means repair/replacement of failed anode clads in anode stem bracket assembly used in Smelter Plant. Explo-bonded Anode clads are made of : Aluminium – Titanium – Mild Steel. The used aluminium stems have to be separated from failed clads, stem face has to be prepared to match aluminium face of anode clads, stem chamfering to prepare weld joint, grinding of MS bracket surface for clad welding, vertical alignment of stem clad bracket assembly are some the important jobs to be carried out before final welding of anode clads. iii. Proof of satisfactory performance: successful completion certificate of similar work have to be submitted in terms of quantity, quality & period of execution from a reputed organization. iv) The bidder must possess the following equipments to carry out similar work. The documentary evidences of ownership for the same should be attached with the technical bid. a) b) c) d) e) f) g) h) i) j) k) v) MIG welding machine to carry out Aluminium welding = Co2 / MAG welding machine to carry out m.s. welding = Circular saw machine to cut aluminium stems = Duly calibrated temperature recorder with thermocouples & printer = to measure interface temperature of anode clad while welding. Material handling equipment to lift clad bracket assembly of approximate 2T weights at a time. The necessary structural with roof to support the above material handling equipment. Grinding machines = Screw-jack press for straightening aluminium stems = Oxygen – DA gas cutting set = All necessary PPE required for workment & supervisory staff as per safety norms. D.P. test kits. Cutting and chamfering machine = 2 Nos. 2 Nos. 1 No. 2 Nos. 2 Nos. 1 No. 2 Nos. 1 No. The bidder should have independent PF and ESI Account Codes. 3.0 COMMON FOR ALL THE ABOVE WORKS :- 3.1 The bidder shall also be required to submit copies of work orders, work completion certificate and the documentary evidence regarding satisfactory completion in terms of quantity, quality & period of execution from a reputed organization. 3.2 The bidder must submit copies of latest Income Tax / Sales Tax Clearance certificate. 3.3 The bidder must submit the documentary evidence regarding Service Tax Registration Certificates 3.4 Tenders without earnest money shall be summarily rejected. 4.0 GENERAL INFORMATIONS :- 4.1 Tender documents ( Non-transferable) can be obtained on submission of a request letter in the original official pad of the tenderer with full signature and date in person from the Office of the Chief Manager Mech), Contract Cell , Smelter Plant, Angul on payment of tender fee in Cash/ Demand Draft in favour of NATIONAL ALUMINIUM COMPANY LIMITED, drawn on any Nationalised Bank payable at NalcoNagar, Angul on the dates mentioned above, during normal office hours except Sundays & holidays. Tender documents may also be obtained by post on submission of written request alongwith a DD towards the cost of tender documents. 4.2 Bidders obtaining tender documents by post will be doing so at their own risk. NALCO, will not be responsible in any way for delay, loss or damage of the documents in transit. 4.3 Merely, issue of tender documents to the intending bidders or submission of tenders by the bidders does not make them eligible for award of work. Bidders are requested to carefully study the terms & conditions and eligibility criteria before submitting the offers. 4.4 NALCO reserves the right to reject or accept any or all the offers in full or part, split the work, reduce or increase the quantity, without assigning any reason thereof. CHIEF MANAGER(MECH) CONTRACT CELL,SMELTER ANNEXURE - III QUANTITY & RATE SCHEDULE Sl. No. DESCRIPTION OF JOB UNIT QTY. 1 2 3 4 1. Replacement of failed Tri-Metallic Clad on Aluminium Stem & bracket assemblies of Smelter Plant, NALCO as per scope of work detailed at Annexure-I and Special Condition of contract at Annexure -II. No. 4280 Supply Service Component Compoof the item nent including taxes & duties (in Rs.) (in Rs.) 5 6 Service Tax including educational cess @ 10.2% on Service charges quoted in previous column ( in Rs.) 7 Final Item Total Rate Amount ( Column 8 = ( Column 9 = Col. 5 + Col. 6 Col. 4 X Col. 8) + Col. 7 ) ( in Rs.) (in Rs.) 8 9 TOTAL VALUE ( in Rs.) :- _______________ (Rupees ______________________________________________________________ only ) IMPORTANT NOTE :- The item rates should be written in words and figures failing which the offer may be rejected. NB :- 1) The Evaluation shall be carried out based on the total rate for the item indicated in Column 8 only irrespective of the break-up of values indicated or not by the bidder 2) The above break-up of price given by the contractor shall be the sole responsibility of the contractor to satisfy the Excise Authorities with necessary supporting documents with regard to assessment & payment of Service Tax 3) Contractor shall mention the Service Tax Registration No. in the invoice / bills raised by them including submission of original service tax payment receipt for availing CENVAT benefit by NALCO.. 4) Discount mentioned separately over rate / total amount shall not be considered for evaluation. Signature : ………………………………………… Designation / : …………………………………………. Capacity Phone No. : ……………………………….. Fax No. : ……………………………….. Name : ………………………………………… Address : …………………………………………. PF Code : ………………………………. ESI Code : ……………………………….