- nagaland pulp & paper company ltd.

advertisement
BID DOCUMENT
FOR
PROJECT MANAGEMENT CONSULTANCY
SERVICES
FOR
REVIVAL & UPGRADATION OF EXISTING PLANT AT NAGALAND
Nagaland Pulp & Paper Company Limited
Paper nagar, Tuil, Nagaland
BID DOCUMENT
(Non-transferable)
Project Management Consultancy (PMC) Services for Revival &
Upgradation of Nagaland Pulp & Paper company Limited (NPPC)
Cost of Bid Document: Rs. 5,000
Issued to: M/s.
Tender No.
:NPPC/CEO-PMC/60/2007
Tender Date
: 31.05.2007
Last date - Bid Document downloading
: 13.07.2007
Pre-Bid Conference date
: 06.07.2007
Due date for submission of bid
: 16.07.2007 at 14.30 Hrs (IST)
Date and time of opening of TechnoCommercial bid
:16.07.2007 at 15.00 Hrs (IST)
EMD / Bid Security
: RS. 5, 00,000
----------------------------------------------------------------------------------------------
2
CONTENT
Page Number
Global Notice Inviting Tender
1.0
7
Mill Revival and upgradation Plan
1.1.
Process Design
10
1.2
Production Planning and Forecast
10
1.3
Raw Material Supply
10
1.4
Pulp Mill
11
1.5
Paper Machine & Finish house
13
1.6
Chemical Recovery Complex
16
1.7
Chemical Plant
17
1.8
Steam & Power Plant
17
1.9
Electrical Power Supply
19
1.10
Water Supply
24
1.11
Effluent treatment
24
1.12
Process Control & Automation
24
1.13
Infrastructure Facilities
25
1.14
Plant layout & Plot Plan
26
1.15
Civil and Structural Works
26
1.16
Climatologically details
27
1.17
Drainage
27
1.18
Access
27
1.19
Town Ship
28
1.20
1.21
Construction Phase
Transportation
28
28
3
1.22
Equipment Selection
29
1.23
Project Implementation Schedule & Mile stone
29
1.24
Capital cost
32
2.0 Scope of Project Management Consultancy
Services.
2.1
LSTK Modules
33
2.2
E C P Modules
33
2.4
Scope of the PMC service for LSTK module
34
2.5
Finalization of Process Philosophy
35
2.6
Basic Engineering for process package
35
2.7
Detailed Engineering for Civil Construction Jobs
37
2.8
Tender Document Preparation Services
40
2.9
Bid Evaluation
41
2.10
EPC Modules and other balance of plant work.
41
2.11
Scope of basic & detail Engineering
42
2.12
Cost Estimating Service
46
2.13
Inspection Service
47
2.14
Other General Service
47
2.15
Construction & Site Management
48
2.16
Other General Service
49
2.17
Project Management
52
2.18
Procurement Service
53
2.19
IT Enabled System
53
2.20
Assistance for Approvals/Clearance Pre-
54
2.21
2.22
Pre-Commissioning & Start-up
Commissioning
54
55
2.23
Performance Guarantee Runs
56
4
3.0
2.24
Documentation
57
2.25
Assistance for Enabling Facilitie
59
Terms & Conditions
3.1
Pre-qualifications criteria
60
3.1(i) Pre-qualifications criteria for category-1
60
3.1(ii) Pre-qualifications criteria for category-2
60
3.2
Alliance option
60
3.3
Bidder with Pulp & Paper Experience
61
3.4
Bidder without Pulp & Paper Experience
62
3.5
Special Criteria
63
3.6
Documentary Proof
63
3.7
Division of Responsibility
64
3.8
Site Organization
65
3.9
Cost of Bidding & site visits
66
3.10
Tender Documents
67
3.11
Bid Validity
68
3.12
Bid Currencies
68
3.13
Submission of Bid
69
3.14
Earnest Money Deposit (EMD)
71
3.15
Pre-Bid Conference
71
3.16
Signing of Bid Documents
72
3.17
Corrections in Bid Documents
72
3.18
Transfer of Tender Documents
72
3.19
Due date for Submission of Bid
72
5
4.0
5.0
6.0
3.20
Purchase Preference
73
3.21
Bid Opening
73
3.22
Bid Acceptance
73
3.23
Security Deposit/Contract Performance Bond
74
3.24
Execution of Contract Agreement
74
3.25
Other Conditions of Contract
74
3.26
Guarantees
75
3.27
Performance Guarantee
76
3.28
Completion Time
76
3.29
Liquidated Damages
76
3.30
Force Majeure Conditions
77
3.31
Payment Terms
77
3.32
Ownership of Drawings/Documents
78
3.33
Accommodation/Conveyance/Site Facilities
78
3.34
Assistance in Approvals/Disputes
78
3.35
Settlement of Disputes
79
3.36 Jurisdiction & Governing Law
The Nagaland
4.1 Nagaland-Bare Facts
How to reach the Project Site
4.2
State Map and location of the Project site
79
80
81
Price Bid Format
Annexure
Annexure I
Undertaking by Bidder
Annexure II Bidder Evaluation Details
Annexure III Schedule of deviation from Scope of Work
Annexure IV Schedule of deviation from Contract Conditions
Annexure V Schedule of Experience
Annexure VI EMD/ Bid Security Performa
Annexure VII Contract Performance Bond Performa
Annexure VIII Performance Bank Guarantee Performa
6
NAGALAND PULP & PAPER CO LTD
Tuil, Nagaland
Tender document
Notice Inviting Bid for Project Management Consultancy Services
for Revival & Upgradation of Nagaland Pulp & Paper Company Limited
Nagaland Pulp & Paper Company Limited. (NPPC), is a subsidiary of Hindustan Paper
Corpn. Ltd. (HPC) a Public Sector Undertaking under the Department of Heavy
Industries, Ministry of Heavy Industries and Public Enterprises. NPPC is an integrated
Paper Mill located at Tuli, in the District of Mokokchung, Nagaland. The mill Site is 21
KM from the nearest Railway Station at Amguri, Assam and is around 70 KM from the
nearest Airport at Jorhat, Assam. The mill Site is well connected by road from Jorhat and
Amguri
The installed capacity of the NPPC was 33,000 TPA (100 TPD). The product mix as
envisaged in design comprised MF & MG Papers based on Reeds and Bamboo/
Wood as fibrous raw materials from local sources. The Mill was commissioned in 1982
but production activities were suspended from October 1992 due to operational and
economic constraints.
Presently the Mill is under revival. The detailed feasibility study on its revival through
renovation / up-gradation of various sections of the Mill have already been completed
including Rapid Environmental Impact Assessment study. The findings of the Report
recommended revival of the Mill with an enhanced capacity of 66,000 tonnes per annum
and up-gradation to facilitate production of value-added paper grades like Copier, SSMaplitho and MG Poster paper as the product mix. The Report also recommended
process up-gradation system as to include oxygen de-lignification followed by elemental
chlorine-free (ECF)bleaching to obtain bleached pulp of 86 to 88OGE brightness. The
project also includes a new co-generation thermal plant of 18.0 MW capacity. The basic
features with respect to the recommendation of the Report for respective plants have
been discussed subsequently in this document.
Project Management Consultancy
Scope in brief:
In the above context, NPPC requires the services of a consultant for Process
Philosophy, Basic engineering, Detailed engineering, Preparing tender specifications
and tender document for Civil works and for procurement of plant & equipment, technocommercial evaluation of bids, finalization of purchase order documents, inspection,
assistance in erection supervision& commissioning, The consultant will also be
required to prepare tender documents for assigning contracts for dismantling of
existing installed plant & equipment to facilitate assessment of current condition and for
renovation/retrofit as well as for disposal wherever recommended. The detailed scope
of work is given in the tender document.
7
Submission of Tender
The tender shall be submitted on two-part bid basis in the prescribed Tender form as per
the guide lines given below:
I) Part-I Techno-commercial Bid: This shall include all the credentials and authenticated
documents in support of the pre-qualification criteria such as copies of work orders,
completion certificate, performance certificate from clients with their contact details, EMD
for the prescribed amount and a copy of the un-priced bid. Confirmation to all the
commercial terms shall be included with this bid All these documents shall be enclosed in
an envelope, sealed and superscribed as “ Tender for PMC services for Revival/NPPCPart-I Techno-Commercial Bid “ along with name of the bidder. Letters of consortium
agreement with Alliance Partner should be enclosed if applicable.
2). Part-II Priced Bid: This shall indicate the charges for the services as per the scope/
categories indicated in the price bid format. The rates and amount shall be clearly
indicated in words and figures in the price- bid format. The rates and amounts shall be
indicated without any ambiguity for quantification and evaluation. In case of any deviation
with regard to the Price bid format making the price bid evaluation unclear and unquantifiable, the company reserves its right to reject the tender. The price bid shall be
placed in an envelope, sealed and superscribed as “ Tender for PMC services for
Revival/NPPC-Part II- Priced Bid” along with the name of the bidder.
3). Both the sealed covers of Part-I and Part-II bids shall be enclosed in another envelop ,
sealed and superscribed as “Tender for PMC services for Rvival/NPPC”, indicating
tender no , due date and name of the bidder and shall be send by courier/Post to the
above address of the company to reach latest by 14.30 Hrs (IST) on 16.07.2007. The
part-I of the bids will be opened by 15.00 Hrs (IST) on the same date in presence of
attending bidders.
EMD
Earnest Money Deposit of Rs 5,00,000 shall be submitted in the form of D.D drawn in
favour of Nagaland Pulp & Paper Company Limited, on any scheduled commercial bank
payable at Tuli, Nagaland OR Jorhat, Assam. EMD can also be submitted in the form of a
BG in the prescribed format enclosed at annexure by an Indian Commercial Bank or from
an Indian Branch of a foreign Bank or correspondent Indian Bank of the foreign Bank if the
foreign Bank is not having any branch in India. The EMD/Bid security is refundable with
out any interest after finalization of the order or with in six months of the date of opening
the tender. In the case of successful bidder, EMD will be refunded from the date of receipt
of Performance Bank Guarantee as prescribed.
Pre-Bid Discussion
There will be a pre-bid discussion on the date stipulated in the Tender Document at the
CEO’s Office/HPC Corporate Headquarter office at Kolkata.
8
The Tender Document is available from the NPPE Cell, Hindustan Paper Corporation
Limited, 10th Floor, Ruby Building, 75C, Park Street, Kolkata-700016 from 04.06.2007 up
to 13.07.2007 against payment of Rs 5000 (USD 110).Tender Document can also be
download from our website www.nppc.in or www.hindpaper.in in which case Bid Fee will
have to be deposited along with part – I of the bid.
Chief Executive Officer
Nagaland Pulp & Paper Company Limited
8th Floor
Ruby Building
75-C, Park Street,
Kolkata – 700016
9
SECTION - I
1. MILL REVIVAL & UPGRADATION PLAN
1.1 Process Design Memorandum
The preliminary process design criteria of main process plants for the proposed revival
and upgradation of NPPC Mill at Tuli, have been dealt with in this memorandum. Some of
the design criteria may undergo change during Basic Engineering and equipment
selection; and the memorandum will be revised accordingly.
Production forecast shows the annual expected production from the Mill and quantifies the
pulp requirement from bamboo pulping street.
Departmental operating data/ design calculation lists the basis adopted by professional
judgment and shows calculation for equipment sizing, based on the process design and
production requirement.
1.2 Production Planning & Forecast
The proposed capacity of the Mill of NPPC has been fixed at 66,000 FTPA (eq. to about
200 FTPD on an average) of finished paper of specified product mix. The respective
sections of the Mill will be put into operation after completion of retrofit/ repair/
replacement and new installations. The start up and trial runs shall be affected section
wise sequentially as below:

Arrangement of Start-up Power

Start up of Mill Water system

Start up of Compressed Air system

Instrumentation & Control System

Start up of Steam and Power supply & distribution system including Fuel Handling
& Ash Handling systems

Start up of Paper Machine Complex (start up being planned with purchased pulp)

Start up of Pulp Mill along with Chipper House

Start up of Soda Recovery Plants

Start up of Effluent Treatment system
The commercial production will start after respective sections of the Mill have been
stabilized for operation and overall system integration for production has been completed.
It is expected that overall stabilization for integrated Mill operation at rated capacity to the
tune of 200 FTPD paper will take about two(2) years’ time.
The production forecast of the Mill has been envisaged as below :

1st year of operation
– 34,650 FTPA
(For 9 months)


nd
2 year of operation
3rd year onwards
– 59,400 FTPA
– 66,000 FTPA
It may be noted that although most of sections of the Mill may reach desired production
capacities at an earlier date, yet for sustained operation at rated capacity while ensuring
desired production norms and quality criteria a longer period would be necessary.
1.3 Raw Material Supply
For the purpose of sustained supply of raw material at an economically viable rate, the
procurement will be made primarily from two regions, namely the northern area consisting
10
of Mokokchung, Mon & northern Tuensang and the southern area consisting of Kohima and
Dimapur. Supply from Mon area will be mostly via Sonary. Produce from Mokakchung and
northern Tuensang will be transported directly along smaller roads, which exit in these
areas. The average distance of haul for Mon will be 100 km and that for Mokakchung and
northern Tuensang is estimated to be 40 km. Thus, the average distance of road
transportation for the northern area will be around 70 km. For the southern area major part
of bamboo is available in Dimapur district. It is suggested that a fairly large depot may be
constructed near Dimapur R.S close to the Dimapur-Amguri road. The produce from
Dimapur and Kohima area should be initially transported and stored in this depot.
Thereafter, the produce may be transported by trucks to the Mill as and when required. The
average distance of haul from Dimapur and Kohima area is estimated at 50 km and the
distance of the Mill at Tuli from Dimapur by the National Highway via Tinsukia will be
approximately 220 km.
Raw Material Handling & Storage
NPPC Mill at Tuli has about 105 acre of land at 19th Mile location by the side of NH-61 for
bamboo storage yard. The Mill also has a raw material storage yard of approximately 12
acres inside the Mill premises. Bamboo in the form of bundles from the 19th Mile storage
yard will be transported up to the Mill site by means of truck load and loaded, stacked in the
raw material storage yard with the help of pay loaders. There will be approximately 7-8 days
storage inside the Mill. The bamboo bundles will be further transported and stacked in front
of the bamboo washing flumes by pay loaders. These bamboo bundles will be further fed to
the flume by mechanical means (pay loaders).
1.4 Bamboo Pulp Mill
As mentioned elsewhere before, only bamboo will be used as the fibrous raw material and
as such there will be no reed pulping street in the proposed revival scheme. The equipment
which were used for reed processing will now be hooked up with the bamboo pulping unit
as per the process requirements. The upgradation and retrofitting of the existing pulp Mill for
the production of 100% bamboo pulp of desired quantity and quality have been summarized
below:
a) Chip Preparation Plant
It is recommended to replace all the equipment of bamboo and reed chip
preparation plant with new set of equipment. The bamboo in the form of bundles will
be stacked in the bamboo storage yard and fed to the bamboo flume by means of
pay loader. The approximate length of bamboo bundles has been considered as
1.83 m. After washing in the flume, the bamboo bundles will be fed to the chippers
through inclined chain conveyor. It is proposed to install seven (7) no. Chippers,
each of 15.0 MT per hour capacity to meet the total requirement of bamboo chips
for the production of pulp in the revival scheme. Each chipper will have a chain feed
conveyors of 2500 mm width.
Six(6) no. chippers will be in operation and one(1) will be kept as standby for knife
changing. The chip preparation plant will operate in two(2) shifts per day.
At the downstream of the chipper two(2) no. vibrating screens of 45.0 MT per hour
capacity each, will be installed for separation of oversized and undersized chips.
One screen will be in operation while the other will be used as standby. The
bamboo chips from the chipper will be blown to a cyclone separator for separation
of dust and fed to the screens through a 800 mm wide belt conveyor. The screened
11
chip of desired size (approximately 25 mm long) will be transported and stored in
the chip silo with the help of a 800 mm wide belt conveyor.
The oversized chips from the chip screens will be fed to a rechipper of capacity 6.0
MT per hour for further reduction of chip length. The chips from the rechipper will be
blown to a cyclone separator for dust separation before it is fed back to the chip
screen for further screening. The undersized chips along with saw dust from the
chip screen will be conveyed pneumatically to a set of cyclone separators where the
dusts are emitted to the atmosphere and the heavier chips will be stored outside the
chip preparation area for disposal.
The screened chips will be uniformly discharged into the chip silo through a 800 mm
wide reversible belt conveyor. From the chip silo, chips will be further fed to chip
washer by means of another 800 mm wide belt conveyor. The washed chips will be
further transported to the stationary type digesters by means of a long 800 mm wide
belt conveyor.
b) Digester Plant
The existing Mill has only three(3) no. of stationary batch digester each of 70 m 3
capacity. These three(3) no. digesters cannot produce adequate quantity of cooked
pulp required in the revival scheme. Since the tumbling digesters cannot be used for
processing of bamboo chips additional six(6) no. stationary batch digesters along
with external liquor heaters, liquor circulation pumps, associated piping, fittings,
valves, condensate removal system etc. have been proposed. The cooked pulp
from the existing three (3) no. bamboo digesters will be blown to the existing
bamboo blow tank of 200 m3 capacity as usual, whereas six(6) new digesters of 70
m3 capacity will be hooked up with a new blow tank of 250 m3 capacity. The existing
tumbling digesters may, however, be used as a liquor storage tank. The heat
released from the blown vapour from both the blow tanks would be recovered in the
existing blow heat recovery plant along with a new unit for generation of clean hot
water required for the process.
c) Deknotting & Screening Plant
Existing Screening & Cleaning Plant is not energy efficient and cannot produce
desired quality of pulp required for the target products quality. Moreover, the
existing vibratory knotters in Bamboo Street are all broken. It is, therefore,
suggested to install a new Deknotting & Screening Plant of state-of-the-art
technology. In the proposed plant, the cooked bamboo pulp from blow tanks shall
first be fed to 80 m3 intermediate stock chest which in turn shall feed the stock to a
combi-type pressure screen for separation of knots and accepted stock. The knots
from the combi-screen shall then be dewatered in a coarse screen via a junk trap
for protection of the screen basket. While the knots from the coarse screen shall be
fed back to digesters, the liquor shall be returned to the intermediate stock chest.
The rejects stock from the combi-screen shall further be processed in a secondary
pressure screen. While the rejects from the screen shall be drained, the accepts
shall be fed to vibratory screen followed by sand cleaners for sand removal.
d) Washing Plant
The filtering area of each drum filter in bamboo street is only 200 sq.ft whereas that
for reed street is 300 sq.ft. Since the total area is inadequate for processing of
desired quantity of cooked pulp and the conditions of the existing washers are not
good, it is, suggested that the screened pulp from the new combi-screen shall first
12
be processed in new drum washers, replacing the existing units for pre-washing.
The washed pulp from pre- washers will be stored in 40 m3 capacity existing
intermediate washed stock chest from where it will be sent to a new proposed press
washer for subsequent final washing. In the washing plant the pulp will be washed
with the filtrate available from the subsequent post washer in oxygen delignification
plant which will give better washing and also yield more black liquor solids per ton of
washed pulp.
e)
Oxygen Delignification & Post Washing Plant
In this plant, the washed pulp from the press washer, which will ensure high fiber
consistency and will provide an efficient lock against excessive dissolved organic
materials to the system, will be diluted to around 12-15% consistency in a shredderrepulper- conveyor. This medium consistency pulp after heating in a pulp heater will
be fed to a pressurized oxygen reactor of SS 316 make for oxygen delignification at
around 90O to 100OC. The stock is then blown to a blow tank, which will finally be
washed in a new press washer. The washed delignified stock shall be stored in
existing HD storage towers wherefrom it shall be pumped to subsequent bleaching
plant.
f)
Bleaching Plant
In the new bleaching plant, the O2 delignified and thickened pulp will be
subsequently bleached to desired brightness through DO-EOP-D1 bleaching
sequence.
1.5 Paper Machine & Finishing House
So far the net production capability of the Paper Machines is concerned, it may be
mentioned that with specific upgradation / retrofit of the existing facilities/ system, along
with new addition, the combined output from both the machines may be increased upto
200 FTPD approx. The suggested product-mix (machinewise) has been presented
below:
Particulars
MF Machine
MG Machine
 Approx. Net Saleable
Product (Av.) (from
respective machines)
 Product Mix
136.4 FTPD
63.6 FTPD

Reel
Production
:
Xerox copier paper –
146.5 FTPD
SS Maplitho – 130
FTPD
Creamwove – 100
FTPD
Sheet 30 : 70 (approx.)
Whte/ coloured Poster
Paper
(including
provision
for
manufacturing high value
TiO2 loaded poster also)
90 : 10 (approx.)
In order to achieve above target production of paper, plant/ section wise major
renovation/ upgradation/ addition as envisaged have been described herein below:
a)
MF Machine Production Line
 Stock Preparation and Approach Flow System
13
In order to meet the augmented demand of pulp for MF machine, new equipment like 2
No. DD refiners, deflaker, chest with agitator etc. will be installed as may be necessary.
Since present market demands higher degree of cleanliness of Xerox copier paper, it
has been proposed to replace existing inefficient Bird’s centricleaners with modern and
more efficient 4-stage cleaners along with Deculator & Pressure Screen in Approach
Flow System. Addition/ augmentation of capacity of any existing equipment/ system
shall be taken into consideration during basic/ detailed engineering stages.
 MF Paper Machine
In this Section, to enable this Machine to compete with major Paper Mills, major retrofits
of wet end comprising new modern hydraulic Head box, Top Former on Fourdrinier part,
Tri-nip press replacing the existing press section have been planned.
Dryer Section has been augmented to cater additional production.
Existing steam and condensate system of the MF machine will be upgraded for the
proposed increase in production along with calender stack.
Cleaning/ overhauling/ replacement of missing or damaged parts/ components/ retrofit/
upgradation/ installation of new equipment as and wherever necessary shall be done in
case of balance machine auxiliaries viz., vacuum system, hood and ventilation, COL
system, etc. It is recommended to replace felt dryers in the MF Machine by pocket
ventilation system comprising hot air supply fan along with necessary blow boxes.
Extension of hood has also been proposed for the additional dryers. It is important to
mention that all instruments – pneumatic and panel mounted electric controls are either
damaged or missing from head box control panel through pope reel control panel. New
electronic field instruments through DCS/QCS controls have been planned.
Proposed machine drive system (mechanical & electrical) needs to be replaced with
sectional drive for the revised duty (speed) condition.
b)
MG Machine Production Line
 Stock Preparation and Approach Flow
In stock preparation system of MG machine, the existing reed pulp refiners would be
utilized for refining bamboo pulp along with new feed pump. 3-stage centricleaners in
Approach Flow System shall be replaced with efficient new 3-stage cleaners. However,
pipes, fitting, valves, all pumps and motors, instruments and controls, electrical and
control panels, etc. require thorough renovation/ retrofit/ overhauling. Further addition/
capacity augmentation as may be necessary, shall be carried out on finalization of basic
engineering of the Project.
 MG Paper Machine
Since the MG machine is lying idle for almost last two decades, it is absolutely essential
that the entire machine is thoroughly inspected, particularly its rotating parts. Surface
grinding is necessary for most of the rolls along with dynamic balancing including
overhauling, replacement of defective bearing/ bearing housing as well as any other
components/ parts that would be ascertained during actual execution of the job. In view
of 1988 earthquake, it is proposed to check the alignment of the machine, check
soleplate condition and leveling and then take corrective measure before start up of the
machine. In dryer part also drying cylinders are to be cleaned and ground.
14
Necessary modification of various sections of the Machine would be necessary for
increased speed of operation (@ 400 m/min) covering retrofit/ upgradation of Head box,
Forming part and Press part.
Among MG machine auxiliaries, steam and condensate system requires installation of
new condensate separators and pumps, relocation of main condensate collecting tank
and new instruments and controls through DCS.
Cleaning/ overhauling/ replacement of missing or damaged parts/ components/ retrofit/
upgradation as and wherever necessary shall be done in case of balance machine
auxiliaries viz., vacuum system, hood and ventilation, COL system etc. It is important to
mention that all instruments – pneumatic and panel mounted electric controls are either
damaged or missing from headbox control panel through pope reel control panel which
are proposed to be replaced with new electronic field instruments through DCS controls.
So far the machine drive is concerned, the complete system (mechanical & electrical)
needs to be upgraded/ replaced with efficient drive control systems and revised duty
(speed) condition.
c) Finishing & Product Warehouse
There exists mainly two (2) slitter-winders and three(3) sheet cutters of identical design
in the finishing house besides a guillotine machine and some finishers’ table (wooden).
As discussed earlier, all the equipment of this section shall have to be inspected,
thoroughly cleaned and overhauled and retrofit/ replaces the missing items including
drive and control system before put into operation.
Besides, about 67 per cent of MF machine output is proposed to be marketed in cutsheets size after proper packing. Therefore, a fully automatic A4 cut size sheeting line
integrated with packaging unit shall be installed within the finishing house mainly for
Xerox copier paper. A semi-automatic reel wrapping line shall also be installed to handle
reel wrapping for both the machines. The end product after inspection, counting/
weighing, a labeling shall be stored in the Product Warehouse before despatch.
d) Chemical Additives Preparation Plant (CAPP)
CAPP was supplied by Cellier. The major activity involves is the relocation of the talcum
dissolver along with partly mechanized talcum handling and feeding system. All control
panels of this section are to be shifted to a dust-free air-conditioned room.
The bottom part of the existing alum dissolver shall be modified. Acid-proof tile lining
also to be done along with a wooden cage with false bottom.
It is proposed to use fortified rosin emulsion which would be more economical in
comparison to conventional solid rosin.
e)
Fiber Recovery and Broke Handling System
Both the machines have dedicated disc-saveall and broke handling system. The overall
systems shall have to be upgraded for increased production requirement, which
envisages installation/ augmentation of saveall, deflaker, pumps, etc.
In the Fibre Recovery system excess white water from the machine along with
sweetener stock is fed to the Disc Filter. The recovered fibre after consistency control is
taken to the Blending chest. Cloudy water is used in adjusting the consistency whereas
15
the balance is recirculated to the Disc filter feed line and the clarified water is used in
machine showers.
In Broke Handling street, wet end and dry end broke is taken into a Broke Chest. The
broke pulp in the desired proportion is taken to the Blending chest via a Stock Master
Refiner.
The overall instrumentation & control systems shall be updated with new installations.
1.6 Chemical Recovery Complex
a) Evaporator Plant
The original Evaporator Plant is designed for 58.5 TPH Water Evaporation capacity
with inlet concentration of black liquor at 13% (w/w) with feed rate of 78,800 kg/hr
(73 m3/hr) at 80OC. Weak black liquor feed condition to be maintained with the
following parameters:
Fibre Content in WBL
15 PPM
CaO
1.5%
SiO2 Concentration
4.0%
Na2SO4
5.0%
WBL production rate after upgradation of Mill’s production capacity is estimated at
2,500 TPD (2,320 m3/day) with inlet concentrating of 15% (w/w) corresponding to
production of 235 BDTPD of washed pulp. WBL feed rate to the evaporator shall be
around 113.5 TPH (105 m3/hr). The evaporation rate for this production with 10%
spill recovery margin is estimated as 87.5 TPH. In order to augment the water
evaporation capacity of the plant, it is proposed to install a new Falling Film Free
Flow Plate type Evaporator Plant of 30 TPH water evaporation capacity with all
accessories. The heating element of the proposed plant shall be of SS-316 whereas
all wetted parts shall be of SS-304/SS-304 clad. Evaporator 1st and 2nd effect
calendria and separator of existing plant are in CS construction and tubes are of SS
304. Thorough cleaning of these tubes and calendria is required. Concentrator’s
tube and calendrias are of SS 304 and CS construction needs cleaning to avoid
fouling of heat transfer area. Evaporator 3rd, 4th, 5th & 6th body calendria and tubes
are of CS construction needs cleaning and damaged tubes to be replaced. Surface
condenser, pre-cooler, inter-condenser tube cleaning is required with replacement
of the damaged tubes. Overhauling of the whole plant including pumps, valves are
required. Instrumentation system is to be reinstalled to make the plant operable.
Electrical system is also to be reinstalled partially.
b) Recovery Boiler Plant
In the proposed revival and upgradation of NPPC Mill, the Mill has to handle maxm.
376 TPD of black liquor solids. In order to retrofit/ upgrade the existing boiler to
handle such high amount of BLS, major modifications are required:
In addition to the above, the structural steel works and operating platforms need
thorough modifications due to increased furnace depth, strengthening and/ or
replacements. Moreover assessment of modification requirements and estimation of
plant residual life, particularly for pressure parts of the boiler, are time consuming
affairs and require stringent statutory approvals from the concerned authorities.
Apart from the above technical considerations, the retrofit/ upgradation of the
existing unit shall not call for any appreciable capital saving.
Considering all these aspects, it is suggested to install a new Recovery Boiler along
with ESP with installed capacity to handle 380 TPD of BLS replacing the existing
one.
16
c)
Causticizing Plant
The existing plant capacity is 45 TPD of Active Alkali as Na2O. For the proposed
revival and upgradation scheme, it has been estimated that the Mill would require
around 89 TPD of active alkali as Na2O to produce 240 BDTPD of cooked pulp,
design. In order to upgrade the existing plant to produce required quantity of white
liquor, it is proposed to install a new identical plant with necessary hook-up facilities.
However, general overhauling of the existing plant is required to make it operable.
1.7 Chemical Plants
a)
Oxygen Generation Plant
The oxygen required for the pulping process will be produced in the Mill itself. The
oxygen will be produced from air by pressure/ vacuum swing process by selective
separation of nitrogen and oxygen in molecular sieves. The generated oxygen @
around 90% purity shall be compressed to desired pressure in a separate
compressor and stored in a receiver from where required quantity of O2 shall be
supplied to the Pulp Mill. The rated capacity of the oxygen generation plant shall be
6 Tonnes/ day to meet the Mill’s requirement.
b) Chlorine Dioxide Generation Plant
Like oxygen, the chlorine dioxide required for the pulp bleaching process will be
produced in the Mill itself. The chlorine dioxide will be produced by reduction of
electrolysis product sodium chlorate with hydrochloric acid. The generated chlorine
dioxide, from the generator, along with chlorine will be absorbed in absorber(s) with
chilled water for the production of chlorine dioxide solution at 5-6 gpl concentration.
The spent chlorate solution from the generator containing sodium chloride and
depleted electrolysis will be returned to the electrolysis cells where it will again be
converted to strong sodium chlorate solution. The sniff chlorine gas from the
absorber will be scrubbed suitably for disposal. The rated capacity of the chlorine
dioxide generation plant shall be 4.5 tonnes/ day of ClO2 to meet the Mill’s
requirement.
1.8 Steam & Power Plant
The existing coal fired boilers are in such a condition that retrofitting and
reuse is not recommended. Therefore, new boilers of required capacities
have been envisaged.
The existing TG being old and inefficient, its further utilization is not recommended
due to techno-economic consideration.
In order to reduce the operating cost it is also proposed to install a new TG set,
double extraction cum condensing type without taking into account use of the
existing TG set. The condenser section of this TG set shall also be sized in such a
way so as to ensure sustainability of operation in the event of any abnormalities
and/ or any fluctuations in the process system.
Important parameters of the above scheme are indicated below
1) 3 No. coal fired boilers, each of 60 TPH, appears to be the most
optimum choice – normally two will be operating and one will be kept as
standby. These two, along with the new Recovery Boiler, can cater to
17
2)
the full steam-cum-power requirement of the plant as per the heat
balance diagram.
The average electric power requirement to the tune of 15 MW shall be
made available from the new TG set of 18 MW capacity. The peak
requirement of the plant, which is around 17.5 MW can also be met by
dumping additional steam in the condenser to raise the power capacity
by another 3.0 MW.
The new equipment/ modifications required
 3 No. coal fired boilers with ESP and chimney are to be installed
replacing the existing boilers.
 Main steam line and a new header shall be installed.
 The proposed new TG set to be installed.
 Headers and other pipeline of the old unit to be utilised as far as
possible, after health study.



Cooling Tower is to be retrofitted and CW system is to be upgraded for
cooling load for the TGs.
Coal Handling Plant requires retrofitting and revamping to convert the
present system useful for fluidiser technology.
Ash Handling system is to be added new.
GAIL were informed that considering 100% requirement of fuel for the Project
to be met from natural gas, estimated quantum of gas works out to be
approx. 60 million standard cu.m per annum. As revealed during discussion,
presently GAIL is not in a position to meet such huge quantity of gas to the
Mill at Tuli from any nearby sources. Small amount of natural gas as
available at Gelaky/ Amguri has already been committed to other consumers.
Hence it appears that GAIL would not be in a position to meet the
requirement of the Project in near future.
It is recommended that the type of boilers to be procured new shall be
suitable for fluidised bed combustion (FBC) .to achieve the following:
1) The proposed modification will ensure that the new boilers will be able to
burn the coal of varying nature.
2) The chemical composition of coal indicates that sulphur content in coal
will be the tune of 5 – 8% maximum.
With FBC type, bed
desulphurisation can be effected by injecting lime feeding, thus ensuring
desulphurisation ad consequent elimination of corrosion and pollution.
Considering above, it is suggested to use 3 no. new boilers of FBC design,
each of 60 TPH capacities. The existing boiler house has to be extended to
accommodate the new boilers.
1) Installation of 3 No. new FBC boilers (preferably multi-fuel type) with ESP
and chimney, each of 60 TPH capacity, generating steam at 62 kg/cm 2g
at 450oC.
2) Installation of a new 18.0 MW double extraction – condensing TG set
suitable for inlet steam @ 61 kg/cm2g, 450OC.
18
3) MP and LP extraction steam quantity and pressure from new TG shall be
about 31 TPH @ 11.5 kg/cm2g and 70 TPH @ 4.5 kg/cm2g respectively.
4) Condensing section of the new turbine will normally 33 TPH but designed
for 60 TPH during dump condition so that be the power available from TG
set remains undisturbed at 15 MW rating even when LP process steam is
reduced by 25 TPH.
5) Construction of a new TG building adjacent to the old TG building.
6) Retrofitting the coal handling system to revamp to the needs of fluidizing
bed boiler. Apart from general overhauling, this will require construction
of a new crusher house and installation of new crushers/screens along
with installation of recirculation system.
7) Ash Handling System to be installed new by installing dense phase
system.
8) Interconnecting piping, valves, fittings, etc. to be retrofitted as far as
possible and supplemented by balance quantities. Details of the required
bill of materials can be worked out after RLA study of interconnected
piping, to be performed during execution stage.
9) DM plant to be relocated and necessary interconnection to be made.
10) Overhauling and retrofitting of Cooling Tower and CW pumps.
1.9 Electrical Power Supply & Distribution System
a) Estimated Power Demand
Section wise estimated power demand for proposed revival and upgradation
plan has been presented below:
Sl.
No.
Description
1.
2.
3.
4.
5.
6.
7.
8.
Raw Material Handling & Chip Preparation Plant
Bamboo Pulp Mill
Paper Machine (PM # 1 & 2) Complex
Chemical Recovery Plant
Chemical Plant (ClO2 & O2)
Water Supply, Treatment & Distribution
Effluent Treatment & Disposal
Steam & Power Plant (incl. CHP, AHP, Compressor
House, Plant Illumination etc.)
Township
9.
Total :
Estimated Power
Demand (Avg.),
kW
800
2,400
4,400
2,500
1,600
400
300
1,700
900
15,000 kW
19
Above Table shows that estimated average power demand for the proposed
systems is 15,000 kW and peak demand would be around 17,500 kW, based
on revival and upgradation plan as envisaged.
b) Supplementary Source of Captive Power
Keeping in view the unreliable and poor quality of power being supplied
through grid, it is proposed to install a captive power plant for the Mill to cater
its entire power requirement. This will include one (1) no. New TurboGenerator unit of 18 MW capacity.
Under the augmentation programme it is proposed that the new Captive
Power Plant shall be located beside the existing Power House to evacuate
power to different plants from one place. The grid power supply properly
refurbished shall remain connected with provision for synchronisation. The
existing TG connection shall be removed. The Mill load shall be catered only
through new turbo-generator which shall always run in ‘island’ mode.
c)
Power Distribution System
The new generator will be directly coupled to new turbo-alternator and will
have a nominal rating of 18 MW at 0.80 pf (lag). Generation voltage will be
11 kV with a variation of 5%, three phases, 50 Hz and will be connected
directly to new 11 kV switchgear.
The voltage levels for distribution have been retained to match with existing
voltage levels, viz., 11,000 Volt, 3,300 Volt, and 415 Volt. The DC facilities
shall be new in each load centre as applicable.
The transformers which are clofen or synthetic oil filled shall be replaced with
mineral oil filled transformers.
For new Boilers, the Boiler auxiliaries like ESP, ID Fan, FD Fan, Ash
Handling Plant, Boiler Feed pumps etc. will be fed from an auxiliary
transformers. For Coal Handling Plant, the power supply will be retained as it
is. Power supply to Turbine auxiliaries will be augmented from a new
transformer.
The above new station auxiliary system will be fed from the auxiliary
transformers through adequate number of HT & LT switchgears, HT/LT
transformers. In addition to above, each of auxiliary system will have its own
requirement of electrical equipment/ devices e.g. motors, power control
centres and/or motor control centres for further distribution of power,
wherever necessary, control panel/ desks, limit switches, power & control
cables for distribution within the system itself, local control stations etc.
The entire Mill power shall be controlled from the new Power House. This
new 11 kV bus centrally will cater the total load of the Mill for power supply
and distribution system. Two (2) nos. Section Bus as per original design had
been kept unaltered on new 11000 V system.
For addition of new chippers, one(1) no. 11 kV/ 433V, 2500 kVA, Dyn 11
transformer is required to be installed near Chipper House. These will cater
the load of new 7 nos. (6+1) chipper motor. Also, for new ClO2 plant rectifier
transformer shall be installed near new plant to meet the new plant load
requirement.
20
The new switchboard shall be of SF6/ Vacuum Circuit breakers. The new
switchgear shall be installed in new Power House switchgear room, The
proposed normal operation of the Mill shall be based on the new turbogenerator running in ‘island’ mode. Considering the availability of total power
from new turbo-alternator, the distribution of power with respect to load as
existing will be there except all connection to respective Transformers and
Substations shall be only through overhead cables. New breaker panels are
proposed mainly with an assumption due to non-availability of existing
breaker module.
Normal operation shall be TG Bus and Grid Bus not
connected. For effective relay co-ordination 1:1 Generator Transformers are
envisaged. The new Generator shall be grounded by one (1) no neutral
grounding transformer and neutral grounding resistors shall connect the
secondary side of the Generator.
d) Generator
The new Generator will be a two pole direct-connected three phase unit for
18 MW at 0.80 pf lag, 50 Hz with wood yard 505 digital Governor system.
The nominal voltage rating will be in the order of 11 kV with variation upto 
5%. The generator neutral will be grounded through neutral grounding
transformer and neutral of Generator Transformer shall be grounded by
neutral grounding resistor of 5.12 Ohm, 1250 A, 10 Sec rating to limit the
ground fault current.
The generator will be CACW cooled. The generator shall be suitable for
hunting load of approx. 2 MW for a period of 3 times in a minute’s time
during paper break condition. The generator excitation system shall be
either PMG and/ or static excitation system to provide the following basic
requirements.
 Maintain the generator terminal voltage constant within 5% of the preset
value over the entire load range of the machine.
 The response time shall be short so that automatic voltage regulator
(AVR) can control the generator during system disturbances or transient
in which rapid changes in excitation are required to maintain system
reliability margins both in steady state and transient condition.
 Generator shall be suitable to feed the power for Chipper Motor as well as
Rectifier Transformer for ClO2 Plant.
Considering the problem of sparking in slip ring brushes and consequent
maintenance, preference will be given to brush less excitation system with
PMG.
The ultimate aim of the excitation system selection will be to achieve ideal
features in respect of rate of response, simplicity, reliability, accuracy and
sensitivity. The power supply to unit auxiliaries will be given from 11 kV bus
located inside Power House. During start-up or shut down, auxiliary power,
both at HT & LT, will be drawn from the DG Sets (1 new + 1 existing) supply
21
through 1 MVA, 0.4 kV/ 11 kV bi-directional, step up Transformers. The
exact DG capacity shall be decided for Black start facility and safe shut
down power requirement. The DG sets shall run in parallel and in
synchronisation provided the characteristics of old DG set matches with
proposed new DG set. The existing DG set capability has to be established
during subsequent design stage for staring the largest HT Motor during this period.
The 11 kV Power House bus system will be further stepped down to 3.3 kV by
11kV/3.3 kV step-down Transformer and to 415 V by suitable 11kV/415V
Transformers.
In future, the possibility of utilizing NED Grid Power along with existing TG
sets in future while operating in synchronisation with the new Turboalternator shall be reviewed later subject to improvement in Grid Power
supply (both for quality and quantity).
For power supply to new Turbine/Boiler auxiliaries, the new HT/LT
Transformers will be utilized along with a new 11 kV/415V transformer for
new Turbine auxiliaries with off-circuit tap changer to accommodate voltage
variation of 5% in steps of 2.5% per tap.
The existing transformer filled with synthetic oil shall be replaced with
conventional pollution friendly mineral oil filler transformer or dry type
transformer which will be decided during implementation.
e) H.T. Switchgear
The entire power will be received at new 11 kV Bus from new Turboalternators and then will be fed to 11 kV/ 3.3 kV switchgear at respective
plant premises, viz Pulp Mill, Paper Machines, Soda Recovery plants, Water
Treatment etc. through suitable circuit breakers for further distribution to high
voltage motors and to the existing substations & transformers intended to
step down this voltage to 415 Volts. Breakers will control these feeders,
along with necessary protection for the intended purpose. The interrupting
capacity of 11 kV & 3.3 kV has been kept identical with capacity i.e. 40 kA for
3 secs.
f)
Protective & Measuring System
For protection of equipment against abnormal system conditions, adequate
protective devices will be installed in the respective switchgears and/or
control panels. In all cases, proper discrimination would be achieved so as
to isolate the faulty elements only, keeping the healthy part of the system in
service. The Mill will run solely on new turbo-generator, the system power
factors shall be improved through LV capacitors, as required, connected at
power control centre as Group Compensating device.
g) Intercommunication System
The new intercommunication system proposed with 400-line auto exchange
interplant telephone system within plant boundary limit to facilitate plant
22
operation by establishing quick communication among the operating
personnel at various locations of the plant.
h) Illumination System
It is recommended to provide floodlights at suitable locations to achieve
requisite level of illumination. Pole mounted high-pressure sodium/ mercury
vapour lamp fixtures will be used for approach and work road. Automatic
switch operated by timer or photocell may be used for outdoor illumination
system.
i)
11 kV Bus Duct Power & Control Cables
The new 18 MW turbo-alternators shall be connected with 11000 V phasesegregated bus duct along with lightning arrestor and surge protective
device.
All 11 kV & 3.3 kV cables will be stranded aluminum conductor, heavy duty
XLPE insulated, extruded PVC inner sheathed, each core screened on
conductor as well as on insulation, single round galvanised steel wire/tape
armoured (for multicore cable only). The cables will be suitable for unearthed
system. For single core cables, single round aluminium armour wire will be
used. The use of existing cables shall be reviewed during implementation.
The LT cables will be 600 V/1100 V grade with stranded aluminium
conductor, HRPVC insulated, extruded PVC inner sheathed, single round
galvanised steel wire armoured (for multi-core cables only). The cables
would be suitable for earthed system. Transformers of rating more than 1000
kVA at 415 V shall also connected with 415 V non-segregated bus duct.
Control cables, will be multi-core 600 V/1100 V grade PVC insulated, PVC
sheathed, single round steel wire armoured with PVC outer sheath with 2.5
sq. mm stranded copper conductor.
For central control system, 1100 V grade, extruded PVC insulated, annealed
tinned braided Copper wire Screened, cables of 1.5 mm 2, stranded, and
tinned annealed Copper Conductor.
j)
Plant DC System
A reliable DC power source is envisaged for new captive Power Plant and
also for other plants including water intake substation which are required to
function on a loss of AC power for security, protection and safe shut down of
plant.
k)
Emergency Power Supply System
The existing and new DG sets of suitable capacity shall be utilised to permit
a safe shut down of the unit in the event of plant black out. In addition, DG
set shall provide power to meet the requirement for safety of personnel and
part illumination system during the black out. (i.e. loss of Captive Power
Plant). For start up of the plant, both the DG sets shall be started and shall
run parallel to start new Turbo-alternator only.
23
l)
33 kV Switchyard
The Switchyard improvement needs to be taken care of including change of
transformer, if not filled with mineral oil. As there was no certainty of power
availability from the Grid, this aspect shall be reviewed further during
implementation stage. However, total refurbishing of switchyard components
as required for its further use.
1.10 Water Supply, Treatment & Distribution
Total water demand for the Mill and colony for production of 200 TPD t
would be achieved after proposed revival and upgradation activity, is
estimated to be 25 MLD. Out of this, potable water demand for Mill and
township would be about 350 m3/day. As the river intake pumps, water
treatment plant and distribution system have adequate capacity, no
additional equipment would be required if the existing plant is thoroughly
reconditioned and all original equipment are placed in their respective
positions. However, construction of a 2(m) high weir would be necessary
across the river to ensure required water supply to the Mill.
Make up demineralised water requirement for boiler after capacity
augmentation of the Mill would be about 58 m 3/hr which can be catered
from the existing DM Plant. Existing two chains of pressure filter, cation
exchanger and anion exchanger along with one mixed bed exchanger will
be able to meet the future make up water requirement of boiler. Third chain
will remain as regeneration standby. However, filter media, ion exchange
resins and pipelines should be completely replaced by fresh stock and the
plant thoroughly reconditioned to achieve desired quality and quantity of
water.
1.11
Effluent Treatment & Disposal
The total effluent generation in the Mill after capacity augmentation would
be about 23 MLD. Pollution load of this effluent is expected to be lower than
present system as elemental chlorine free bleaching is envisaged in
upgradation plan. Existing plant has adequate capacity and will be capable
of treating combined effluent after proposed upgradation.
1.12
Process Control & Automation
The overall instrumentation and control systems of the Mill are of out-dated
pneumatic design. These items need to be totally discarded for replacement
with state-of-the-art micro-processor based Distributed Control System (DCS)
The complete process operations in an integrated Pulp & Paper Mill requiring
monitoring and control of different variables duly merit consideration for
adoption of latest generation control systems with supporting hardware.
Distributed Control System (DCS) will integrate various Closed Loop Control
Sub-System (CLCS), Open Loop Control Sub-System (OLCS) and Monitoring
& Information Sub-System (MIS) for the entire plant including monitoring of various
offsite systems.
24
1.13 Infrastructure Facilities
a) Non-Plant Buildings
With the execution of the repair/ maintenance work described therein the
condition of the non-plant buildings would be suitable for use during the
proposed revival and upgradation plan of the Mill. The sizes of the existing
non-plant buildings seems to be adequate for operation of the plant under the
revamping scheme.
b) Offsite Facilities
 Roads
With the completion of construction of National Highway (NH-61), the Mill will
have the improved approach road from NH-37. However, there is a bridge
enroute which does not meet the ‘AA’ classification. The inplant roads which
are presently damaged are to be augmented for smooth movement of
material and personnel. Necessary development of berm, drainage system,
street lighting are to be taken up simultaneously. Necessary repair work on
the township roads proposed and to be taken up immediately.
 Railways
The broad guage rail track from Amguri R.S. has been extended upto Tuli
R.S. It is proposed to lay one more rail track for full rake load at Tuli R.S.
with a cover storage facility. Adequate space is available at the existing yard
at Tuli R.S. for developing the storage facility. The approach road from NH61 upto Tuli R.S need to be metalled for facilitating road traffic movement.

Water
Adequate raw water would be available throughout the year from Melak river
with the construction of approx. 2 M high weir on the river at the downstream
of the intake point. It is important to mention that the concerned State
Government authority may not sanction drawal of the river water from the
upstream to any major consumer before catering to the need of the Mill.
Necessary overhauling and reconditioning of the equipment in the intake
pump house and the water treatment area is proposed for re-commissioning
of the plant.

Power
Since the existing grid supply is not reliable it is proposed to have a selfsufficient power generation plant within the Mill area for supply of power to
the Mill as well as township. Hence a new turbo-generator set is proposed to
be added to the power generation system of the Mill.

Township
The number of existing residential and non-residential building and other
infrastructural facilities in the township are adequate for the plant. However,
it will be necessary to undertake the repair work of these houses prior to the
main project work to accommodate the project people and constructional
personnel to be located at the project site.
25
1.14
Plant Layout & Plot Plan
The proposed new plants/ equipment can be located within the existing
buildings/ facilities except for the following:




Extension of the bamboo washing facility at the upstream of the bamboo
chip preparation plant.
Extension / Modification of Pulp Mill Building for installation of new
digesters, washers, bleach towers, etc.
Extension of Boiler House for installation of new boilers.
Extension of Power House facility for a self-sufficient captive power
generation plant.
Bamboo Washing Flume
The existing three(3) bamboo washing flumes are proposed to be
demolished and a new set of seven(7) nos. washing flume of bigger size
are to be installed for seven(7) bamboo chippers. The approximate size of
each flume has been estimated as 6 m x 3 m.
Pulp Mill
The existing Pulp Mill Building will be suitably extended/ modified to
accommodate new digesters, blow tank, washers, tankages, towers,
heaters, mixers, pumps, etc.
Boiler House
The existing Boiler House is proposed to be extended on northern and
eastern side to accommodate the new coal fired boilers. The size of the
boiler house will approximately be 45 M X 30 M.
TG Building
The location of the new TG building has been proposed on the eastern
side of the existing turbo-alternator house where adequate space is
available for the proposed facility. The size of the proposed TG building
will approximately be 23 m X 18 m with two(2) floors.
The existing stores/ godown/ warehouse facilities are adequate for the
production of the Mill after implementation of the revival scheme. These
existing facilities will be tilized after necessary repair/ renovation work
1.15
Civil & Structural Works

Present Condition
As mentioned earlier, NPPC Mill at Tuli was constructed more than two
decades ago and the existing facilities including plant/ non-plant buildings,
superstructures, in-plant roads and drainage system, plant boundary,
approach road and the township remained almost unattended so far as
repair/ maintenance / upkeep are concerned. Mill has completely stopped
operation since more than last ten years. Over and above of this, there
was a huge earthquake in the region in 1988, which has aggravated the
deplorable conditions of some of these items.
26
Based on limited visual inspection and observing the apparent physical
conditions of various plant buildings and structures as well as in
consideration with the soil condition/ climatological information, the study
on civil and structural works have been carried out on preliminary basis.
It would not be out of place to mention that some of the existing buildings
and structures have been damaged due to seismic shocks over the years.
Hence it is recommended to arrange for Non-Destructive Testing for
Remaining Life Assessment of those buildings and present status of
strength and properties of the structures. Following Non-Destructive
Testing may be undertaken:
 Ultra sonography of concrete structures
 Impact Hammer test of concrete structures
 Core sampling and testing of concrete structures
 Depth of carbonation testing for concrete structures
 Reinforcement cover checking by cover meters.
These tests may be carried out by Technical Institutions like IIT,
Guwahati, Jorhat Engineering College, Assam Engineering College or any
other competent agencies in this field.
1.16 Climatological Details
The nearest climatological station of Indian Meteorological Department
(IMD) from the Project site is located at Sibsagar. The major climatological
parameters are as follows:
 Maxm. Dry Bulb Temperature
32.1OC
 Minm. Temperature
10.2OC
 Annual Rein fall
2323.5 mm
 Heaviest Rainfall in 24 hours
305.0 mm
 Humidity
67%
 Maxm. Wind Speed
3.8 kmph
 Predominant Wind Direction
From North – East
The Mill is located at Seismic Zone – V as per IS-1893.
1.17 Drainage
Being located in hilly terrain well above the highest flood level, the
catchments automatically flows down to the foot hills draining to the
nearby streams. Due to lack of maintenance and regular cleaning of
drains within the plant and the township, damages of the road and others
were noticed. During revamping of the plant, the original drainage scheme
has to be restored so that these damages are contained.
1.18 Access
The site is connected to the NH-37 by the newly converted NH-61 which is
being constructed as per ‘AA’ classification. However, there is a bridge
enroute which falls short of the above classification. NH-61 gazes past the
plant site and metalling of a small portion is only left. It was learnt that
27
during original plant construction the equipment were transported by road.
During operation also all the raw materials including bamboo, chemicals
and finished product used to be moved by road. Further improvement of
road network is essential to facilitate road transportation - an workable
mode of material movement to meet the requirement of the plant.
In-plant Road
The in-plant roads were also not maintained for past ten years and require
massive repair and maintenance. There is nearly 3 km of in-plant road of
3.5 m and 5 m widths. These roads shall have to be augmented to meet
the requirement of movement of men and materials. The roadside berm,
drains and street lighting have to be redeveloped concurrently.
Township Roads
The road infrastructure inside the township spreading over 8 km of 5 m
width require extensive repair and relaying work. The township being
located at different levels of the hills, drainage along the road route has to
be planned to avoid erosion. Deep erosion marks were noticed along the
hilly roads which require adequate development to ensure road safety.
1.19
Township
Most of the residential and non-residential buildings require immediate
repair/ maintenance. Many of the houses are also lying vacant. It would be
necessary to undertake the repair works of those houses to be used for
accommodating Mill operating personnel on minimum need basis.
1.20
Construction Materials and Labourer
Major works involved in civil and structural front are strengthening/ repair/
replacement of damaged/-eroded sections of some of the plant and nonplant buildings as well as existing structures. Construction of new plant
building would be required mainly for Chipper house, Digester, Boiler and
TG buildings, Recovery Boiler etc. Some of the existing steel structures
shall be replaced/ strengthened depending upon the present physical
condition.
Various construction materials required like sand, stone chips, reinforcing
steel, corrugated asbestos-cement sheets, structural steel and cement will
mostly have to be brought from neighbouring states. Though unskilled
labourer is locally available, some of the skilled/semi-skilled labourers may
have to be provided from other States.
1.21
Transportation
The Mill has adequate road connection from NH-37 by the newly converted
NH-61. There is a broad gauge railway connection from Guwahati as well
as Dibrugarh up to Tuli R.S. It has been proposed hereinbefore that one
28
more rail track for full rake load has to be developed at Tuli R.S with a
covered storage facility. It is also be necessary to construct an approach
road from NH-61 up to Tuli R.S to facilitate transportation of materials. The
mode of movement of materials from and to the Mill site has been
presented below:
Material
Mode of Transport
Fibrous Raw Materials
By Road
Chemicals
By rail upto Tuli R.S. and by Road from Tuli R.S.
upto Mill site alternatively by road
Fuels (Coal/ Furnace oil)
-do-
Finished Products
Mostly by road upto Tuli R.S. and thereafter by
Rail/ small amount by road
Construction Material
Partly by Rail and balance by Road
Equipment
-do-
1.22 Equipment Selection
The technology and equipment selections are based on the utilization of
appropriate, modern technology and new equipment from reputable suppliers. In some
cases, the technologies utilized are proprietary and no alternative supplier is
available.
For the balance of the equipment required, representative suppliers or specifications
have been used for this report. Final evaluation of the equipment requirements and
suppliers will be required, dependent on the results of detail design and firm price
quotations for specific work scope.
As a government enterprise, NPPC will go for procurement of plant & equipment
through competitive bidding process. NPPC may also consider the MoU route as
well as proprietary sourcing based on specific reasons. The DPR envisages that
the latest technology equipment will be utilized
1.23 Project implementation Schedule – 24 MONTHS
Mile stones for Project Execution are shown below. The project milestone schedule
has been divided into 8 major activities of the project. 24 months is provided for the
project implementation from the date of appointment of Project Management
Consultant .The PMC consultant will be required to submit a schedule indicating the
PROJECT CRITICAL PATH ANALYSIS AND PERT CHART
29
MILE STONES FOR PROJECT EXECUTION

Project
Start
Zero Date (Date
of Issuing LOI)

Detailed Technical Audit incl. Inspections & 3rd. to 7th. Month
studies (RLA)

Finalisation of Basic Engineering

Finalisation of Contracts for long delivery 4th.
to
equipment / systems (incl. Major retrofits)
Month
10th.

Site
and
infrastructure
demolition of boilers etc.
12th.

Repair / upgradation of existing structures 11th.
and new civil / structural works
Month

Erection works (incl. Repair / upgradation 6th. to 19th Month
of existing systems, missing items etc.)

Trial Runs (section wise)
20th.
Month
to
21st

Commissioning
22nd
Month
to
24th
3rd. to 8th. Month
development/ 3rd.
to
Month
to
19th.
The Project Schedule presents below is an estimate of the overall project timing
and the timing for all major project activities. The Bidder is required to indicate a
tentative schedule of implementation of the schemes attaching priorities for deriving
the benefits of investment in a phased manner.
30
PROJECT SCHEDULE
Sl.
No.
A
Activities
1
2
3
4
5
6
7
8
9
10
11
Months
12 13
14
15
16
17
18
19
20
21
22
23
24
No. of
Months
Date of Issue of LOI (Zero Date)
(M)
(B)
B
Detailed Inspection, Testing & RLA
6
C
Basic Engineering
4
D
Procurement
Major Equipment / Systems ( Incl
1 retrofit)
(1)
(2)
7
2 Auxiliaries
8
Repair & Overhauling of Existing
3 Equipment
8
E
Detail Engineering
12
F
Manufacture & Delivery
14
G
Construction & Erection
1 Civil & Structural
9
2 Mechanical & Piping
7
3 Electrical & Instrumentation
4
4 Site and Infrastructural Development
8
(3)
I
Start up & Commissioning
LEGEND :(1) - Power Boiler & TG Ordering
(2) - Recovery Boiler & Pulp Mill Ordering
(4)
4
(3) - Utilities
(4) - Process Plants
(M) - Major
(B) - Balance
1.24
Capital Cost
General
The estimated capital investment.
(In Lakhs).



Land Development
Civil & Structural Works
Plant & Machinery
Rs 320
Rs 2500
Rs 36671
Basis of Estimates
The plant capital cost estimates has been made in accordance with the mill
configuration and processes described in the DPR.
No allowance has been made in the estimates for the cost of acquisition of
property since the work does not extend outside existing mill property boundaries.
Estimates for domestic material are based on the use of Indian made equipment
wherever available as appropriate technology of acceptable quality, except when
imported equipment is judged to be available at a lower cost.
SECTION – II
2.0
Scope of Project Management Consultancy (PMC) Service


2.1
All activities for the successful completion and commissioning of the mill as
detailed in the DPR as described in section I are deemed to be incorporated in
the scope of the services of the PMC albeit not specifically mentioned in this
document. DPR will be the sole guidelines and essence of the revival and
upgradation scheme of NPPC as far as the mill revival and upgradation plan,
capital cost of the project and project implementation schedule are concerned.
The total mill revival and upgradation programme are divided into six LSTK
modules and the major schemes covered in them are as given below:
LSTK Modules:
A: Paper Machine Package







Cleaning, Overhauling/ replacing damaged parts/retrofitting and upgradation of
MF machine.
Cleaning, Overhauling/ replacing damaged parts and retrofitting of MG machine.
New DC’s and QCS’s Control system for MF & MG machine.
New 3-stage Cleaners
Fiber recovery and broke handling system to be up graded
New A4 cut size machine with automatic packing machine
Overhauling and retrofitting of equipments in F.H and PWH
B: Pulping and ECF bleaching












New Raw Material Ha ndling System
New Chippers , Screens, Re- Chippers and feed conveyor system.
New digester with liquor pre-heater & L.C pump.
New blow tank)
New washing plant
New deknotting & Screening plant
Repair/retrofit/overhauling of existing Blow Heat Recovery(BHR) system.
New BHR Plant for new digesters.
New Oxygen Delignfication plant
New ECF Bleaching plant
New O2 plant
New ClO2 Plant.
C: Evaporator & Caustcizing Plant




Over hauling/ repair of existing evaporator
New FFFF Evaporator
Over hauling/ repair of existing Caustcizing Plant
New causticizing plant
D: Steam & power, Recovery boiler
33



One No Soda Recovery Boiler
New Power Boilers
New TG
E: Civil Package





Repair/ strengthening/ upgradation of existing plant and non-plant buildings
Repair and upgradtion of Township buildings, roads
Finalization of site location & building sizes for new equipments and plant etc.
Site Development, Construction of new buildings, storage tanks, ware houses,
equipment foundations
Associated Architectural works.
F: Dismantling/Disposal of old equipments and Site clearance


2.2



2.3
Dismantling of plant, valuation of plant & Machinery and its disposal
Site clearance
Engineering Procurement Construction Modules (EPC)
Repair/overhauling of items not covered in LSTK contracts
BoP items
Plant & Yard power distribution & Lighting, other site facilities, air/water supply
distribution system.
The PMC consultant shall endeavour to ensure that the number of LSTK and EPC
contracts is as less as possible. NPPC intents to consolidate the items shown
under LSTK/EPC areas to the possible extent to ensure better co-ordination and
timely completion of the project. The Civil construction package is proposed to
entrusted to a single resourceful agency.
It may be required that certain items falling under the LSTK areas are to be
executed on EPC basis due to lack of proper response or otherwise. The PMC
consultant shall be required to carry out such works within the offered scope and
cost.
2.4
The Scope of the PMC Services for LSTK modules shall include but not
limited to the following:
Finalization of process philosophy, basic engineering for process packages,
activities connected with LSTK tender document preparation with detailed
specifications, detailed engineering services for the civil construction & balance of
plant jobs, assistance in tender evaluation & contract finalization including
preparation of draft contract/work orders, quality assurance & inspection services,
construction management, project co-ordination, project review, start up
management, pre-commissioning & commissioning management and assistance in
the conduct of the performance guarantee runs. PMC, in its integrated project
management, which would have cross-functional implications, shall cover the entire
gamut of services from concept to commissioning, which shall include but not
necessarily limited to the following:
2.5
Finalization of Process Philosophy
34
Consultant shall independently evaluate/re - assess the process configuration,
capacities and other operational assumptions outlined in the DPR with a view on
optimizing the resources and/or realizing the envisaged operational parameters,
production & quality levels within the budgeted costs. This evaluation shall be done
in consultation/concurrence with NPPC in order to ensure that the exercise do not
lead to wide deviations from the conceptual fundamentals, broad operational
objectives and the budgeted investment costs. Variance, if any, from the DPR,
which are found to be necessary for accomplishing the project objective, shall be
substantiated.
i.
Environment friendliness and energy efficiency shall form part of the primary criteria
for the choice of technologies. On both these counts, focus should be on to
incorporate the best practices in the global industry and also to meet the present
and the forthcoming mandatory requirements. The international benchmarks in
energy efficiency and the requirements of various environment control regulations
imposed by statutes shall be indicated against the proposed technologies.
ii.
The derived process philosophy with accounts of the capacities and general
specifications of each process units in each plant and its auxiliaries, quality levels of
the final output from each plants and technologies to be adopted shall be finalized,
after obtaining approval from NPPC.
iii.
An indicative process flowchart of each individual plant shall be represented in
block diagram format. Also, a process flow chart in block diagram format for the
total facility including the existing and the proposed one shall be made indicating
the inter-linkages and areas of integration.
iv.
The consultant shall indicate the appropriate furnish mix for the targeted quality
requirements of the end products in each process package.
v.
The existing facilities, its physical conditions and requirement of repair/replacement
will have to be assessed and detailed engineering services for restoring the same
and integrating them with new facilities.
2.6
Basic Engineering for Process Packages
All the basic engineering details required for each plant in the DPR schemes/areas
shall be the scope of the consultant, which shall include but not necessarily limited
to the following:
Process

Layout drawings based on relative disposition of major equipments
considered in the process. Drawings shall be based on typical equipment
dimensions.

Preparation of flow sheets indicating the basic process parameters viz,
flow rates, pressure, temperature, consistency etc.

Consumption figures and balance calculations for raw materials, water,
steam, power and chemicals.

Preparation of utility diagrams for compressed air, water and steam.
35

Dimensioning and design capacities of storage tanks, process vessels
etc.

Specifications of plant, equipments, pipes, fittings and other accessories.

Mechanical design basis with codes and material specifications.

The process engineering shall be sufficient enough to be included as
tender details of process, which shall form part of the tender
specifications for the LSTK contract wherever stipulated..

The consultant shall submit the process design basis with design margins
and considerations.
Electrical System

Single line diagram for power distribution plan and selection of
transformer sites.

Specifications for motors, power distribution equipments, variable speed
drives, motor control centers and electrical control systems.

Preparation of layout drawings for electrical equipments and distribution
network.

Preparation of control & schematic drawings (HT&LT) and schedules
incorporating all relevant safety, protective and metering requirements.

Designing the electrical control logics with details about the supervisory
system.

Specimen layout drawings for electrical rooms viz, transformer rooms,
MCC and other electrical panel rooms. Scheme for plant ventilation and
air conditioning for all control rooms shall also be furnished.

Scheme for lightning protection system.

Earthing layout and its specifications.

Illumination levels required (lux levels) and specification for the lighting
system.

Specification and rating for supporting systems like UPS.

Cable specifications (HT&LT).

Preparation of detailed specification of all the electrical systems
conforming to relevant standards and norms stipulated by Central
Electricity Authority.
36

Preparation of electrical engineering drawings for submission to the
Central Electricity Authority for items not covered in the LSTK packages
including Balance of Plant Electricals (BoP).

The electrical system engineering shall be sufficient enough to be
included as tender details of electrical system, which shall form part of the
tender specifications for the LSTK contract.
Instrumentation and Process Control Systems

Define the scope and degree of automation required.

Define/evolve an engineering design basis for all types of instrumentation
and control systems.


P&I diagram indicating all the instruments and controls.
Preparation of specification for instruments and control philosophy for all
the control schemes. Detailed Specifications for DCS and/ or PLC.

Control room layout.

Operational & safety interlocks/logic diagrams/instrument loop sketches.

The Instrumentation and control system engineering shall be sufficient
enough to be included as tender details of Instrumentation and control,
which shall form part of the tender specifications for the LSTK contract.
The consultant shall develop comprehensive basic engineering details for each
envisaged process packages under the LSTK modules. The engineering details
shall be adequate enough and self contained to invite and generate competitive
and competent LSTK bids for the stipulated process packages.
Comprehensiveness and microscopic detailing to the extent possible at this stage
of engineering shall be considered to facilitate minimization of subsequent
monitoring work and to steer clear of the possibility of time and cost overrun during
the implementation phase. Sufficient detailing shall avoid any changes in the scope
and the conditions in the LSTK order at a later stage. Wherever LSTK approach is
not feasible, the details to be furnished shall ensure proper selection of equipment
and accessories ensuring best available technology and price competitiveness.
Furnish the basic engineering design basis and design features to NPPC for its
consideration. Basic engineering design shall also take into account of various
statutory requirements/standards as applicable in the country/state. Consultant
shall also provide the design formulae and computation details to NPPC as part of
the design basis document.
2.7
Detailed Engineering for Civil Construction jobs
All the detailed engineering details required for the civil construction jobs for the
process packages, additional facilities required in the existing plants and for other
infrastructure necessities shall be the scope of the consultant, which shall include
but not necessarily limited to the following:
i.
Finalization of site location & building sizes for each individual process
package and its auxiliaries including warehouses and storage areas.
37
ii.
Fixation of levels with respect to the existing plant buildings.
iii.
Preparation of final grading plan to establish elevations of all structures,
buildings, paved areas, integrated services and approach roads, siding etc.
based on basic information supplied by NPPC.
iv.
Design criteria for civil and structural and codes for buildings and
foundations.
v.
Preparation of complete designs, drawings, specifications for all concrete
foundation for buildings, tanks, equipment structures, etc based on
foundation soil characteristics determined from site borings and tests
arranged by NPPC.
vi.
Preparation of complete detailed design (structural and architectural) and
preparation of construction drawings of concrete buildings including super
structures, walls, walkways, floors, roof, chests, equipment foundation,
anchor bolt settings floor openings etc.
vii.
Detailed engineering for all civil, structural and architectural works.
viii.
Design and preparation of structural steel frame drawings including but not
necessarily limited for roof trusses, wind bracing, platform & access
stairways, crane and gantry framing etc, from the basic loading indicated in
engineering data and loading details furnished by machinery suppliers and
also in accordance with the relevant Indian standards.
ix.
Preparation of complete design drawings (structural and architectural) and
outline detail drawings, specifications and bill of material for procurement
and erection of all fabricated structural steel and miscellaneous steel of
stairs, ladders, walkways etc
x.
Preparation of bills of materials for all materials required for the
Project/schemes to review and update them periodically till the completion of
all procurement.
xi.
Design and preparation of all reinforced concrete details, drawings with
specifications including but not necessarily limited for RCC buildings, floor
drains, slab joints, pedestals including bar bending schedules for important
structures in conformity with relevant Indian standards.
xii.
Preparation of schedule of items for civil, structural steel and finishing works
showing the quantities for each item of work in each process package for
including the same in the tender document for engaging the civil
contractor(s).
xiii.
Preparation of bill of quantities for reinforcement steel and structural steel,
cement etc, - section wise - for different works in each process package for
timely procurement.
38
xiv.
Preparation of fabrication drawings including bill of quantities of the structural
steel items for each process package.
xv.
Consultant shall establish the technical requirements/standards for all types
of civil engineering raw materials/inputs like aggregate, cement, steel and
other materials. The sampling/ testing procedure shall also be established.
While formulating standards, suitability of local materials available in the
region should be considered.
xvi.
Specify design features taking due care of stipulations of various statutory
bodies in respect of compliance regarding safety and other norms.
xvii.
Preparation of reinforcing bar bending schedules for important structures
Preparation of all the construction specifications, standards, schedules
and tender papers for all construction aspects including but not limited to:
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
Earth work and piling.
Civil construction work including concrete chests and tanks,
buildings, foundations, railway siding, paved areas, integrated
services, drainages etc.
Erection of structures.
Erection of equipment, tanks and auxiliaries.
Erection of all mechanical, electrical, instruments & control and
other miscellaneous system within the plant.
Insulation.
Painting.
Steel fabrication works.
Assessing the condition of existing building structures, plant
structures, pipe supports, equipment supports, and for
dismantling the corroded structures and replacing with new
structures.
Miscellaneous R.C.C. Works.
xviii.
The consultant shall identify the requirement, if necessary and provide
detailed engineering services for the re-location/demolition of existing
buildings/facilities etc, which are necessary to facilitate the implementation of
the revival Schemes and to ensure the smooth/streamlined operation of the
combined facility (existing & proposed ones). The suggestions/
considerations of NPPC shall be taken into account in this regard.
xix.
Preparation of evaluation report of technical merits and demerits of tender
offer (Financial and Commercial evaluation will be done by NPPC).
Preparation of the technical portion of the letter of intent and / or purchase
order to be released by NPPC. This shall incorporate the scope of supply of
the supplier, technical specification of the equipment, performance
guarantee and site test procedures if required
xx.
Review and approval of fabrication drawings of the contractors for steel
structures, miscellaneous steel, anchors, platforms, equipment supports,
pipe bridges, tube racks, conveyor structures and other related structures
xxi.
Preparation of detail design and working drawings for improvements in plant
effluent collection, treatment and disposal as per DPR.
39
xxii.
2.8
The consultant shall identify the plant and equipment for disposal and
valuation to be fixed with the help of certified valuear so that NPPC will get
maximum returns from the sales. The disposal activities should be as per the
laid down procedures of HPC/ NPPC.
Tender Document Preparation Services
Defining the qualifying criteria and other requirements for short-listing prospective
LSTK contractors who are capable/equipped to execute the schemes successfully,
through a pre-qualification exercise. Consultant shall also assist NPPC in the prequalification of the civil contractor(s) for executing the civil construction package.
Preparing the tender documents for engaging the LSTK agency for each of the
schemes and for the civil construction package(s) by providing the detailed
specifications.
Preparation of schedule of items and its specifications as per the relevant Indian
standards/codes and corresponding unit rates prevailing in the region for the civil
construction jobs pertaining to stipulated LSTK schemes and other facilities
required for the completion of the revival of the mill.
The consultant shall define and incorporate in the tender, the battery limits for each
of the process packages with clear depiction of the hook up points and minute
detailing about the starting and ending facilities in each scheme wherever LSTK is
stipulated. Also, the battery limits for site utility services like air, water, steam and
other general common services viz, communication systems, safety systems and
fire protection systems shall be demarcated and included in the tender. Facilities for
solid waste disposal/effluent discharge/drainage etc, for each process package
shall also be considered and included in the tender document.
The quality assurance plans and quality control procedures scheduled to be
practiced in all the project proceedings viz, purchasing, inspection / testing,
construction / installation, commissioning etc, by each of the LSTK agency and/or
their sub agency/vendors and by the civil contractor(s) shall be laid down clearly in
the tender document with the scope of variance and also the course of action for
implementing the corrective actions in a time bound manner.
Assist NPPC in short listing/specifying the vendors (National and International) for
the procurement of bought out items/materials/ equipments by the LSTK agency as
part of quality assurance.
The basic engineering design basis formulated by the consultant (Section 2.5) shall
form part of the LSTK tender document to enable subsequent detailed engineering
by the LSTK contractor(s). This design basis shall be framed to ensure uniformity,
completeness and consistency in the detailed engineering and procurement done
by the LSTK contractor for a particular process package and also ensure the same
across all the process packages. The process design basis shall also form part of
the tender document.
Consultant shall formulate the tender details in such a way that standardization of
codes/standards/specifications/practices is adopted in engineering and
procurement of various equipments/electrical systems/ instruments/ controls/pipes/
40
fittings etc, in all the process packages by the LSTK contractor(s) to ensure good
quality, to minimize variety and inventory of spares and also to make sure that ease
in maintenance/operation/control is realized in subsequent plant operational
phases.
The execution philosophy to be adopted by the LSTK agencies and the civil
contractor(s) shall be provided by the consultant for inclusion in the tender
document.
A project implementation schedule shall be prepared with critical paths clearly
indicated for incorporation in the tender document for each scheme/area.
Prepare/Assist NPPC in formulating the commercial conditions including general
and special conditions of contract with regard to ensuring the quality/ timely delivery
of the work/job as per the technical specifications/requirements stipulated in the
tender document. The commercial specifics and guarantee provisions would have
linkages with the payment terms.
The tender specifications shall also take into consideration of the statutory
requirements/standards/regulations as applicable to India/State viz, stipulations by
the Nagaland State Pollution Control Board (NPCB), the Ministry of Environment
and Forest, GoI, Factories Act, Indian Boiler Act, requirement of Chief Controller of
explosives, norms of Central Electricity Authority etc. The consultant shall also bear
in mind the international standards pertinent to safety, pollution and environment
control considering effluents & solid waste, atmospheric emissions, noise control
etc while preparing the tender specifications.
The tender shall specify the criteria/norms for initial and final acceptance of the
plants by NPPC after the commissioning and the performance guarantee runs,
respectively.
2.9
Bid Evaluation Services
Assist NPPC in pre-bid conference(s), with the EPC/LSTK agencies /vendors and
civil contractor(s) and in issuing clarifications/addenda, if required to the bidders.
Consultant shall participate in the technical discussions, whenever required with
various bidders.
Specify the criteria for bid evaluation and assist NPPC in the bid evaluation process
in all aspects such as technical, financial, contractual/commercial, legal matters etc.
The bid evaluation format shall be submitted prior to the bid evaluation process.
The consultant shall also assist the techno-commercial team of NPPC in preparing
the bid evaluation report.
Preparation of draft purchase order(s)/work orders for awarding the contract(s).
2.10
EPC MODULES AND OTHER BALANCE OF PLANT WORK:
General:
The Consultant’s responsibilities shall be to render all necessary engineering
services, technical assistance and guidance, construction and erection supervision
required to complete and commission the stipulated schemes for achieving the
overall objective of the mill revival plan. Their services will mainly come under two
heads such as (A) Basic & Detailed Engineering Services, (B) Assistance in
41
Construction and Erection Supervision Services. The Consultant shall arrange to
render all the required engineering services to complete the Projects. During
rendering the detail engineering services further explained herein below, the
Consultant will also have to render retrofitting Basic Engineering Services for the
items mentioned in the DPR for refurbishment activities. These Basic Engineering
Services shall be deemed to have been included in the Detailed Engineering
Services including Basic Engineering for EPC Modules and balance of plant works
in the scope of services PMC.
2.11 Scope of Basic & Detailed Engineering Services
The Consultant shall render or otherwise make available to NPPC all such basic
detailed engineering services as mentioned hereinafter. The following list given
only an indication of services required from the Consultant but any other
engineering services required but not in the list for the implementation of the
project/schemes in the best possible manner and within time schedule will also be
deemed to be within the Consultant’s scope of work.
The existing facilities, its physical conditions and requirement of repair/replacement
will have to be assessed and detail engineering services for restoring the same and
integrating them with new facilities.
Mechanical Engineering Services
i.
Preparation of flow diagrams and P&I diagrams for all system,
modified from time to time, based on DPR and data from NPPC.
ii.
Preparation of detailed plant layout drawings, equipment installation
drawings and off-site facilities as modified from time to time during the
detailed engineering phase.
iii.
Preparation of design criteria & tender specifications for all
mechanical equipment. This includes all machineries, accessories
and other proprietary items required for the completion of the project/
schemes.
iv.
Preparation of evaluation report of technical merits and demerits of
tender offers (Financial & Commercial evaluation will be done by
NPPC). Preparation of the technical portion of the letter of intent
and/or purchase order to be released by NPPC. This shall incorporate
the scope of supply of the supplier, technical specification of the
equipment, performance guarantee and site test procedures if
required.
v.
Review and approval of various suppliers’ drawings/ documents.
vi.
Preparation of all bills of material.
vii.
Preparation of drive list.
viii.
Preparation of equipment list.
Electrical Engineering Services
42
i.
Preparation of final sub-station and other electrical equipment
arrangement drawings.
ii.
Preparation of MCC/Switch gear control schematics, based on DPR
and basic data from NPPC.
iii.
Preparation of plant H.T. & L.T cable layouts, standards and cable
schedules.
iv.
Electrical distribution system, final single lien diagram showing
location, size, grouping and arrangements of various components of
power centers.
v.
Short circuit calculation and fault protection design.
vi.
Preparation of all interconnection diagrams/chart, logic diagram and
schematic wiring diagrams.
vii.
Preparation of design criteria and tender specifications for all
electrical equipment . All machineries, accessories and other
proprietary items as required for the completion of the
project/schemes shall be included.
viii.
Preparation of evaluation report of technical merits and demerits of
tender offer (Financial and Commercial evaluation will be done by
NPPC). Preparation of the technical portion of the letter of intent
and/or purchase order to be released by NPPC. This shall incorporate
the scope of supply of the supplier, technical specification of the
equipment, performance guarantee and site tests procedures if
required.
ix.
Review and approval of various supplier’s drawings / documents.
x.
Preparation of specifications, design and drawings for installation of
site generated power system including emergency and stand-by
diesel generation and battery power.
xi.
Preparation of detailed equipment list.
xii.
Preparation of MCC / Switch gear list.
xiii.
Establishing grounding plan.
xiv.
Planning and designing various safety measures, like shock treatment
chart, danger boards, etc.
Civil Engineering Services
As already covered under Section 2.7
Instrument and Control Engineering Services
i.
Preparation of instrumentation and control schemes.
43
ii.
Preparation of logic diagrams/block diagram for all control groups.
iii.
Preparation of control loop diagrams.
iv.
Preparation of tender specification for all indicating, recording and
control instruments including DCS/PLCs as required for efficient
operation of the plants.
v.
Preparation of evaluation report for technical merits and demerits of
the tender offers (commercial and financial tender evaluation will be
done by NPPC). Preparation of the technical portion of the letter of
intent and / or purchase order to be released by NPPC. This shall
incorporate the scope of supply of the supplier, technical specification
of the equipment, performance guarantee and site test procedures if
required.
vi.
Selection criteria, sizing and specification for control valves.
vii.
Technical evaluation of control valve tenders.
viii.
Preparation of control room layout, control desk and all panel
instrument layout complete with mimic diagrams.
ix.
Preparation of local control panel layouts.
x.
Design and preparation of detail drawings for miscellaneous panels.
xi.
Review and approval of various supplier’s drawings/documents.
xii.
Preparation of instrument standards and instrumentation detail
standards for mounting.
xiii.
Preparation of instrument mounting location drawing.
xiv.
Preparation of instrumentation power distribution schemes complete
with interconnection diagrams/ chart.
xv.
Preparation of pneumatic control and interlock scheme complete with
pneumatic line layout.
xvi.
Preparation of control cable layout, cable standard and cable
schedule.
xvii.
Preparation of master instrument list.
xviii.
Preparation of bills of material for all instrumentation, tubing, fittings
and appurtenances, etc.
Miscellaneous System Engineering Services
i.
Detail design, layout drawings, and specifications for ventilation
systems.
44
ii.
Detail design, layout drawings, and specifications for air conditioning
systems.
iii.
Detail design, layout drawings, specification for fire protection
systems as per the relevant code, wherever required for the new
schemes.
iv.
Detail design, layout drawings, specifications for water distribution
systems, with the new facilities.
v.
Detail design, layout drawings, specifications for compressed air
system, with the new facilities.
vi.
Preparation of working drawings for all project piping in sufficient
details for installation of all piping, fittings, supports, hangers, valves
and specialties.
vii.
Isometric drawings complete with detail calculation and documents as
required by IBR for their approval, for the new facilities.
viii.
Piping selection, standard and bills of material.
ix.
Flexibility analysis of high temperature, piping system including
hanger and support. Seismic analysis and consideration of special
fixture if any required for important piping systems.
x.
Preparation of detail tender specification for pipes, fittings, valves and
specialties, hangers, supports etc.
xi.
Preparation of complete bills of material.
xii.
Preparation of hanger support standards.
xiii.
Detail design, standard and specification for thermal insulations
including application procedure.
xiv.
Preparation of paint schedule and specification.
xv.
Detail design, standard, drawings and specifications for plant lighting
including yard lighting for the new facilities.
xvi.
Detail design, standard, drawings and specifications for plant lightning
protection for equipment, tanks, buildings etc. as per applicable
standards.
xvii.
Preparation of design, specification and detail drawings of chutes,
bins, hoppers, access platform etc. not provided as part of the
purchased process equipments.
xviii.
Preparation of specifications and design drawings for fabrication and
construction of tanks and pressure vessels.
xix.
Preparation of system design, material balance and detailed drawings
for supply and distribution of chemicals, stock, water steam,
45
condensate, air, gas etc., and similar other system required for the
Project, based on the DPR and details available from NPPC.
2.12
xx.
Preparation of evaluation report for technical merits and demerits of
the tender offers (commercial and financial tender evaluation will be
done by NPPC). Preparation of the technical portion of the letter of
intent and / or purchase order to be released by NPPC. This shall
incorporate the scope of supply of the supplier, technical specification
of the equipment, performance guarantee and site test procedures if
required.
xxi.
Preparation of system design and detail drawings of earthing network
of entire mill with the added facilities as per Indian Electricity rules and
standard.
xxii.
Review of quotations and preparation of recommendation for
procurement for all plant and machineries.
xxiii.
Rendering all required services to obtain approvals from IBR,
explosive authorities, electrical inspectorate, factory inspectorate etc.
Actual approval will be obtained by NPPC.
xxiv.
Preparation of acceptance criteria for all plant and equipments.
xxv.
Preparation of equipment erection specification for plant and
machineries and preparation of evaluation report of technical merits
and demerits of the above tender offers (Financial and Commercial
evaluation will be done by NPPC). Preparation of the technical
specification of the letter of intent and / or purchase order to be
released by NPPC. This shall incorporate the scope of supply of the
supplier, technical specification performance guarantee and site test
procedures if required.
xxvi.
Preparation of pre-commissioning check list.
xxvii.
Preparation of plant operation manuals, integrating individual
schemes.
Cost Estimating Services
i.
Preparation of detailed cost estimate of all mechanical, electrical, civil,
instrument and control system including all equipment, auxiliaries,
accessories etc. to assess project cost for the revival program. This
estimate shall be up-dated from time to time. Price information
available with NPPC will be furnished to Consultants.
ii.
Preparation of construction cost estimates.
iii.
Preparation of equipment erection cost estimates.
iv.
Preparation of final project cost estimates.
v.
Computation of cost of production.
46
2.13 Inspection Service
1. Inspection to ensure compliance with specification and proper
workmanship.
2. Identification of slippages
3. Recommendation of corrective action
Inspection Expenses.
In case inspection at vendors site is required the Expenses for travel
shall be borne by NPPC. In such cases reimbursement shall be
limited to air fare in economy class, train fare in 2 nd/3rd AC class and
taxi fare for local conveyance whichever is applicable in the
destination route. Cost of accommodation at various places shall be
borne by NPPC limiting to 3-star hotel rates. No other charges will be
allowed for inspection service.
2.14 Other General Services
The consultant shall also undertake as follows:
i.
To work in close co-operation with the other consultants, if any, and
with NPPC and under the general guidance, directions, instruction,
advice and supervision of NPPC and to operate a full-fledged. Design
office at Calcutta for the purpose of carrying out detailed engineering
work for the revival.
ii.
To depute specialists/experts and executives in respective discipline,
at their own cost, to Mill sites and / or NPPC’s offices to provide
information and data from time to time.
iii.
To ensure that all designs, details, specifications and working
drawings comply in all respects with all applicable statutory
requirements and regulations.
iv.
To submit to NPPC a monthly progress report along with their views
on the progress of work, their appreciation of the likely slippages of
the Consultant’s own activity and to jointly make suggestions for
corrective action.
v.
To allow access to NPPC’s authorized representatives for discussions
and consultations at all reasonable time in connection with the work of
the projects.
vi.
To obtain approval from NPPC for all drawings, document and
equipment specification prepared by them before releasing them for
execution and compliance. NPPC shall accord approval with in 15
days of submission of documents/drawings.
vii.
To discharge all its obligations and to render the aforesaid services or
providing the said facilities for the use of NPPC in relation to or in
47
connection with the Projects and / or for commissioning thereof
including the relative plant, taking proper care, caution and diligence.
viii.
2.15
It is distinctly agreed and understood by and between the parties
hereto that all the said designs, plans, layouts, data, formula, to be
supplied or furnished by the Consultant to NPPC shall always be the
property of NPPC and the consultant shall not disclose or divulge the
purport of any technical information data, formula, know-how,
expertise etc. as the Consultant will gather from or be provided by
NPPC in relation to or in connection with the Project and / or
discharge of the Consultant’s obligations hereunder except disclosure
as necessary for rendering the services under the agreement to the
appointed contractors, the Consultant’s employees, servants, agents
and technical personnel to be employed by the Consultant and the
Consultant shall take necessary protection by obtaining undertakings
and indemnities from them to safeguard the interest of NPPC.
CONSTRUCTION & SITE MANAGEMENT SERVICES
ASSISTANCE IN CONSTRUCTION AND ERECTION SUPERVISION SERVICES
Responsibility of the Consultant shall be limited to Technical clarification/decision
and quality control aspects and shall include the following services.
i.
To evolve construction, erection and rectification procedure methods
and sequence and to direct/instruct the contractor to adhere to such
construction
procedure/methods/sequence
during
day-to-day
supervision for quality control.
ii.
Advice and witness the testing services necessary during construction
work for quality control of material and method, review the results and
recommend further action.
iii.
Supervision to ensure that the construction proceeds in accordance
with the design, specifications within acceptable limits and certify
quality of work performed by contractors.
iv.
Assistance in intermediate and final checkout of constructed
foundations, structures, etc.
v.
Issue of completion certificate for constructed work conforming to
design and specifications.
vi.
In case for quality reasons the contractor’s activities are required to
be stopped, the Consultant shall immediately bring to the notice of
NPPC with a copy to other consultant, if any, recommending such
stoppage. NPPC shall take necessary subsequent action officially.
vii.
Witness and recommend the testing services necessary during
erection work for quality control and method.
viii.
Supervision to ensure that the erection proceeds in accordance with
drawings, designs, approved method, procedure and sequence.
48
2.16
ix.
Issue of completion certificates for erected works.
x.
Assistance for pre-commissioning check-ups.
xi.
Supervision of rectification works.
xii.
Supervision of lubricating works.
xiii.
Assistance in trial runs and performance testing.
xiv.
Assistance in commissioning of the plant.
Other General Services
The Consultant shall also undertake as follows:
i.
To operate for the entire period of the Project construction i.e. up to
the commissioning of the Projects, site offices with adequate number
of qualified and competent personnel at the Project sites for efficient
functioning and observe the same working days and hours as
observed by NPPC for its office at site.
ii.
To submit to NPPC a monthly progress report alongwith their views
on the progress of work, their appreciation of the likely slippages of
the Consultant’s own activity, and to jointly make suggestions for
corrective action.
iii.
To arrange at their own cost a comprehensive personal accident
insurance policy/ and any other policy as required in respect of their
personnel deputed to the Project sites for the performance of their
obligations under this Agreement and indemnify NPPC regarding any
liability whatsoever on this account.
iv.
To conduct necessary test and supervision from quality point of view
for all constructions plants, machinery and other equipment from time
to time during construction and erection and also immediately after
erection and certify the same in accordance with the plans and
specification before putting the plant into operation.
v.
To keep NPPC and / or their representatives and / or other third party
persons, indemnified subject to a maximum of 5% of the total contract
fee (this limit of 5% does not include Consultant’s liability towards
their own servants, employees, workmen, agents, representatives or
technical personnel etc. for whom separate provision is made
hereunder below) against any loss, damage or injury, demands,
claims, proceedings, costs, charges and expenses including any
damage to properties or persons as a result of any negligence or act
of omission or commission and / or want of diligence or absence of
proper care and skill on the part of the Consultant and / or its
representatives, employees, servants, and agents in relation to the
discharge of the aforesaid obligations and / or completion of jobs and
/ or works hereby undertaken or intended to be carried out and / or
discharged by the Consultant. If necessary, the Consultant shall at his
own cost affect such third party insurance.
49
vi.
The Consultant shall be liable for all or in respect of any damage or
compensation payable at law or otherwise to any of its own servants,
employees, workmen, agents, representatives or technical personnel
to be employed by the Consultant for discharge of its obligations
under this Agreement and occasioned by or arising due to any
accident or injury caused by the Consultant or its servants, agents,
employees, workmen, representatives or technical personnel as
aforesaid AND the Consultant shall pay for their remuneration or
salaries, bonus and gratuities etc. and shall keep NPPC indemnified
of, from and against non-payment thereof.
vii
Review the adequacy of the existing safety/fire engineering services
to cater to the additional demands of the new plants. Engineering
services with design/layout drawings and other specifications for the
safety/fire protection systems to be installed in the new facilities shall
be provided by the consultant.
viii
Any additional service/activities, which are complementary to the
consultancy services for the successful implementation of the project,
but involves no significant impact on efforts and time , shall also be
treated as an integral part of the scope of the consultancy and
tenderer shall not be allowed any additional payment. However, any
changes, modifications or additions to scope of work not indicated in
the Tender but required to be carried out and having a significant
impact on effort and time shall be informed by NPPC to the tenderer
in writing. Tenderer shall work out the price and time impacts on
account of such changes, modifications, or additions sought by NPPC
and the same shall be mutually agreed between NPPC and the
tenderer. Tenderer may indicate man-day rate of their consultant
for finalization of rate for such additional service.
ix
The consultant shall consider and identify the interlinkages/integration requirements between the new and existing
facilities for streamlined/optimal operation of the combined facility
after the implementation of the project. The inter- linkages/integration
could be between paper machines, stock preparation plants,
air/water/steam distribution systems, back water systems, finishing
plants etc. The consultant shall do the engineering services for the
additional modifications in systems/infrastructure and/or for
installation of equipments/piping and construction works, whichever is
applicable for realizing the integration/inter-linkage requirements.
X
Conduct a detailed analysis of the existing electrical systems which
among other things shall bring in short circuit and fault level studies to
ascertain the adequacy/sufficiency of the existing system to handle
the requirements when additional electrical loads getting added up
with the operation of the new plants. Requirement for revamp of the
existing protective relay system shall be studied taking into account of
the additional requirements. Also, details shall be worked out to
enable the existing energy monitoring system and load management
system to cater to the demands of the new plants also. If any upgrade
is required for the present system, the consultant shall do the
50
engineering services for the same in a time bound manner so that
these activities are completed within the overall project schedule time.
Xi
Identify the requirements for integrating the proposed and the existing
electrical systems and shall extent the engineering services for these
requirements.
Xii
Identify the specifics for integrating/interfacing the process control
systems of the process packages / areas and also the same with the
process control systems of the existing plants. Consultant shall
provide the details for extending the present process control MIS
network to the new plants.
Xiii Review on a day to day/weekly/monthly basis, the progress in
construction activities of all the LSTK packages and civil construction
packages for its compliance with the mutually agreed schedules and
shall prepare progress reports highlighting percentage of work
completed, back log in progress and also indicating proactive
corrective actions with the list of additional inputs/resources to be
mobilized.
Xiv Review and comment on the drawings and technical specifications
produced by the LSTK contracting agencies and/or their sub
contracting agencies and by the civil contractor(s) at the site as part of
the construction activities.
Xv
Review/ monitor and modify, if required, the quality assurance plans
and quality control procedures for the construction activities by the
LSTK agencies and/or of their sub agencies & the civil contractor(s)
and confirm the suitability of these quality control programmes to
ensure compliance of the construction activities to approved
codes/standards/specifications/procedures etc, as mentioned in the
contract.
Xvi The consultant shall supervise/approve all fabrication jobs, alignment
of all rotary equipment/machinery, erection/ installation of machines,
equipments, pipes, vessels, instruments, control systems, electrical
systems, cables, tubings, procedures for welding and welders
qualifications etc, for conformity with the standards/ practices as per
the mutually agreed quality assurance plans/ procedures.
Xvii Inspection/witness/certification of all destructive/non-destructive tests
at site. Jointly with NPPC, the consultant shall witness and certify all
field inspections/tests that are necessary to ensure compliance of the
construction jobs/materials with the project specifications. The
inspections/tests at site shall include but not necessarily limited to
hydro tests, pneumatic tests, radiographic inspection of welds, load
tests, physical/visual inspection of equipments/ materials etc. The
consultant shall submit inspection/test reports in mutually agreed
formats for consideration of NPPC.
Xviii Review and prepare reports on material receipt and inventory status
at site against the material delivery schedules and the site
requirement for these materials.
51
Xix Review and monitor the transportation/arrival/storage/ rigging/
erection of all the listed critical equipments/ machineries/systems and
shall submit a report to NPPC for the same..
2.17 Project Management
All the activities connected with the project management aimed at the
completion of the project without time and cost overrun and also maintaining
the envisaged quality levels are the scope of the consultant. The extent of
jobs under project management shall include but not necessarily limited to
the following:
i.
Establish the project time control procedures and prepare the
standard formats for the same. The consultant shall also set up
detailed project planning, scheduling and monitoring systems and
prepare suitable PERT /CPM networks by identifying the priority
activities, target dates of completion and critical paths. These
schedules/formats/ procedures shall be prepared after meticulous
analysis so that no activity even if miniscule is left out. Separate,
discipline-wise schedule shall be made for each process package.
Scheduling shall also consider the completion of the civil construction
activities
corresponding
to
the
requirements
of
the
mechanical/electrical/instrumentation
erection/installation.
The
consultant shall update/re-work the schedules/networks to
accommodate / suit the dynamic requirements of the project with the
progress of the job so as to ensure the completion within the overall
project time.
ii.
Review the detailed schedules submitted by the LSTK/
EPCcontractor(s), other agencies & civil contractor(s) and indicate
modifications/ revisions required, if any for the timely implementation
of the project.
iii.
Schedule and prepare the agenda for the project review meetings
with each contracting agency, and shall participate in these meetings
with NPPC.
iv.
Evaluate the progress of work with respect to the schedules and
submit progress reports to NPPC in mutually agreed formats and at
specified time intervals. The consultant shall also monitor that
commitments are met and the engineering work is performed as per
the engineering design basis agreed for the project. Through mutually
agreed project information system the consultant shall report to NPPC
about any hold ups/bottlenecks, which could affect the overall project
schedule. The consultant shall also point out the reasons for these
delays and the remedial actions needed from the part of NPPC and/or
LSTK contractor(s) to offset the delays.
v.
The consultant shall set up the procedures for reporting and also
establish formal communication lines between various LSTK /EPC
contractors/sub-contractors/ vendors and civil contractor(s) and NPPC
and the consultant.
52
vi.
Review at regular intervals, the project cost status against the cost
estimates applicable at that point of time of the implementation of the
project and provide ‘early warning’ for cost over-runs and analyze and
report the variance. Regular cost reports shall include cost trends and
also cost projections to make certain that overall cost is limited within
the budget.
2.18 Procurement and Inspection Services
The consultant shall monitor, expedite and report to NPPC the status of the overall
procurement activities of the LSTK/EPC agencies such as vendor selection,
purchasing, inspection, transport etc, with a view on ensuring timely delivery and
compliance with the agreed procedures for quality assurance. If required by NPPC,
the consultant shall depute its representatives to the works of the contracting
agencies/ sub-agencies/vendors and/or at various transport transit points for
expediting the material/equipment arrivals at the site and also to provide NPPC with
updated/accurate material status reports.
The consultant shall review and approve in consultation with NPPC, all the
drawings submitted by the LSTK/EPC agencies/sub-agencies and/or their vendors
for supply of materials and equipments. Modifications need to be incorporated in
the drawings shall be documented and submitted to NPPC.
Prepare comprehensive material status reports from time to time based on the
material status reports submitted by the LSTK /EPC agencies and also on the first
hand verifications by the consultant. These reports shall indicate any delays
against the schedules and also the corrective actions needed to offset the delays.
Any foreseen delays in the delivery of materials/equipments shall also be brought
to the notice of NPPC.
Through a mutually agreed quality assurance and control procedure, the consultant
shall review the purchase requisitions of the LSTK agencies for all the major and
critical equipments/systems for its compliance with the project order specifications.
The consultant shall also review the quoted delivery dates for its compatibility with
the overall project schedule and the site material requirements. Deviations, if any
with recommended corrective actions shall be brought to the notice of NPPC.
Review the inspection plans and procedures, which would be put forwarded by the
LSTK/EPC agencies for its compliance for ensuring the quality requirements as
specified in the project order specifications and also in other statutory/regulatory
requirements.
The consultant as NPPC’s representative shall conduct inspection of items which
are identified in mutual agreement and witness all mandatory tests independently
and/or jointly with NPPC at the sites of the LSTK/EPC contractor’s or their vendor’s
works and shall certify all the test results and inspection reports for its conformity to
the project order specifications and expected quality levels.
Provide procurement/inspection assistance for the items, which are not included in
the scope of the LSTK agencies for balance of plant items.
2.19
Assistance for Development of IT Enabled System.
53
All activities of NPPC namely Project management, Warehousing, Logistics,
Purchasing, Project accounting etc are to be carried out through ERP System Oracle. All running mills and sales offices of Hindustan Paper Corporation Limited
are connected by wide area net work and presently all transactions are going in full
swing on-line. The activities/transaction of NPPC Project to be hooked up with the
main server located at NPM
The Consultant should have fairly good knowledge about ERP system and render
all required assistances to ERP implementation team.
2.20 Assistance for Approvals/Clearances
The consultant shall render all technical/ financial/ legal inputs to put forward the
details/reports/Performa as required by the funding/statutory/regulatory agencies
and/or the administrative ministry/ Board of directors of NPPC and also assist
NPPC in obtaining clearances/approvals as and when required. The consultant
shall also ensure that the guidelines as stipulated by the agencies are practiced by
the LSTK agencies, Equipment Erectors and/or their sub- agencies/vendors and by
the civil contractor(s) during the implementation of the project. The assistance in
this regard shall include but not necessarily limited to the following:
2.21
i.
Assist NPPC in preparing data regarding project technical matters,
costs, schedules, progress reports and other documentations that
would be required from time to time by the funding agencies of the
project.
ii.
Monitor and ensure that all health, safety/environmental guidelines
indicated by various authorities and other good practices in these
regards are being practiced by the LSTK agencies, Equipment
Erectors and/or their sub-agencies/vendors and the civil contractor(s)
during all the activities connected with the implementation of the
project.
iii.
Assist and co-ordinate site inspections/tests by the local
bodies/authorities, statutory authorities and also furnishing technical
inputs and other relevant data as and when required, as part of
obtaining various clearances for the project. The authorities/
departments in this regard may include but not necessarily limited to
Department of Factories & Boilers, Government of Assam, Nagaland
State Pollution Control Board (NPCB), Ministry of Environment &
Forests (MoEF), Government of India, Ministry of Heavy Industries &
Public Enterprises, Government of India etc. Facilitating pre-start up
clearance from Governmental agencies shall come under the scope
of the consultant.
Pre- Commissioning & Start-up Management
In consultation with NPPC & the LSTK agencies the civil contractor(s) and
Equipment Erectors the consultant shall prepare the events/ schedules/programs
for the
pre-commissioning as per the established procedures / professional
engineering practices. The scope under this category shall include but not
necessarily limited to the following:
54
i.
Monitor the completion of mechanical erection and associated
electrical and instrumentation systems of each sections/subsections/process units in all the three process packages & balance of
plants and build a sequential schedule for the pre-commissioning
activities according to the readiness of each sub-section/process unit.
ii.
Prepare a detailed checklist covering the sections/process units
where the contracting agency declared completion/readiness for
commencing
the
pre-commissioning/start-up
activities.
The
aforementioned check list shall include all functional areas viz,
process, civil, mechanical, electrical, instrumentation for defects/
deficiencies/imperfections/incompleteness. The consultant shall
ensure that all the points in the checklist are taken care of before the
commencement of the pre-commissioning activities.
iii.
Conduct a safety audit to ensure that all the provisions for the safe
operation of the equipments/systems are put in place.
iv.
Monitor and ensure proper flushing/blowing/hydro testing/ cleaning of
all pipes/tanks/vessels/equipments etc.
v.
Checks for vibration and mechanical stability after the start-up of each
equipment and record the readings for analysis. Ensure that all the
required adjustments as per the recommendations of the
manufacturer/vendor are completed for the operation of all the
equipments/machineries.
vi.
Ensure and monitor functional checking of all electrical drives,
electrical systems, instruments, control systems etc.
vii.
Monitor the calibration of all instruments, control valves etc, by
employing standard test equipments. Also ensure proper setting of all
control point values. A record shall be maintained for the calibration
and other settings of the instruments.
viii.
Monitor and ensure checking of all instrument loops for proper
functioning. Logics for group start/stop and the same incorporated for
safe and efficient plant operations shall be checked for its
functionality.
ix.
The consultant shall prepare a record of all the activities in standard
formats and based on this record, shall provide a completion report
for all the pre-commissioning activities.
2.22 Commissioning
In mutual agreement with NPPC and the LSTK agencies and Equipment Erectors
the PMC consultant shall prepare the events/schedules/programs for the
commissioning of the process packages as per established procedures and
professional engineering practices after ascertaining that all the pre-commissioning
activities are completed in all respects. The scope of services under this category
shall include but not necessarily limited to the following:
55
2.23
i.
Organize and review the operating procedures/ instructions/ manuals
in co-ordination with LSTK agencies/sub-agencies and other
equipment suppliers for start-up, normal operation, and dealing with
exigencies in a safe and professional method.
ii.
For each process package, assess the preparedness of the site in
terms of the availability of various inputs in sufficient quantities viz,
fuel, oil, raw materials, chemicals, additives, fillers etc, as applicable
to the respective package and the readiness of all the upstream,
downstream & auxiliary facilities including those which are not in the
scope of the LSTK agency for the package on review, so that a
smooth commissioning and also continuous trouble free operation
after the commissioning is ensured. The consultant shall also ensure
the availability of commissioning spares and other consumables
adequate enough to meet the requirements that may arise during the
commissioning.
iii.
Oversee and confirm analytical test procedures/practices and the
sampling intervals to ensure the fitness/correctness of the analytical
tests to establish the performance parameters against the
agreed/guaranteed specifications.
iv.
Specify the data logging formats and the frequency of generation of
the reports from the process control systems.
v.
Prepare a detailed commissioning report after observing/ monitoring
the plant operations for a reasonable period, the duration of which
shall be agreed mutually. The report shall indicate the plant
performance parameters against the desired figures and also
operational performance of each equipment/ machinery/ electrical
system/ control system/process units in each process package with
recommendations to improve the performance, if necessary.
vi.
Consultant shall be responsible for tightly integrating/ streamlining the
operation of the process packages/areas for realizing the envisaged
operational objectives of the finished products in terms of throughput
and quality levels in a cost efficient way. All the balance of plants and
existing facilities also shall be integrated with the new process
packages. The integration shall be accomplished in such a way that
mass balance for the entire mill (new and existing one) for fiber,
chemicals, electric power, heat, fuel, water, effluent etc, is attained.
vii.
After confirming that the operation of plants/process units is in
accordance with professional engineering, plant safety & operating
standards and also after assessing the operational preparedness of
NPPC, the consultant shall recommend for taking over of the facilities
in each process package as per the initial acceptance criteria
mentioned in the specifications.
Performance Guarantee Runs
i.
Evolve the procedure/format for conducting the performance guarantee run
in accordance with the criteria stipulated in the specifications.
56
2.24
ii.
Assist NPPC in the test runs conducted by the LSTK contracting agencies by
way of analysis and interpretation of data gathered and the evaluation of the
outcome of the analysis against the desired results.
iii.
Assist NPPC in carrying out guarantee test runs for the facilities not covered
in the scope of any of the LSTK agencies by way of analysis and
interpretation of data gathered and evaluation of the outcome of the analysis
against the desired results.
iv.
Prepare performance guarantee test run report with recommendations for
improvements in the plant performance to correct the identified deficiencies,
if any, based on the test run results.
v.
Based on the satisfactory test run results, the consultant shall recommend for
the final acceptance of all the plants/facilities in each process package from the
respective LSTK agency and also endorse the acceptance of the facilities,
which are not covered under the scope of the LSTK agencies as per the
acceptance criteria mentioned in specifications.
Documentation/Drawings
The Consultant shall observe the following norms pertaining to preparation of
drawings.
Drawing Size and Tracing Sheet Material
A.
All the drawings except data sheet and standards shall be prepared in A O
size (1189 x 841 mm).
B.
All data sheet, specification sheet, standards and design calculation shall be
prepared in A3 (420 x 297 mm) and A4 (297 x 210 mm) sheet or any other
size as may be required for the best interest pf the Projects.
C.
Soft copies of all such drawings shall be furnished by Consultant.
List of Drawings
i.
The Consultant shall furnish lists of drawing and documents envisaged
indicating the total number of drawing and the size code to be required for
each Mill alongwith break-up for individual plants/sections. The initial list
shall be submitted within a period of one month from the date of award of the
contract.
ii.
The Consultant as per procedure lay down jointly by NPPC and the
Consultant shall number the drawing and documents.
iii.
Before starting preparation of all drawing, the Consultant shall devise
nameplate to be used in all drawings and shall obtain approval from NPPC.
iv.
All drawings, documents, specifications shall be furnished with proper status
which may only be any of the following at any instant.
a) Preliminary,
b) For Comments, c) For Tender,
57
d) For Approval, e) Released for Construction, f) As Built.
v.
After completion of all activity the Consultant shall incorporate at site all
necessary modification done at site during construction, in the applicable
drawing of the Consultant including marking the status of drawing ‘As Built’
and send the original to NPPC. This shall be deemed to be a part of services
under “Construction Management Services”.
vii.
The Consultant shall note that all the drawings, documents, specifications
etc. shall be property of NPPC and NPPC shall have the right to use these
as when required. Consultant however, shall be entitled to retain for his own
purpose a complete set of reproducible copies at his own cost and shall
have the right to use them.
viii.
All reference drawing, documents and data etc. taken from NPPC for detail
engineering shall be returned to NPPC, after completion of the job.
Design Calculation etc.
Consultant shall submit all design calculation in standard size sheets for
comments/approval of NPPC, who shall give their comments / approval within 7
days of receipt.
The Consultant shall submit the design calculation before submitting corresponding
drawing. The Consultant shall make sure to dispute their engineers to clarify their
design calculation if required. Drawings shall be thoroughly checked by the
Consultant before submission for approval. If on any drawing there are more than
three mistakes/errors these will be returned and it will be considered that these
drawings have not been submitted.
Final approval design calculation and documents shall be furnished to NPPC in
bound volumes.
If NPPC desires, the Consultant shall submit the methodology and the details of
programme, which they will using/intend to use, so that NPPC will be aware of
methodology, the assumption etc. of the method.
Soft copies of all such calculation shall be furnished by Consultant.
Drawing/Documents Distribution Chart
The Consultant shall supply drawing, document etc. free of cost to NPPC in number
of sets as per the following table:
For Comments
Final Drawing
After approval
As Built
Drawing
3
10 +
Original
Design Calculation
3
2 (Bound)
Original
Documents/Techni
cal Specification for
tendering
3
25
-
58
Standards, Bill of
Materials,
Schedules, Reports
and
other
documents.
Note:
3
6
-
Besides these, the Consultant may be required to submit
drawing during the design-development stage for
discussion, comments stc. Without any extra cost to NPPC.
IThe provision in these articles regarding the number of copies of
drawings/documents to be supplied by the Consultant and the norms to be followed
shall supersede all provisions elsewhere existing in this agreement.
Consultant shall furnish soft copies of all such calculations
2. 25
Assistance for Enabling Facilities
The consultant shall review the current facilities at NPPC including the present
manpower and its skill profile for effective project management and recommend for
the additional resources to be lined up.
The consultant shall plan and propose the manpower requirement for the
operations/maintenance/support facilities for the new plants during the postcommissioning period and also indicate the training necessities to enable to run the
new facilities efficiently.
Assess the minimum inventory requirement of spare parts/input materials /
consumables etc, for the operation of the plant for a year after commissioning and
assist NPPC in procuring the same as part of the LSTK contract or through
separate procurement processes.
Consultant shall identify the areas/services where outsourcing could be a costefficient option and also indicate the implementation details.
59
SECTION – III
3 TERMS & CONDITIONS
3.1
PRE-QUALIFICATION CRITERIA & DIVISION OF RESPONSIBILITY.
Two types of bidder profiles are envisaged as given below
i
Bidders with pulp & paper experience: (Category-1)
Bidders with pulp & paper experience and credentials satisfying the pre-qualification
criteria given below quoting on its own. The bidder may choose to have an
alliance/association with a renowned consultant to provide global best practices and
expertise to meet the specific requirement of any scheme/plant area specified in the
scope.
ii
Bidders without pulp & paper experience: (Category-2)
Bidders without pulp & paper experience satisfying the pre- qualification criteria given
below quoting with renowned alliance partners have the specified pulp & paper
experience to provide the process philosophy, basic engineering and expertise in other
areas as required carrying out the assignment as per the scope specified.
In both the cases (Category 1 & 2) the ultimate responsibility shall be with the bidder and
not with the alliance partner/s.
3.2
Alliance Option.
i
A bidder even if experienced in the pulp & paper field could engage an alliance
partner for specific schemes/ items in the TD and / or for the civil construction
works according to the specific requirements. In that event the alliance
partner/s will be required to meet the pre-qualification criteria specified for prequalifying the bid. The schemes/ items for which the bidder intends to utilize the
services of alliance partners shall be clearly spelt out in the tender along with a
matrix indicating the involvement of the bidder alliance partner/s,
ii
In case a bidder chooses not to have any alliance partner and offers to carry
out the PMC themselves, they shall be required to satisfy the entire P-Q criteria
by themselves for pre-qualifying in the tender for Category-I.
iii
Reputable Bidders who are not having experience in pulp & paper industry can
also participate in the bid provided they are having adequate experience in
providing Project Management Consultancy services in any continuous process
industry. They will be required to engage a reputable consulting firm
experienced in pulp & paper field as alliance partner who is exposed to global
best practices, technologies and adequately experienced to facilitate the
realization of services at required quality level. The alliance arrangement could
be worked out in such a way that it complements the competencies of both the
bidder and his alliance partner/s to comply with the scope of services of this
assignment. In this case the bidder and his alliance partner/s will be required to
satisfy the pre-qualification criteria given below.
60
3.3 Pre-qualification criteria for the bidder with Pulp & Paper Mill
Experience ( Category-I)
i
The prospective bidder shall be a renowned consultant who is engaged in
project management consultancy services in the field of Pulp and Paper
manufacture. The skill profile of the consultant shall include but not necessarily
limited to integrated project management as owner’s engineer by providing
services for process philosophy, basic engineering, detailed engineering,
preparation of tender specs and tender documents for Civil works as well as for
procurement of plant & equipment, assisting in
selection of vendors,
construction management, commissioning management etc, for the successful
completion of green field/brown field projects/substantive renovation /
upgradation in pulp & paper mills.
The bidder should have a minimum of 7 years of experience in providing project
management consultancy as described above for pulp& paper mills and
instances of at least two major projects completed during this period should be
highlighted.
ii
The bidder should have been engaged as the project management consultant
during the preceding 7 years for the installation of at least one Paper Machine of
writing & printing paper grades, having production capacity of minimum 50,000
MT/annum. The bidder if involved in substantive up gradation in an integrated
paper mill of capacity 100,000MT or more with major replacement/upgradation
of wood/bamboo based Pulp Mill, and/or Paper Machine will also be considered
under this criterion.
iii The bidder should have been engaged as the project management consultant
for the installation of at least one ECF Bleaching plant of capacity minimum 150
tonnes per day with associated facilities. This criterion if met by a reputable
alliance partner to be engaged by the bidder for the specific work is acceptable.
In that case, the bidder shall enclose an agreement/ MoU signed between them
for providing the specified services along with the bidder.
iv The bidder should have carried out Project Management Consultancy for Civil
works during the preceding 7 years for at least one project involving civil design,
detailed engineering, preparation of tender specs & documents, construction
supervision, etc for a reputed Paper Mill or a continuous process industry. The
value of civil construction job for which this consultancy service has been
provided during any of the last 7 years should be minimum INR 15 Cr. If this
assignment for civil works is forming part of an integrated project, the value of
civil work in the total project cost should be clearly indicated with documentary
proof. This criterion if met by a reputable alliance partner to be engaged by the
bidder for the specific work is acceptable. In that case, the bidder shall enclose
an agreement/ MoU signed between them for providing the specified services
along with the bidder.
v The Bidder should have successfully completed at least 1 (one) assignment as
project management consultant during the preceding 7 years for the successful
installation and commissioning of integrated power plant of capacity of 18 MW
or higher. The power plant should include a coal/gas fired power boilers of
capacity corresponding to the 18 MW generation with all associated facilities.
61
vi The bidder should have on their rolls Chemical engineers, Mechanical
Engineers, Electrical Engineers, Civil and Instrument Engineers with experience
in design, detailed engineering, preparing tender specs, erection supervision
and commissioning of large integrated Paper mills . The bidder shall enclose
detailed bio-data of their engineers in support of these criteria along with the
contact details of their clients.
vii The bidder as well as their alliance partner should have registered profit before
tax in any of the three out of the five preceding financial years.
3.4
Pre-qualification criteria for the bidder without pulp & paper experience
( Category-II)
i
The bidder should have a minimum of 7 preceding years of experience in
providing project Management Consultancy Services in any of the
continuous process industry. The skill profile of the consultant shall
necessarily include integrated project management by providing engineering
services, procurement services, construction and project management. The
bidder should have completed at least 3 major projects in continuous
process industries during the last 7 years and its details should be
highlighted.
ii
The bidder should have successfully completed at least 1 assignment as
project management consultant during the preceding 7 years for the
successful installation and commissioning of a project with a capital
investment of minimum INR 50 Crore in any continuous process industry.
The scope of services for this project shall include all major project
management activities from basic engineering to commissioning.
iii
iv
The bidder should engage a reputable consultancy firm as technology
partner having a minimum 7 years experience in providing project
management consultancy in pulp & paper field. The skill profile of the
alliance partner shall include but not necessarily limited to integrated project
management as owner’s engineer by
providing services for process
philosophy, basic engineering, detailed engineering, preparation of tender
specifications and tender documents for procurement of plant & equipment,
assisting in selection of vendors, construction management, commissioning
management etc, for the successful completion of green field/brown field
projects/substantive renovation / upgradation in pulp & paper mills. The
bidder shall enclose a scope metrix and agreement/ MoU signed between
the bidder and the international consultant for providing services specified in
the scope of services to NPPC along with the bidder. NPPC shall review the
scope metrix of the services of the alliance partner for compliance to the
specified scope and the prequalification shall be subject to the same.
The alliance partner should have been engaged as the project management
consultant during the preceding 7 years for the installation of at least one
integrated Paper Mill of writing & printing paper grades, having production
capacity of minimum 50,000 MT/annum. The alliance partner if involved in
substantive upgradation in an integrated paper mill of capacity 100,000MT
with major replacement/upgradation of wood/bamboo based Pulp Mill and/or
Paper Machine will also be considered under this criterion.
62
v
The alliance partner should have been engaged as the project management
consultant for the installation of at least one ECF Bleaching plant of capacity
minimum 150 tonnes per day with associated facilities.
Vi
The Bidder should have successfully completed at least 1 (one) assignment
as project management consultant during the preceding 7 years for the
successful installation and commissioning of integrated power plant of
capacity of 18 MW or higher. The power plant should include a coal/gas fired
power boiler of capacity corresponding to the 18 MW generation with all
associated facilities
vii
3.5
The bidder should have served as a principal or project management
consultant for civil works during the preceding 7 years for at least one project
involving civil design, detailed engineering, preparation of tender specs &
documents, erection supervision, etc for plant & equipment for a reputed
Paper Mill or a continuous process industry. The value of civil construction
job for which this consultancy service has been provided, during any of the
last 7 years should be minimum INR 15 Cr. If this assignment for civil works
is forming part of an integrated project, the value of civil work in the total
project cost should be indicated with documentary proof. This criterion if met
by a reputable alliance partner to be engaged by the bidder for the specific
work is acceptable.
viii
The PMC services as mentioned above could be for a single project or
different assignments.
ix
The bidder may engage more than one alliance partner satisfying the above
criteria for carrying out the specific assignment..
x
The bidder as well as the alliance partner/s should have on
their rolls Chemical Engineers, Mechanical Engineers, Civil Engineers,
Electrical Engineers, and Instrument Engineers experienced in design,
detailed engineering, preparing tender specs, erection supervision and
commissioning of large projects. . The bidder shall enclose detailed bio-data
of their engineers in support of these criteria along with the contact details of
their clients
xi
The bidder as well as their alliance partner/s should have registered profit
before tax in any of the three out of the five preceding financial years.
Special Criteria for both the Category
CVC Office Order No 75/12/04 is applicable to this tender. The committee
appointed by Vigilance Commission had made recommendations on consults as
under:Consultants- A firms which have been engaged by the PSU to provide goods or
works for a project and any of its affiliates will be disqualified from providing
consulting services for the same project. Conversely a firm hired to provide
consulting service for the preparation or implementation of a project, and any of its
affiliates, will be disqualified from subsequently providing goods or works or
services related to the initial assignment for the same project.
Consultants or any or their affiliates will not be haired for any assignment, which by
its nature, may be in conflict with another assignment of the consultants.
The Commission reiterates the recommendations made by the committee that the
consults/firm hired to provide consulting services for the preparation or
63
implementation of a project and any of its affiliates will be disqualified from
subsequently providing goods or works or services related to the initial assignment
or the same project.
3.6
DOCUMENTARY PROOF
Documentary proof shall be furnished in support of the requirements for the prequalification criteria. This information should include the projects for which
consultancy works have been done by the bidder (with description of plant / size),
start and finish dates, bidder’s responsibility, clients, client contact information.
Certificates from the clients/concerned parties shall be furnished as documentary
proof in support of the cited information. HPC may contact any of the listed clients
for verifying the documents provided by the bidder. For establishing financial
credentials authenticated balance sheets and profit & loss statement for the
preceding 5 years shall be furnished.
3.7
DIVISION OF RESPONSIBILITY
The sole responsibility for the entire range of project management activities shall
rest with the bidder.
i.
The bidder may engage an alliance partner, if required for such activities,
which could be speedily and economically executed with the support of a
competent and well-endowed alliance partner(s).
ii.
All the core activities and services, which could have, major implications on
the techno-economic facets of project implementation and also on efficient
and profitable long-term operational performance shall be delivered by the
bidder/technology partner only. These nucleus activities include but not
limited to providing process philosophy, basic engineering services for the
process packages/civil works, LSTK/EPC bid evaluation, quality assurance
plans, pre-commissioning & commissioning management. The bidder should
not sub- contract any of the aforementioned activities or any part of it without
written consent of NPPC.
iii.
It should be explicitly understood that the responsibility and the overall
management/co-ordination of all the services for which the support of the
alliance partner is enlisted, shall rest with the bidder.
iv.
The bidder, in their bid shall clearly indicate the scope of services proposed
to be carried out with the support of the alliance partner along with the fees
payable in foregn exchange. Also the services dealt exclusively by the bidder
shall be specified along with the fees payable as per Price Bid format.
v.
The consultant/alliance partner shall not assign or sub-contract the work or
any part thereof without prior written permission of NPPC. The consultant
shall be responsible for all losses suffered by NPPC in case of their failure to
abide by this condition.
vi.
The authorized representative of the bidder/alliance partner shall certify all
the construction / erection / testing / commissioning activities and supply of
items/ equipments / systems/materials for its conformity to the project order
specifications.
64
vii.
Certification of measurements of civil construction works and other Balance
of Plant works for forwarding to NPPC for payments shall also form part of
the responsibility of the bidder/alliance partner.
Viii
The bidder shall complete all the services connected with the PMC service
with a view to meet the project activities within the budgeted cost and time
schedule.
3.8
SITE ORGANIZATION
i.
The bidder shall open a project site office at NPPC, Papernagar, Tuli,
Nagaland from the date of commencement of the project activities to
ensure effective co-ordination and successful execution of the scope of
services of the PMC.
ii.
The bidder shall station the required number of professionals at site in
addition to the supporting professionals of the alliance partner (if any) for
the supervision/co-ordination/inspection/delivery of all activities as
stipulated in the scope of services for the PMC.
iii.
The bidder shall appoint a competent and experienced professional as a
full time Project Manager who would supervise/delegate the functioning of
all the professionals of the bidder/alliance partner. The Project Manager
would hold single point responsibility for all the activities connected with
the conduct of the project management consultancy services. The Project
Manager can be stationed at Kolkata or Jorhat during the initial period of
the PMC services.
iv.
In addition to the full time staff at site, the bidder shall schedule the visit of
lead engineers/professionals of the bidder/alliance partner from specified
functional areas, on need basis to review specific engineering and design
deliverables and /or remove bottlenecks, if any.
v.
Along with the bid, the bidder shall furnish a site organization chart with the
manpower proposed to be deployed by the bidder/alliance partner at site
for Construction Management Service indicating the functional
responsibilities of each professional. The site organization chart shall
consider the entire project management activities till the successful
completion of the project. The minimum strength of the
Supervisors/Engineers to be deployed is furnished below:
Project Manager
Resident Engineer
-
-
1 x 32 man months
Plant & Equipment
Erectors (Foreign/Indian) Civil
Sr. Engineers
Engineers Supervisors
1X 32 man months or till
The completion of the project
5 x 18 Man-months
– 1 x 18 man months
– 2 x 18 man months
65
All sites engineers/supervisors will be required to be presented site round
the clock including holidays as per job needs. No extra time charges shall
be payable.
3.9
vi.
NPPC may stagger the deployment of Site personnel in line with the
progress of implementation of the schemes.
vii.
A brief bio-data of the professionals of the bidder/alliance partner,
scheduled to be associated with PMC assignment
indicating their
competency /experience profile shall be furnished along with the technocommercial bid.
viii.
The personnel of the consultant or his alliance partner are not expected to
or authorized to take any action on behalf of NPPC which would violate the
laws applicable. Similarly, the personnel of the consultant/alliance partner
shall not act in violation of NPPC rules and regulations.
ix.
The consultant/alliance partner shall perform the services and carryout
their obligations with due diligence, efficiency and economy, in accordance
with practices used in such kind of consultancy and with professional
bodies and shall observe sound management, technical, financial,
commercial and engineering practices. The consultant/alliance partner
shall always act in respect of any matter relating to this contract or to the
services as faithful advisers to NPPC and shall at all times support and
safe guard NPPC’s legitimate interest in all dealings.
COST OF BIDDING & SITE VISITS
Cost of Bidding
The bidder shall bear all costs associated with the preparation and submission of
the bid, attending bid meetings and visiting sites, if required and or any other
locations in connection with bidding and NPPC will in no case be responsible or
liable for these costs regardless of the conduct or outcome of the bidding process.
However, the cost of NPPC officials associated with the bidding process will be
borne by NPPC.
Site Visit and Related Responsibilities
i.
The bidder is advised to visit and examine the site of work and its
surroundings and obtain for himself all information that may be necessary
for preparation of the bid and entering into a contract for the execution of
the work, if awarded.
ii.
The bidder and any of his personnel will be granted permission by NPPC
to enter into premises and land for the purpose of such visit(s) for
inspection, but only upon the express condition that the bidder and his
personnel will release and indemnify NPPC and its personnel from and
against all liability in respect thereof and will be responsible for personal
injury (whether fatal or otherwise), loss or damages, costs and expenses.
66
3.10
iii.
It will be imperative on each bidder to familiarize himself with all local
conditions and factors, which may have any effect on the execution of work
covered under the bid document.
iv.
It must be ensured that the above factors have been properly studied and
considered while submitting the bid. No claim for financial or any other
adjustments to contract price, on account of lack of clarity of such factors,
shall be entertained.
TENDER DOCUMENTS
i.
The bidder is expected to examine carefully all instructions, conditions
forms, terms and conditions, given in the tender document. Failure to
furnish any information required by the tender document or not responsive
to the requirements of the tender documents will be at the bidder’s risk,
and may result in rejection of the bid.
ii.
Tender document is issued in single copy for the purpose of bidding and is
not transferable. However, the bidder can download the tender document
from our web site and quote. In such event the bidder should enclose the
requisite amount of tender fee by means of a Demand Draft along with the
techno-commercial bid, failing which the bid will be rejected.
iii.
All questions and clarifications relating to the tender shall be addressed to
the following officials by telephone/letter/fax/e-mail:
iv.
NPPC will respond over phone or in writing by letters/fax/e mail to any
such request for clarification, which they receive up to 7 (seven) days prior
to the due date for the submission of bids. Important queries and replies
thereto will be circulated to all the bidders, if their identity is known to
NPPC in time (without identifying the source of query). If deemed
appropriate by NPPC, a reply will be furnished or subsequently repeated in
the form of a written addendum to the bid document.
Amendment to Tender Document/ Conditions
At any time prior to the due date for opening of the “Techno-commercial bids”,
NPPC, may for any reason whether in its own initiation or in response to
clarification requested by prospective bidder(s), modify the tender
document/conditions/pre-qualifying criteria by issuance of an Addendum(s)/
Corrigendum(s). The addendum(s)/ Corrigendum(s) will be sent in writing to all
the bidders who have purchased the tender documents directly or will be
available in our web site and will be binding upon all the bidders. To the best
interest of the bidders who are downloading the tender documents from the web,
to check periodically amendments/corrigendum, if any, issued to the tender
notice. All such addendum(s)/corrigendum(s) issued shall form part of the tender
document.
Language of Bid
The bid prepared by the bidders and all the correspondence and documents
relating to the bid, exchanged between the bidder and NPPC shall be in English
language only. Information in any other language shall be accompanied by its
translation in English. Failure to comply with this condition shall disqualify the bid.
67
In the event of any contradictions between meanings as derived from various
languages of the bid, the meanings as derived from English language copy of the
bid shall alone govern.
3.11
3.12
BID VALIDITY
i.
The bidder shall submit the “price bid” in a separate sealed envelope as
illustrated and as per the format available with the tender document. Lump
sum fee of the activities covered in this tender shall be filled in the
appropriate columns in the format, which shall be inclusive of all kinds of
expenses, except statutory levies. Service tax on the payment to the
bidder and his alliance partner, if any, shall be borne by NPPC.
ii.
In case of countries with which Double Taxation Avoidance Agreement
(DTAA) is in force, Income Tax will be deducted from the payment and
Tax Deduction Certificate will be issued. This aspect is to be made clear
in the offer by the bidder (both in Techno Commercial and Price bids).
iii.
All duties, taxes and other levies payable by the alliance partner (if Indian
partner) shall be shown separately in the format. NPPC shall deduct the
relevant Indian income tax and shall issue the tax deduction certificate
under Indian income tax on the amount due to them.
iv.
A copy of the price bid, with the prices alone duly blanked off shall also be
submitted along with the techno-commercial bid.
v.
The price quoted shall be firm without any escalation till completion of all
the work to the entire satisfaction of NPPC. No escalation whatsoever will
be entertained by NPPC.
Vi
Bids submitted by bidders shall remain valid for the acceptance of NPPC
for a period of 180 days from the date of opening of the technocommercial bids. Bidders shall not be entitled to revoke or cancel the
bid or to modify the same or any terms and conditions thereof, without the
consent of NPPC in writing during the said period of 180 days. Offers with
price variation clauses shall be liable for rejection. Further, the price shall
remain firm till completion of all the works under the scope of the
consultancy to the entire satisfaction of NPPC.
vii
For varying any terms in regard thereof without the written consent of
NPPC, the bidder’s Earnest Money Deposit/Bid security will be forfeited by
NPPC.
Bid Currencies and Payment
i.
For goods and services which the bidder will be supplying, the prices shall
be quoted in the home currency of the bidders country as well as in US
Dollar/Euro. However, for the services if the bidder sources from India, the
payment will be in Indian Rupee only.
ii.
A bidder likely to incur his expenditure in more than one currency and wish
to be paid accordingly shall indicate so in the bid. In such a case, the price
68
shall be quoted in different currencies and the respective amounts in each
currency together will make up the total price.
3.13
iii.
For the purpose of evaluation of bids, prices in foreign currency expressed
by the bidders in their bids will be converted into Indian Rupee based on
the Bank selling rates published in the Indian Daily, “The Economic Times”,
on the previous day of the price bid opening.
iv.
If the Bidder is having Foreign Bidder/s as alliance partner/s the the
amount quoted in Foreign currency shall be directly paid by NPPC to the
Indian Bidder in INR at the prevailing Foreign Exchange rate as on date of
payment. All taxes applicable in India shall be to the account of the Bidder.
SUBMISSION OF BID
DOCUMENTS TO BE ENCLOSED WITH PART-I BID
i.
The bids (2 parts) shall be submitted in the following manner. TechnoCommercial bid (Part I) with all relevant documents and the documents
specified as well as those specified in the bid evaluation documents and
also a copy of the price bid (prices alone duly blanked off) in triplicate in a
closed cover duly sealed and with superscription “Techno-Commercial
bid”. Price bid (Part II) as per price bid format in triplicate in another cover,
duly closed and sealed with superscription “Price bid”.
Envelopes containing (1) Techno-commercial bid and (2) price bid as state
above, should be put in another sealed envelope, superscripted with the
following details:
Name of the work
Tender No.
Bid closing date
And time
: Project Management Consultancy (PMC) Service
for revival & upgradation of NPPC
: NPPC/CEO-PMC/60/2007
: 16.07.2007 at 14.30 hrs.(IST)
ii.
Bids shall be prepared by typing or printing with indelible ink and in
triplicate, marking the original and copies.
iii.
Addendum(s)/Corrigendum(s) to tender notice/tender documents, if any,
issued by NPPC subsequent to their issue/publication shall form part of the
tender document. The bids submitted by the bidder shall take into account
all such addendum(s)/corrigendum(s).
iv.
Bidders are advised to submit bid strictly based on the terms
and
conditions contained in the tender documents. NPPC reserves the right to
reject bids containing deviations to the terms, conditions stipulated in the
tender documents and imponderable conditions put forth by the bidder. In
case any deviation is absolutely required, the details shall be provided in
the format given as Annexure IV and V.
v.
The bidders shall furnish the details in the prescribed format and enclose
all the documents sought and supporting ones, along with the technocommercial bid.
69
vi.
The following documents shall form the techno-commercial (Part-I) bid:
(i)
Letter of submission of bid (in the letter head).
(ii)
Earnest Money Deposit (EMD)or Bid Security as per
Annexure VI.
(iii)
Information and documents about bidder and his
alliance partner substantiating the requirements of the
pre-qualifying criteria.
(iv)
Name and address of the alliance partner with their
experience, financial capability, clearly defining their
involvement/responsibility in the work.
(v)
Master schedule with milestones for the activities.
(vi)
Methodology adopted for similar consultancy works.
(vii)
Quality Assurance Plan/Programmed.
(viii)
Project organization/management chart at home
office/Head office/branch offices with bio data of key
personnel of all Disciplines who are being involved in
this work, indicating qualifications and experience.
(ix)
Site organization chart proposed to be committed for
execution of work giving bio-data of key personnel and
Project Manager, details of progressive built-up chart of
envisaged skilled personnel at site.
(x)
Undertaking by Bidder as per Annexure II.
(xi)
Schedule of deviations as per Annexure III and IV.
(xii)
Schedule of experience as per format given in
Annexure V.
(xiii)
Division of services between the bidder and his alliance
partner, if any.
(xiv)
Power of Attorney/Authorization with the seal of the
Company in favor of person(s) signing the bid
document/bid.
(xv)
Copies of authenticated balance sheets and Profit and
Loss Account statement for the last 5 years, showing
Annual Turnover and Financial Status of the bidder in
terms of the pre - qualifying criteria also that of his
alliance partner.
(xvi)
Latest and valid Solvency Certificate from the banker.
70
(xvii) Partnership Deed in case of Partnership Firm or
Memorandum and Articles of Association in case of
Limited Company.
(xviii) Action Plan proposed for the assignment.
(xix)
Copy of the price bid with prices alone blanked off.
(xx)
Man –Day rate in a closed cover (ref: Clause 2.16 viii)
(xxi)
Any other documents in support/relevant to the job.
Failure to attach any or all of the documents mentioned above may lead to
rejection of the offer.
3.14
EARNEST MONEY DEPOSIT (EMD)/BID SECURITY.
An amount of INR 5, 00,000 shall be furnished by means of a demand draft drawn
in favor of Nagaland Pulp & Paper Company Limited., payable at Tuli,
Mokokchung Dist, Nagaland or Jorhat, Assam from any Indian scheduled
commercial bank or from a Foreign Bank towards Bid Security along with the
techno-commercial bid. Alternatively, the Bid Security can be furnished by means
of a Bank Guarantee valid for six month from price bid opening date from an
Indian Commercial Bank or from an Indian Branch of a Foreign Bank or
correspondent Indian bank of the foreign bank if the foreign bank is not having
branches in India. The EMD/Bid security is refundable without any interest after
issuance of the Work Order.
3.15
PRE-BID CONFERENCE.
i.
A pre-bid conference shall be held at the Corporate Office (Hindustan
Paper Corporation, 75 C Park Street,Kolkata-16) on 06.07.2007 to clarify
any queries of the intending bidders and to further explain the scope of the
work and or the terms and conditions. Interested parties may inform their
interest in attending the pre-bid conference one week in advance. The
conference will held at 15 Hrs on 06.07.2007.
ii.
The purpose of the conference is to clarify issues and to answer questions
on any matter that may be raised in writing/fax/e mail, which should have
been received at NPPC at least 3 days before the pre bid conference.
iii.
Record notes of discussions on important issues including copies of the
questions raised and the response given will be made available to
interested bidders, on request. These record notes shall be only for
clarification and shall not modify the tender conditions. As a result of prebid conference, if any modifications in the tender conditions are warranted,
the same shall be made available to the bidders through issuance of an
Addendum (and not through the minutes of the pre bid conference), which
will be communicated in writing.
iv.
Foreign nationals interested in pre bid conference shall furnish their
passport details ten days in advance of the pre bid conference.
3.16 Signing of Bid Documents.
71
i.
The bid must be duly signed with the name and designation of the signatory
and the seal of the firm shall be affixed.
ii.
Bid by partnership firms must bear the signature of the authorized person. A
copy of the Partnership Deed/ Agreement shall also be furnished along with
the techno commercial bid.
iii.
Bids by Corporations/Companies must be signed in the legal name of the
Corporation/Company by the President/Managing Director or by the Secretary
or other person or persons authorized to bid on behalf of such
Corporation/Company, with the seal of the Corporation/ Company. A copy of
the Memorandum/ Articles of Association/ Certificate of Incorporation shall
accompany the techno commercial bid.
iv.
Satisfactory evidence of the authority of the person signing on behalf of the
bidder shall be furnished with the techno commercial bid.
v.
The bidder’s name stated in the bid shall be the exact legal name of the
firm/Company/Corporation, etc. as registered or incorporated.
3.17 Corrections in Bid Documents.
i.
All changes/alterations/corrections in the bid shall be signed in full by the
person or persons signing the bid, with date and seal.
ii.
Corrections of errors in price bids – Price bids will be checked by NPPC for
any arithmetic errors in computation and summation. Where there is a
discrepancy between amounts in figures and words, the amount in words will
govern. Where there is a discrepancy between the lump sum prices and
price break ups, break up prices will alone be considered as final and the
lump sum prices shall be adjusted accordingly.
3.18
Transfer of Tender Documents.
Transfer
of
Tender
Document
“purchased/issued
to”
one
bidder to another bidder is not permissible. Similarly, transfer of bid submitted
by one bidder to another is also not permissible.
3.19
DUE DATE FOR SUBMISSION OF BID.
Bids must be submitted at the time and places given in the Tender notice.
NPPC may at its discretion, extend the deadline for submission of bids by
notifying the bidders in writing/publishing in NPPC/ HPC web site.
If the bid opening day happens to be an unscheduled holiday for NPPC/HPC,
the bids would be opened on the next working day.
The bids completed in all respects shall be submitted till 14.30 hrs (IST) by
16.07.2007 to the following address:
NPPC-Cell
Hindustan Paper Corporation Limited
72
10th Floor
75C, Park Street, Kolkata - 700016
3.20
PURCHASE PREFERENCE
Purchase preference shall be extended to Central Public Sector Enterprises
(CPSE) as per the directive of Government of India in this regard.
3.21
BID OPENING.
i.
Only the Techno-commercial bids i.e. Part I bids will be opened on the
date and timing mentioned, in the presence of the authorized
representatives of the bidders. The bidders representatives who are
present shall sign a bid opening statement evidencing their attendance.
Not more than two representatives of each bidder shall be permitted to
attend the bid opening.
ii.
The price bid of those bidders who were qualified in the technocommercial evaluation will alone be opened on a subsequent date, with
notice to the pre qualified bidders.
iii.
Confidentiality issues – After the opening of bids, information relating to
the examination, clarification, evaluation and comparison of bids and
recommendations concerning award of contract shall not be disclosed to
the bidders.
3.22 BID ACCEPTANCE.
i.
Wrong information – If the bidder deliberately gives wrong
information in his bid to create circumstances for the acceptance
of his bid, NPPC reserves the right to reject such bids without
any reference to the bidder.
ii.
NPPC’s right for acceptance/rejection-Notwithstanding what is
stated above, NPPC reserves the right to accept or reject any or
all bids at any time prior to the award of contract without
assigning any reason whatsoever.
iii.
NPPC also reserves the right to relax the Tender conditions,
including pre-qualifying criteria, at any stage, if considered
necessary for the purpose of finalizing the contract in the over all
interest of the company.
NOTIFICATION OF AWARD.
i.
Prior to the expiry of the period of bid validity, NPPC will notify
the successful bidder that his bid has been accepted by a Letter
of Intent (LoI) or by a work order. NPPC will be the sole judge in
the matter of award of the contract and the decision of NPPC will
be final and binding.
ii.
The notification of award will constitute the formation of the
contract.
73
3.23
iii.
Upon furnishing of a Security Deposit/Contract Performance
Bond by the successful bidder, NPPC will return the EMD/Bid
Security of all the bidders.
iv.
NPPC reserves the right to award the consultancy job in part.
SECURITY DEPOSIT/CONTRACT PERFORMANCE BOND
The successful bidder shall within 15 days from the date of notification of the
award of the contract/LOI furnish the Security Deposit/Contract performance bond
bank guarantee as per format Annexure VIII from a scheduled Indian Commercial
Bank or from an Indian branch of a foreign bank or correspondent Indian bank of
the foreign bank if not having a branch in India, for 5% value of contract,
excluding duties and taxes. If the bank guarantee is from the Indian Branch of the
foreign bank or correspondent Indian bank of the foreign bank if the foreign bank
is not having branches in India and the Bank guarantee shall be enforceable
through them. The bank guarantee being furnished should be valid for 36 months
from the date of its issue.
3.24
Execution of contract agreement
Within 15 days of LoI/Order, an Agreement shall be signed with the NPPC and
the successful bidder on a non-judicial stamp paper of INR 100.
3.25
OTHER CONDITIONS OF CONTRACT.
Customs Duty.
In case the consultant proposes to import any equipment, software etc. for the
purpose of performance of the job in India, all duties related to such imports shall
be paid directly by the consultant to the concerned authorities and the same shall
be included in the lump sum price being quoted. NPPC will not bear any liability
on this account. It is the responsibility of the consultant to provide the required
particulars and documents to the Customs authorities and other Government
authorities and get the materials cleared and transported in time. The consultant
shall be fully responsible for any delays, penalties, charges, losses, if any, in this
regard.
Income Tax, Service Tax and Cess.
Income tax along with surcharge, if any, at the prevailing rate(s) as per the Indian
Income Tax Rules shall be borne by NPPC for an overseas bidder. However in
case of an Indian bidder/alliance partner, income tax shall be deducted from the
bills and necessary certificate to this effect shall be issued to them. Bidders may
familiarize themselves with the potential obligations regarding Indian Tax Laws.
Bidders are further advised to seek its own information and consultation regarding
the applicability of these laws and requirements pursuant to this tender.
Service Tax along with Cess at present rates shall be extra for payments made in
Indian Rupees which should be specifically shown in the bid. For payments made
in Foreign currencies, the same shall be as per Government of India guidelines
and to the account of NPPC.
In case of countries with which Double Taxation Avoidance Agreement (DTAA) is
in force, Income Tax will be deducted from the payment and Tax Deduction
Certificate will be issued.
74
Insurance.
During the performance of the work, the consultant shall take out, carry and
maintain insurance as applicable from those listed below.
i.
Workman’s compensation insurance – covering all employees of the
consultant including those hired by him for statutory benefits as set out and
required by local law in the area of operation or area in which the
consultant may become legally obliged to pay benefits for bodily injury or
death.
ii.
Insurance against fire, theft, damages and loss of all property owned by
the consultant at the construction site.
iii.
Group Personnel Accident Insurance covering consultant’s employees
operating from the site, who are not already covered under section 3.2
above, as per the consultant’s established practices.
iv.
Insurance coverage for cash in transit/cash in safe/fidelity for all cash
transactions performed by the consultant.
v.
Automobile liability insurance covering all vehicles owned by the consultant
at the plant site in accordance with the Motor Vehicle Act.
Government Directives
NPPC being a public sector undertaking of the Government of India, would be
modifying/deleting/adding any clause to comply with the guidelines/directions
issued from time to time by the Government or any other statutory authorities.
3.26
Guarantees
i.
The consultant shall guarantee the services as specified and in this tender
document and technical documentation to be developed and services to
be delivered will be in accordance with sound and established engineering
practices using international standards and Indian codes/ regulations,
wherever applicable, for the purpose specified, free from defects and
suitable for respective uses intended.
ii.
In the event of faulty engineering, error or omission in respect of the work
performed by the consultant/his alliance partner, the consultant shall
furnish corrective technical studies and engineering as may be required
without any additional cost to NPPC within a mutually agreed time frame.
iii.
The consultant shall include in the LSTK Purchase orders and contracts
being finalized a requirement for guarantees from material/works against
defective material or poor workmanship, and also the consultant shall
assist NPPC in the enforcement of such guarantees.
iv.
The consultant shall provide specific guarantee for the performance of the
design, engineering, procurement, inspection and construction supervision
work undertaken by them. The consultant will be obliged to remedy and
lack of performance of the guarantees.
75
3.27
v.
The time of completion of the project as specified in the contract is of
essence.
The time for performance/completion of each individual
contractors/suppliers will be duly covered along with applicable liability
clauses in each individual contracts/supplies and the consultant to maintain
adequate follow-up/generation of documentation to monitor each individual
contractor’s/supplier’s progress and assist NPPC in claiming the
liability/damages as per each individual contracts/supplies.
vi.
The consultant will be responsible for the overall performance of the entire
system envisaged in the project.
vii.
Consultant’s above guarantees shall be valid up to a period of 12 (twelve)
months from the date of commissioning.
Performance Guarantee
The consultant shall guarantee the service as specified in the guarantee clause (i)
to (vii) above. A Bank Guarantee (BG) for an amount equivalent to 10% of the
consultant’s contract value shall be provided as performance bank guarantee for
the services to be rendered by the consultant. The performance bank guarantee
shall be valid for 12 months from the date of successful commissioning and can
be from an Indian Commercial Bank or from an Indian branch of a foreign bank or
correspondent Indian bank of the foreign bank if the foreign bank is not having
branches in India.
3.28
Completion Time.
The completion schedule of the project is within a time frame of 24 months from
the date of award of LoI.(Letter of Intent). Ref Clause 1.23
3.29
Liquidated Damages.
i.
ii.
Time being the essence of the contract and to ensure expeditious
completion of the project, the construction activities to be planned on round
the clock basis continuously through out the year. The consultant’s
representative shall be available to ensure smooth progress of the
construction/erection and commissioning activities.
To take care of the unforeseen eventualities that may crop up into during
the execution of the project a grace period of 6 months may be allowed
without any extra payment
iii.
The foreign consultant and their associates shall station their engineers in
India, at the Mill sites for sufficient period and for the effective coordination/ design /engineering/ procurement/ construction supervision and
other project management activities. In case of delay in completion of the
project due to reasons attributable to the consultant, NPPC reserves the
right to recover from the consultant penalty @ 0.5% of the contract value
per week or part thereof .
iv.
Levy/imposition of liquidated damage is subject to “Force Majeure”
conditions.Any delay
76
3.30
Force Majeure
Any delay in or failure of performance by either party to the contract shall not
constitute default or give rise to any claims for damages/compensation against
the said party if and to the extent caused by reasons which are beyond the
control of the said party, including acts of God, strikes or other concerted acts of
workmen, lockouts, power cuts, fires, flood, explosions, riots, war (declared or
undeclared), rebellion, earth quakes, sabotages, extra ordinary severe weather
conditions, civil commotion, compliance with any order or requests of any
governmental authorities, criminal acts of third parties or similar impediments,
provided such impediments are intimated to the other in writing with in 15 days
of its occurrence.
3.31
PAYMENT TERMS
NPPC offers the following payment terms:
For Engg Services: (5.0 Part A-of Price Schedule)
i. 10% of the contract value of the above services excluding taxes as advance
payment against submission of BG of equal amount.
ii. 70% of the contract value for the above services shall be paid as described
below:
a) For Process Philosophy & Basic Engg:
70% of the value quoted for this item shall be paid in 8 (eight) equal
Monthly installments with mutually agreed linkages to the progress of
the work as per final project schedule.
b) For Detaied Engg for Civil Works
70% of the value quoted for this item shall be paid in 12 equal
Monthly installments with mutually agreed linkages to the progress of
The work as per final project schedule
c) For Detail Engg for Plant & Equipment
70% of the value quoted for this item shall be paid in 12 equal
Monthly installments with mutually agreed linkages to the progress of
The work as per final project schedule
iii. Balance 20% shall be paid on completion of the project integrating with the
existing facilities. A Bank Guarantee shall be submitted for 10% value of the
Service valid for 12 months from the date of successful commissioning towards
performance Guarantee, before claiming this amount.
For Construction Management Service (5.B Part B-of Price Schedule)
i. 80% of the value of the contract for the above services in equal monthly
installments with mutually agreed linkages to the progress of work as per final
Project schedule.
ii. Final 20% on commissioning/integration of the project .This will be against
submission of performance BG for 10% value of service valid for 12 months
from the date of successful commissioning.
Payment of Waiting/Idle Times Allowance.
77
i.
ii.
NPPC at any time, if deemed it necessary to do so for any valid reason,
suspend all or part of the work giving not less than fifteen days written
notice to the consultant. Such notice of suspension of work shall specify
the specific work to be suspended and the effective date of suspension.
The consultant shall suspend the work on the date or dates specified by
NPPC in any notice under this clause and shall expeditiously recommence
the work upon receipt of NPPC’s notice to resume. In case of delay/
suspension of work by NPPC beyond 15 days the consultant will be
allowed to leave site for which to and fro Air/ Rail fare shall be allowed
extra.
NPPC is not liable to pay any waiting/idle time allowance to the consultant,
due to reasons beyond the control of NPPC.
Infringement of Patents/Designs.
The consultant shall indemnify and hold NPPC harmless from all costs, damages
and expenses arising out of any claim, action or suit brought against NPPC by
third parties in respect of any infringement of any patent or registered designs or
any similar rights resulting from the use of any technical information, data or
process or design belonging to or used by the consultant and/or furnished to
NPPC.
3.32
Ownership of Drawings/Documents.
All drawings, designs, specifications and data collected (hard and soft copies)
shall be the property of NPPC and NPPC shall have the freedom to use these
materials for its purposes and shall not be bound by any restrictions in this regard.
3.33
ACCOMMODATION /CONVEYANCE/ SITE FACILITY.
i.
Accommodation for the representatives of the consultant and/or their
alliance partner shall be provided by NPPC free of charge at the Mill sites.
However, food expenses shall be to the bidders account.
ii.
All costs associated with the site visits in connection with the job
undertaken by the consultant/alliance partner shall be borne by the
consultant/alliance partner.
iii.
The expenses for travel in India and Abroad by the representatives of the
consultant/alliance partner when specifically required by NPPC as part of
supply contracts finalisation, review / expedition of manufacturing at the
LSTK contractor/ vendor’s works, inspection services, approvals /
clearances from statutes/ administrative bodies, etc. shall be borne by
NPPC .This re-imbursement shall be limited to air fare in economy class,
train fare in 1st/2nd/3rd AC class and taxi fare for local conveyance
whichever is applicable in the destination route. Cost of accommodation at
various sites in connection with the aforementioned services shall be borne
by NPPC. All other associated expenses shall be borne by the
consultant/alliance partner.
3.34 Assistance in Approvals/Disputes.
78
3.35
i.
The approval from any statutory authority in connection with the execution
of the project shall be obtained by NPPC. However, required assistance
shall be rendered by the consultant.
ii.
The consultant shall also render all technical/commercial assistance
including preparation of necessary documents, clarifications etc. required
to be furnished for any disputes/arbitrations with the contractors/agencies
engaged for this project. The period of this assistance shall be for a period
of 18 months from forwarding of the respective final bills for the contract to
NPPC and no extra cost will be admissible for this.
SETTLEMENT OF DISPUTES.
Any dispute or differences whatsoever, arising between the parties out of or
relating to construction/ meaning / scope/operation or effect of this contract or the
validity or the breach thereof, shall be settled through the court of law only.
3.36 JURISDICTION.
For the purpose of enforcing legal rights/remedies in respect of this contract,
Courts in Kolkata, West Bengal shall alone have exclusive jurisdiction.
GOVERNING LAW
The Contract arising out of this Tender shall be governed by Indian Law.
79
SECTION – IV
Nagaland – Bare Facts
4.1
Nagaland………..……feels the warm-hearted hospitable people
A narrow flame shaped strip of rugged mountains, green valleys, brilliant streams
and culturally one of its richest and most diverse. Located in the North East India
with Assam in the West, Myanmar in the East, Arunachal Pradesh in the North and
Manipur in the South.
Nagaland’s blue hued mountains and expanses an intriguing world of ancient
rituals and a warm hearted hospitable people. The exquisitely picturesque
landscape, vibrant colourful sunrise and sunsets, lush and verdant flora represents
unimaginable beauty moulded perfectly for a breathtaking experience.
Nagaland has a rich oral tradition handed down the generations through its
turbulent history, song and dance, indigenous crafts, costumes and jewellery,
myths and legends, brave warriors and tribal richness, Nagaland lures the
adventurous of heart for a delightful life experience. This verdant home of the
Nagas formally inaugurated as the state of Nagaland on 1st December 1963, the
16th State of the Indian Union.
4.2 Fact File…
 State capital
 Area
 Location
4.3





Population
Official Language
Languages spoken
Major Religion
Climate

Literacy rate
Kohima
16257 sq km
The state is situated between 250 06’ and
27004’North latitude and between 93020’ and
95015’East longitudes.
Paper Nager., the Mill site near Tuli, is situated in
Northen part of the State close to Amguri township in
Assam.
1988636 (2001 census)
English
English, Hindi, Nagamese
Christianity
Salubrious climate make it a
Pleasant place to live. Humid and tropical with an
average rainfall of 2000 mm.
Max/ Min temp – 23/10 Co
81 %
How to reach the Project site (NPPC, Tuli)
1.
Plant Location.
80
The Nagaland Pulp & Paper Company Limited (NPPC) is located at the village
Tuli, District, Mukokchung. Nagaland state. The mill is situated at a distance of 5
Km from Assam- Nagaland border and it is 152 Km west of Kohima.
2.
NH 61(Amguri to Kohima) is passing in front of the mill site. This NH
is connected to NH 37.
3.
Buses (Night and Day ) are available to Jorhat and Amguri regularly
from Guwahati and Dimapur. Local buses are operating to mill site/ Tuli from
Mukokchung, Amguri, Jorhat, Dimapur, Kohima etc frequently.
4.
Amguri (21 KM from mill site) is on the main line of North-Eastern
Frontier Railway. All the major train services including Rajdhani Express, Jan
Satabdi, B.G.express pass through Dimapur/ Amguri. Connecting rest of the
country via Guwahati. Amguri to Tuil B.G line is available. Passeger Trains
were running between Tuil and Amguri but stopped due to low traffic.
5.
From Kolkata and Guwahati flights are available to Jorhat. (From
Jorhat to Tuli is about 65 KM ). Dimapur the commercial hub and the gateway
to Nagaland is connected by air to Delhi and Kolkata.
6.
Accommodations are available at Jorhat, Dimapur and Kohima
Guest House facilities are available at NPPC project. Site. Advance information
may be given to Officer-in-Charge of NPPC Project for arranging Guest House
accommodation.
7.
For visiting Nagaland an Inner Line Permit is required from
Government of Nagaland. The Officer –in-Charge of NPPC project will help in
organizing the same on advance information. This can also obtain from the
Deputy Resident Commissioner at Nagaland House, New Delhi & Kolkata,
Assistant Resident Commissioner, Guwahati & Shillong or from D.Cs of any of
the District Headquarters.
8.
English and Hindi are used by most of the people living in and around
the project site.
9.
The present contact telephone numbers at site are 03862 271601
Mobile service also available at the site.
81
SECTION-- V
5.0 PRICE BID FORMAT
Price Bid Format
Sheet-1 of 2
A. Engineering Services
Sl.
No.
1)
2)
3)
Name of work
Process Philosophy
Engg.Service
and
Price in [Rs]
Basic
Detail Engg. for Civil Works including
structural for LSTK & EPC Modules
and for all other BoP items as
described in TD including Tender
document
preparation,
tender
evaluation,
purchase
order
finalization, inspection and order
documentation.
Detail Engg. for Plant & Equipment of
EPC Modules and all other BoP items
of LSTK as described in TD including
Tender document preparation, tender
evaluation,
purchase
order
finalization and order documentation
including procurement assistance
and inspection..
4)
(i) Duties / Taxes
(ii) Service Tax
5)
Total
82
Price Bid Format
Sheet 2 of 2
B)
Construction Management Services;
Sl.
No.
1)
Name of work
Price in [Rs]
Civil Construction
Assistance in Supervision of Civil
Construction jobs relating to all the
schemes as per scope described in
TD: including site & construction
management
2)
Erection of Plant & Equipment
Assistance in Supervision of erection
of plant and equipment of all
schemes and integration with existing
facilities including site & construction
management.
3)
Start-up,
Commissioning
operation guidance
4)
(i) Duties / Taxes
(ii) Service Tax
5)
Total
and
The price bid shall cover all the jobs related to Project Management services as per
Tender Document irrespective of the Name of work indicated under the Price Bid Format.
83
SECTION -- VI
Annexure I
Undertaking by the Bidder
I/We _____________________________________ (Name of the Bidder)
hereby represent that I/we have read and understood the Bid Document and
that my/our Bid has been prepared accordingly in compliance with the
requirement stipulated in the said document.
Signature and seal of the Bidder
Name:
Address of the Bidder:
Place:___________________
Date:____________________
Note: This undertaking should be signed by the Bidder’s representative who is
signing the Bid.
84
Annexure II
Bidder Evaluation Details
1. Name of the firm
:
2. Address
:
3. Name and address of person
to be contacted
:
4. Telephone No.
:
5. Fax Number
:
6. E-mail
:
7. Whether partnership/Limited Co./
Consortium/Trade body/others
(Copy to be enclosed)
8. Name and address of Bankers
with account number
:
:
9. Details of foreign tie-up/collaboration
(Documentary proof to be
enclosed)
:
10. In case of having foreign tie up/
Collaboration, illustrate scope of
foreign tie up/collaboration and :
documentary proof thereof
12. Details to meet the pre-qualification
criteria
:
13. Facilities available (Documentary proof
to be enclosed)
:
A) Design engineering
B) R&D
C) Testing
85
14.
Number of persons employed
Supervisory
General staff
15. Capital
Authorised
Managerial
Subscribed
Engineers
Paid up
16. Details of statement of Annual
Accounts/Balance sheet enclosed
(Enclose copies for last 5 years)
:
17. Details of relatives of proprietor/
partner/Director employed in
HPC Units/ subsidiary companies
, if any.
:
18. Please give a write up on your
firm’s activities
:
Signature of bidder, designation
with date and seal
86
Annexure III
Schedule of Deviations from the Scope of Work
Deviations if any from the scope of work shall be filled in by the bidder, clause by
clause, in this schedule and submitted along with the Techno-Commercial Bid.
Section
Item number
Clause
Number
Deviation Sought
The bidder hereby certifies that the above-mentioned are the only deviations from the
scope specified in the bid document. The Bidder further confirms that in the event
any other data and information presented in the bidders proposal and accompanying
documents including drawings, catalogues etc. are at variance with the specific
requirements laid out in the scope specified by NPPC, then the latter shall govern
and will be binding on the bidder for the quoted price.
Company Seal
Name
& Address of the
Company
:
Signature:
Designation:
Date:
87
Annexure IV
Schedule of Deviations from Contract Conditions.
All deviations from the Bid document/Contract Conditions shall be filled in by the
bidder, clause-by-clause, in this schedule and submitted along with TechnoCommercial Bid.
Section
Item Number Clause Number
Deviation
Sought
The bidder hereby certifies that the above mentioned are the only deviations from
NPPC’s Bid document/Contract Conditions. The Bidder further confirms that in the
event any other data and information presented in the bidders proposal and
accompanying documents are at variance with the specific requirements laid out in
NPPC’s Bid document/Contract Conditions then the latter shall govern and will be
binding on the BIDDER for the quoted price.
Company Seal
Signature :
Name & Address of the
Designation:
Company :
Date
:
88
Annexure V
Schedule of Experience
The bidder shall furnish hereunder a list of similar jobs executed by him to whom a
reference may be made by the NPPC in case NPPC considers such a reference is
necessary.
Sl. Name and
No description
of work with
contract No.
1
2
Scheduled
Completion
period
Actual
Completion
period
Value of
work
Year of start
and
completion
Client
details
with
Name,
Address,
Telephone, Fax
etc.
Persons to
whom ref. may
be
made
3
4
5
6
7
8
Signature:
Designation:
Name of the bidder:
Company / Firm seal:
Date:
89
Annexure – VI
EMD/Bid Security Performa
Ref. No.............
No.............
Dated…………
To,
Nagaland Pulp & Paper Company Limited
Paper Nagar, Tuli
Mokokchung Dist
Nagaland
India.
Dear Sirs,
1. Whereas Nagaland Pulp & Paper Company Limited, incorporated under the
companies Act 1956, having its Registered office at Paper Nager, Tuli, Dist
Mokokchung, Nagaland, India (hereinafter called ‘NPPC’ which expression shall unless
repugnant to the context or meaning thereof include all it’s successors , administrators
and assignees) has issued a tender No............. Date............and M/s.................having
their head/registered Office at .............(hereinafter called the “Bidder” which expression
shall unless repugnant to the context or meaning thereof mean and include all its
successors, administrators, executors and permitted assignees) having submitted a Bid
under reference No...... and Bidder having agreed to furnish as a condition precedent
for participation in the said bid an unconditional and irrevocable Bank Guarantee of
INR./USD..... (In figures) (Indian Rupees/US Dollar...........(in words) only) for the due
performance of Bidder’s obligations as contained in the terms of the notice inviting bid
and other terms and conditions contained in the Bid document supplied by NPPC which
amount is liable to be forfeited on the happening of any contingencies mentioned in the
said documents.
2.
We, (Name of the Bank ).........registered under the laws of.........having Head
/Registered Office at ..........(hereinafter to as “the Bank” which expression shall, unless
repugnant to the context or meaning thereof include all its successors, administrators,
executors and permitted assignees)guarantee and undertake to pay immediately on first
demand by NPPC ,the amount of INR/USD (in figures).......(Indian Rupees/ US Dollars
(in words ).......only ) in aggregate at any time without any demur and recourse, and
without NPPC having to substantiate the demand . Any such demand made by NPPC
shall be conclusive and binding on the Bank irrespective of any dispute or difference
raised by the Bidder.
3. The Bank also agrees that this guarantee shall be irrevocable and governed and
construed in accordance with Indian Laws and subject to exclusive jurisdiction of Indian
Courts of the place from where bidders have been invited.
90
4. This guarantee shall be irrevocable and shall remain in force up to.......... which
includes thirty days after the period of validity and demand in respect thereof should
reach the bank not later than the aforesaid date.
Notwithstanding anything contained
herein above, our liability under this Guarantee is limited to INR/USD
(in
figures).......(Indian Rupees /US Dollar (in words).......only) and our guarantee shall
remain in force until.................
Any claim under this Guarantee must be received by us before the
expiry of this bank Guarantee. If no such claim has been received by us by the said
date, the rights of NPPC under this Guarantee will cease. However, if such a claim has
been received by the valid date, the Guarantee shall be valid and shall not cease until
we have satisfied that claim. In witness whereof, Bank, through its authorized officer, has
set its hand and stamp on this .......day of.....at.........
Signature :
Full Name :
Designation :
Official Address :
Bank stamp :
Attorney as per power of Attorney
No :..................
Dated :.......................
WITNESS NO.1
.................................
(Signature)
Full name and official address
(in legible letters )
WITNESS NO.2
............................
(Signature)
full name and official address
(in legible letters)
91
Annexure VII
Contract Performance Bond Performa
Ref: No…………….
Dated…………………………………
To
Nagaland Pulp & Paper Company Limited
Paper Nagar, Tuli
Mokokchung Dist
Nagaland
India.
Dear Sirs,
1) In consideration of Nagaland Pulp & Paper Company Limited, incorporated under
the companies Act, 1956, having its registered office Registered Office at Paper
Nager, Tuli, Dist Mokokchung, Nagaland, India, hereinafter referred to as NPPC,
which expression shall, unless repugnant to the context or meaning thereof, include
all its successors, administrators, executors and assignees) having entered into a
contract No……dated…………….(hereinafter called ‘the Contract’ which expression
shall, include all the amendment thereto) with M/s…………………….having its
registered/ Head Office at ……………… (hereinafter referred to as the “contractor” )
which expression shall, unless repugnant to the context or meaning thereof include
all its successors, administrators, executors and assignees) and NPPC having
requested that the contractor shall furnish to NPPC a contract performance bond
for Rs. ____________ for the faithful performance of the entire contract..
2) We (name of the Bank) ---------- registered under the laws of ---------- having head /
registered office at------------- (hereinafter referred to as “the Bank”, which
expression shall, unless repugnant to the context or meaning thereof, include all its
successors, administrators, executors and permitted assignees) do hereby
guarantee and undertake to pay immediately on first demand in writing any /all
moneys to the extent of Rs. (in figures)----------- Rupees (in words) --------) without
any demur, reservation, contest or protest and /or without any reference to the
contractor . Any such demand made by NPPC on the Bank by serving a written
notice shall be conclusive and binding without any proof, on the bank as regards
the amount due and payable, not withstanding any dispute(s) pending before any
court, Tribunal, Arbitrator or any other authority and /or any other matter or thing
whatsoever, as liability under these presents being absolute and unequivocal. We
agree that the guarantee herein contained shall be irrevocable and shall continue
to be enforceable until it is discharged by NPPC in writing. This guarantee shall not
92
be determined, discharged or affected by liquidation, winding up, dissolution or
insolvency of the contractor and shall remain valid, binding and operative against
the Bank.
3) The Bank also agree that NPPC at its option shall be entitled to enforce this
guarantee against the bank as a principal debtor, in the first instance, without
proceeding against the contractor and not withstanding any security or other
guarantee that NPPC may have in relation to the contractor’s liabilities
4) The Bank further agrees that NPPC shall have the fullest liberty without our consent
and without affecting in any manner our obligations hereunder to vary any of the
terms and conditions of the said contract or to extend time of performance by the
said contractor(s) from time to time or to postpone for any time or from time to time
exercise of any of the powers vested in NPPC against the said contractor(s) and to
forbear or enforce any of the terms and conditions relating to the said agreement
and we shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said contractor(s) or for any forbearance, act or
omission on the part of NPPC or any indulgence by NPPC to the said contractor(s)
or any such matter or thing whatsoever which under the law relating to sureties
would, but for this provision, have effect of so relieving us.
5) The Bank further agrees that guarantee herein contained shall remain in full force
during the period that is taken for the performance of the contract and all dues of
NPPC under or by virtue of this contract have been fully paid and its claim satisfied
or discharged or till NPPC discharges this guarantee in writing, whichever is earlier.
6) This guarantee shall not be discharged by any change in our constitution, in the
constitution of NPPC or that of the contractor.
7) The Bank also agrees that this guarantee shall be governed and construed in
accordance with Indian Laws and subject to the exclusive jurisdiction of Indian
Courts of the place from where the purchase order has been placed.
8) Not withstanding anything contained herein above, the bank’s liability under this
guarantee is limited to Rs. (in figures) ---------Rupees (in words)………. and the
guarantee shall remain in force until ……… (Indicate the date of expiry of bank
guarantee)
In witness whereof, the Bank through its authorized officer has set its hand and stamp on
this --------------day of -------------- at ----------------------------------------------
(Signature)
Full name, designation and Address (In legible letters) with bank stamp
Attorney as per Power of
Attorney No. -----------------------Dated----------------------------------93
WITNESS No 1
_______________
(Signature)
Full name and official address
(In legible letters)
WITNESS No 2
_________________
(Signature)
Full name and official address
(In legible letters).
94
Annexure VIII
Performance Bank Guarantee Performa
Ref. No.:
Bank Guarantee No…………
Dated……………….
To
Nagaland Pulp & Paper Company Limited
Paper Nagar, Tuli
Mokokchung Dist
Nagaland
India.
Dear Sirs,
In consideration of Nagaland Pulp & Paper Company Limited, incorporated under the
Companies Act 1956, having its Registered Office at Paper Nager, Tuli, Dist
Mokokchung, Nagaland, India (hereinafter referred to as “NPPC”, which expression
shall, unless repugnant to the context or meaning thereof, include all its successors,
administrators, executors and assignees) having entered into a contract No…… dated
…… (hereinafter called the “Contract” which expression shall include all the
amendment thereto with M/s. ……… having its Registered / Head Office at
……..(hereinafter referred to as the “Contractor”) which expression shall, unless
repugnant to the context or meaning thereof include all its successors, administrators,
executors and assignees) and NPPC having agreed to pay to the contractor a sum of
Rupees / US$ …. (in figures) ……(Indian Rupees / US Dollars) …..(in words) as and
by way of Performance Guarantee representing ….% of the contract value of …..in
terms of the contract for design, manufacture and supply of ………………….., its
erection, commissioning and Performance Guarantee run as per their offer No.
……….dated …….. and subsequent messages, pursuant to your invitation for such bid
and conditions of contract and other bid documents relating there to subject to
additions and alterations mutually agreed upon and set forth or referred to in the
contract acceptance No. ………… dated ………….. and which expression shall include
the execution of any formal agreement, if any, between you and the contractor in terms
of Articles to payment clause or conditions of the contract mean and includes the said
agreement, on our agreeing to furnish you with our guarantee in the manner herein
after contained we ……………………….do hereby covenant and agree with you as
follows.
1) We under take to indemnify you and keep you indemnified to the extent of the sum
of …………….. from and against all losses and damages that may be caused to or
suffered by you or in relation to the payment to be made by you to the contractor as
the aforesaid by reason of any default or defaults on the part of contractor in the
fulfillment of satisfactory performance guarantees or carrying out any works under
the said purchase order / work order in respect of which such payment as aforesaid
is to be made by you to the contractor or otherwise in the observance and
95
performance of any of the terms and conditions relating thereto in accordance with
the true intent and meaning thereof and in the event of any default or defaults on
the part of the contractor as aforesaid we shall forthwith on demand pay to you any
sum or sums not exceeding the total, the said sum of …………… as may be
claimed by you to be due from the contractor by way of refund of such advance
payment or any portion or portions thereof or otherwise as your losses and / or
damages by reasons of such default or defaults on the part of the contractor as
aforesaid.
2) Notwithstanding anything to the contrary, your decision as to whether the contractor
has made any such default or defaults and the amount or amounts to which you are
entitled by reason thereof will be binding on us and we shall not be entitled to ask
you to establish your claim or claims under this guarantee but will pay the same
forthwith without any objection.
3) This guarantee shall come into force simultaneously with your making the said
advance payment to the contractor and shall not be revoked by us whether before
its coming into force or any time during its currency without your previous consent
in writing.
4) This guarantee shall expire on …………….. at the latest without prejudice to your
claim or claims arisen and demanded from otherwise notified to us in writing on or
before the said date. Should it be necessary to extend this guarantee beyond the
said date, we undertake to extend the period of this guarantee on your request till
such time as may be reasonably required.
5) You will have fullest liberty without affecting this guarantee to postpone for any time
or from time to time any of your rights or powers against the contractor and either to
enforce or forbear to enforce any of the terms or conditions of the said contract and
we shall not be released from our liability under this guarantee by the exercise of
your liberty with reference to the matter aforesaid or by reason of any time being
given to the contractor or any other forbearance, act or omission on your part or
any indulgence by you to the contractor or by any variation or modifications of the
said purchase order or any other act, matter or thing whatsoever which under the
law relating to sureties would but for the provisions hereof have the effect or so
releasing us from our liability hereunder PROVIDED ALWAYS nothing herein
contained will enlarge our liability hereunder beyond the limit of …………….. as
aforesaid or extend the period of this guarantee beyond the said …………………
unless expressly agreed to by us in writing.
6) All compositions and payments that may be received by you from the contractor or
any person, firm or company whomsoever for or on account of the contractor in any
way in respect of the said contract shall be regarded as payment in gross and you
will be entitled to prove against the assets of the contractor should the contractor
be wound up, dissolved or declared insolvent irrespect of the whole of the
contractors indebtedness to you without any right on our part to stand in your place
in respect of or to claim the benefit of such composition or payments or any security
that may be held by you until you shall have received the full amount of your claims
against the contractor and this guarantee shall not in any way be affected by your
taking or varying or giving up any securities from the contractor or any other
person, firm or company on its behalf or by the winding up, dissolution, insolvency
or death as the case may be of the contractor.
7) In order to give full effect to this guarantee herein contained, you shall be entitled to
act as if we were your principal debtors in respect of all your claims against the
96
contractor, hereby guaranteed by us as aforesaid and we hereby expressly waive
all our surety-ship and other rights, if any, which are in any way inconsistent with
the above or any other provisions of this guarantee.
8) Subject to the maximum limit of our liability as aforesaid this guarantee will cover all
your claim or claims against the contractor from time to time arising out of or in
relation to your such advance payment to the contractor as aforesaid and in respect
of which your demand or notice in writing be issued to us before the date of expiry
of this guarantee mentioned above.
9) This guarantee and the powers and provisions herein contained are in addition to
and not by way of limitation of or substitution for any other guarantee or guarantees
hereto forgiven to you by us (whether jointly with other or alone) and now existing
uncancelled and that this guarantee is not intended to and shall not revoke or limit
such guarantee or guarantees.
10) This guarantee shall not be affected by any change in the constitution of the
contractor or ourselves nor shall it be affected by change in your constitution or by
any amalgamation or absorption thereof or therewith but will ensure for and be
available to and enforceable by the absorbing or amalgamated company or
concern.
The undersigned has full powers to sign this guarantee on our behalf under the Power
of Attorney No. …………… dated ………….
……………………………………….
(Signature)
Full Name, Designation & Address
(In legible letters) with Bank Stamp
WITNESS No 1
(Signature)
Full Name & Official Address
(In legible letters)
WITNESS No. 2
(Signature)
Full Name & Official Address
(In legible letters)
97
98
Download