You are on page 1of 35

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED

(A Government of India Undertaking)


Administrative Building, Chembur, Mumbai 400 074. Maharashtra, INDIA
Phone: 00 91 22 2552 2928 Fax: + 91 22 2552 2320

NOTICE INVITING TENDER


FOR
DESIGN SUPPLY INSTALLATION & COMMISSIONING OF SAFETY VALVE TEST BENCH
WITH DATA AC AT RCF

TENDER NO. : DCME-20137

DATED: 28th August 2014


Important Dates

Last Date & Time for downloading of Tender documents

: 18.09.2014 up to 2.00 p.m.

Last Date & Time of Submission of Tender

: 18.09.2014 up to 2.00 p.m.

Date & Time of Opening of Tenders

: 18.09.2014 at 3.00 p.m.

Contacts:
1) RCF Helpline Number : 022-25522760 ( 10.00 a.m. to 5.00 p.m.)
2) Mrs. Pranjali Kulkarni (Tel:+91 22 2552 2928), e-mail: ppkulkarni@rcfltd.com
3) Mr. A. U. Awalkar (Tel:+91 22 2552 2478), e-mail: auawalkar@rcfltd.com

1|Page

THIS TENDER DOCUMENT CONTAINS:


Sr. No.

Documents

Item details

Pages

NIT

Instruction For Bidders

ANNEX-I

Special notes on notice inviting tender For foreign bidders

ANNEX II

Pre-qualification Details

ANNEX III

Technical specifications

7-16

ANNEX IV

Commercial Terms & Conditions (Indian/foreign bidders)

16-19

ANNEX V

Format Solvency Certificate

ANNEX VI

Format for Security Deposit cum Performance Bank Guarantee

21-23

ANNEX VII

Integrity Pact

24-27

ANNEX VIII

Modalities of e-reverse auction

28-31

10

ANNEX-IX

Format- Process Compliance for e-reverse auction

32

11

ANNEX-X

Bid bond proforma for foreign bidders

33

12

ANNEX-XI

Price bid format for Indian bidders

34

13

ANNEX-XII

Price bid format for Foreign bidders

35

2|Page

3-4

20

Notice Inviting Tender No.: DCME-20137


INSTRUCTION FOR BIDDERS
This is a Notice Inviting Tender (NIT) for supplying safety valve Test Bench
as per the terms & conditions stated hereinafter:
Item Description & Quantity for Supply:

1.01
Sr

Short Text

Qty Required

supplying safety valve Test Bench with data acquisition system AT


RCF AS PER SPECIFICATION ATTACHED

AS PER
ANNEXURE II
TECH SPECS

1.02

Award of Contract: Contract shall be awarded on overall lowest basis to the supplier ON
OVERALL LOWEST BASIS.

1.01

Delivery: Delivery will be the essence of the contract, Vendor to quote delivery period from the date of
Purchase order/LOI. Expected delivery is 16 weeks from the date of purchase order.

1.02

EARNEST MONEY DEPOSIT (EMD) for Rs. 50,000/- is to be deposited as per following instructions,
EMD other than below mentioned format shall not be considered:
RTGS/NEFT: EMD to be deposited in RCFs account through RTGS/NEFT and details of this transaction with
UTR number to be submitted along with technical bid for verification. Bank details for RTGS/NEFT
payment are as follows :
Beneficiary Name : Rashtriya Chemicals & Fertilizers Limited
Name of Bank
: State Bank Of India
Branch
: Mahul Road, Chembur, Mumbai
Branch Code
: 00564
IFSC Code
: SBIN0000564
Current A/c No. : 32376445560

If exempted from submission of EMD, then upload a valid certificate issued by National Small Scale
Industries Corporation (NSIC). Please note that No other certificate is entitled for EMD exemptions.
The earnest Money/ Security Deposit, required to be given by the BIDDER shall be valid up to a period of five years
or the complete conclusion of contractual obligations to the complete satisfaction of both the BIDDER and
the RCF, including warranty period whichever is later.

A. Bids should be submitted as per following instructions only:


Bidders are requested to submit the offer in two different sealed envelopes as explained below.

i) 1st envelope having full technical details and all commercial terms and conditions along with
the bid abstract sheet as per RCF requirement in the enquiry with clear listing of
deviations and super scribe this envelope as TECHNO-COMMERCIAL BID for tender
No
.
This envelope should also contain the photocopy of price bid with actual prices blackened out.
ii) 2nd Envelope for PRICE BID containing Price Bid along with your commercial terms and
conditions. Kindly note that the commercial terms and conditions in the Price Bid should
3|Page

be in line with the commercial terms and conditions sheet filled in and signed in the
technical bid. Kindly mark this envelope as PRICE BID. for tender No
All these two envelopes should be put in a big cover duly sealed mentioning the Enquiry No. and
the submission date on it. All the individual envelopes should also have specific contents, Enquiry
No. and submission date on it along with the bidders name and contact details.

NOTE: 1) Quote the Lowest basic price exclusive of excise duty, sales tax and octroi.
2) All payments due to vendor shall be released only after submission of bank guarantee
and the receipt of confirmation of the same from your bank. RCF shall not be responsible for the
delay in making payment on account of any discrepancy in bank guarantee or late receipt of
confirmation.
NOTE:
1)
RCF Ltd. reserves the right to accept or reject any/all bids without assigning any reason.
2)
RCF Ltd. reserves the right to place order on one or more vendors.
3)
RCF Ltd. reserves the right to split the quantum of work/purchase and/or combine
works/purchases at its sole discretion.
1.03

Payment Term: 100% payment will be made on 30th day of receipt of material at RCF stores subject to
acceptance of material at RCF stores & submission of Security Deposit if applicable.

1.04

Bid Validity: The bid should be valid for a period of 120 days from the date of opening of the tender.
Offers with less bid validity shall be rejected outright.

1.05

Taxes & Duties: Bidder should clearly mention all duties & taxes in price. Your offer should be FOR RCF
stores basis only. Packing & Forwarding, Excise duty, Sales tax, Freight, Insurance & Octroi charges to be
paid by RCF should be clearly mentioned in Price Bid. In case any taxes, duties are not clearly specified in
price bid then it will be presumed that no such tax/levy is applicable or payable by RCF.

1.06

Liquidated Damages (LD): LD shall be applicable for delayed supplies @ % of total value of PO per
week or part thereof subject to maximum of 5 % of total order value.

1.07

Statutory Variation Clause: Any variation in statutory levies/taxes within the contractual delivery period
shall be to RCFs account & beyond contractual delivery period, upward variation shall be to Suppliers
account.

1.08

Security deposit cum performance guarantee clause: Security Deposit (SD) cum Performance
Bank Guarantee (PBG): Successful bidder will have to submit Security Deposit cum performance bank guarantee for
10% of contract value either in the form of Bank Guarantee as per RCF's format or through RTGS/NEFT, this SD shall
be valid up to a period of five years or the complete conclusion of contractual obligations to the complete satisfaction
of both the BIDDER and the RCF including warranty period whichever is later as per Integrity pact Clause No 4.1 This
is to be submitted within 15 days of placement of order. The Bank Guarantee should be from the Bank out of RCF
approved Bankers as per the list attached.

In case the successful BIDDER violates any of the terms of NIT, RCF shall be entitled to forfeit the EMD/SD
without assigning any reason.

4|Page

SPECIAL NOTES ON NOTICE INVITING TENDER

ANNEXURE-I

FOR FOREIGN BIDDERS

1. Earnest Money Deposit of Rs 50,000/- or equivalent amount in US$ is to be deposited in the nearest State

2.
3.
4.
5.
6.
7.
8.
9.

Bank of India, A/c No.32376445560, M/s Rashtriya Chemicals & Fertilizers Limited A/c at Mahul Road Branch,
Chembur, Mumbai, Branch Code 0564 as per the attached EMD payment Triplicate Challan (Annexure
VIII).You will submit the COMPANY COPY along with the EMD & UNPRICED COMMERCIAL BID. EMD in
any other form will not be acceptable.
Bids and Bid Bonds should be valid for a period of 120 days from the date of opening of the tender.
Any Bank Guarantee from a Foreign Bank, should be countersigned by their Indian counter part or by a
Nationalized Bank in India.
Price basis: Party shall quote for all the three options 1. FOB nearest port 2. CIF Navasheva Mumbai 3.
CIP Mumbai Airport The Bidder has to indicate Country of Origin and port of loading.
Payment Terms for supply: 100% Payment will be made through irrevocable Letter of Credit against
submission of complete dispatch documents & submission of performance Bank Guarantee.
All Bank Charges outside India shall be to the Suppliers Account including L/C Confirmation Charges, if any.
Please mention name and address of your Bank with Account Number & SWIFT CODE .
Please mention name and address of Beneficiary.
Please confirm in percentage if there is any Indian agency commission to be paid by RCF in Indian Rupees in
India as well as any service tax applicable on this. Also mention the Name, Address, PAN and Bank Account
of the Indian Agent to whom such commission if any is to be paid.
L/C extension charge, if any, due to Suppliers fault will be on account of Supplier.
Price and delivery period should be firm.
Part order acceptance clause shall be accepted by the party

10.
11.
12.
13. Delivery shall be by an Indian flag vessel only. Transshipment will be allowed only if there is
no Indian flag vessel from the country of origin.
14. Photo copy of the Price bid with actual prices blackened out is to be submitted with Unpriced
Commercial Bid.

15. Liquidated damages for late delivery shall be levied for the delayed delivery @ % of total order value per
week or part thereof subject to maximum of 5 % of total order value.

16. All General Terms and Conditions of NIT as per Annexure VI are to be accepted by the Bidder.
17. Any deviation is to be given in separate page marked Deviations with reference to item of General Terms &
18.
19.

Conditions in the Annexure-VI.


Delivery period should be as per our enquiry. Delivery period is the essence of the contract. For deliveries
extending beyond preferred delivery period, an increase of 0.5% per week or part thereof shall be loaded on
quoted price for evaluation purpose. RCFs decision in this regard shall be final & binding on the party.
The points in this Special Notes supersedes any point/points in NIT which is/are not in agreement with this.

I/we agree for all above points.

(SIGNATURE AND STAMP)

Date:
Place

5|Page

Pre-qualification Details (to be submitted in Techno-commercial Bid)

ANNEXURE II

(NOTE: Incomplete form or non-submission of documents to verify details may results into rejection of your
offer, e-procurement system will not allow submission of documents after due date of tender and no
communication shall be done for submission of documents)
NAME OF BIDDER: .

Sr Pre-qualification Criteria
i)

The bidder should be an OEM or an authorized representative with letter of authorization to quote on OEMs behalf for
this tender with after sales support for services as and when required. (OEM authorization letter shall be attached with
the quotation and offer by any dealer/agent without the authorization letter shall be rejected).
Bidder should have supplied at least one safety valve Test Bench at one location in the last 3 years & same shall be
working satisfactorily. Bidder should submit purchase order executed by them for safety valve Test Bench in last three
years with technical bid. The name of contact person of the buyer along with telephone No. & correspondence address
should be furnished.
The supplied safety valve test bench should be fully/semi automatic with all the required accessories for autoimatic
development of the required hydraulic test pressure and interface to computerized data acquisition system./
The safety valve test Jig should have universal flange with 2/3jaw hydraulic clamp to hold the safety valve under test on
the universal test flange for various sizes.

ii)

iii)
iv)

Fill details as per criteria mentioned above (any one) and submit PO copies & its performance certificate for
verification
Sr

PO No. & Date

System Details

Name of Customer

1
2
3

Turnover during last three financial years ( Required minimum Avg. turnover of Rs.35
lakhs)

(Please submit Turnover Certificate issued by your CA for following Financial years in Packet 3 for verification OR
submit P&L statements of following years)

Sr
1
2
3

Financial Year
2010-11
2011-12
2012-13
Average Turnover for 3 years =

Bank Solvency Certificate Or

Amount ( Rs. )

Credit limit from Bank


(Minimum Rs. 34 lakhs) issued by your
banker within last 1 year
Please upload this certificate in packet 3
The bidder should have quoted for noncomprehensive AMC as details mentioned in
Technical Bid and quoted as per BOQ along
with service tax

Name of Bank : ..
Certificate date: ..
Solvency Value: .
Or Credit limit from Bank
AGREED
DISAGREED

(Note: Non acceptance will results into


rejection of offer)

The OEM/Authorized representative should


have service/maintenance support facility in
India. They must submit address of such
facility.

SUBMITTED
NOT SUBMITTED

SIGNATURE WITH STAMP

6|Page

TECHNICAL SPECIFICATIONS FOR SAFETY VALVE TEST BENCH

ANNEXURE III

1.00

Introduction
RASHTRIYA CHEMICALS & FERTILIZERS LIMITED, a company registered under the Companies Act, 1956
having its principal offices at Priyadarshani, Eastern Express Highway, Bombay 400 022, India (hereinafter
referred to as RCF), WHEREAS OWNER owns and operates two large Chemicals & Fertiliser Complex one at
Trombay and another at Thal. RCF has a large residential township in the Chembur, RCF intends to procure
and install safety valve Test Bench at the Centralised Instrument Workshop at Trombay, Mumbai.

1.01

Instrument Workshop is the centralised place where control and safety valves are received for repair & overhaul as and
when required, as well as on periodic basis, especially during total annual turn around shutdown for testing as per the
statutory requirement.

1.02

In view of the above, it is proposed to procure and install fully / Semi-Automatic safety valve test bench with all the
required accessories for developing the required hydraulic test pressure to test the various sizes of the safety relief
valves. The hydraulic test bench shall have all the required interface to the computerised data acquisition system for
generating the test report in internationally accepted format, as well as it should generate a database which can be
retrieved as and when required in order to know the past history of that particular safety valve.

2.0

Vendors Scope of Work / supply


The tentative scope of work and scope of supply shall include but not limited to the following

2.01

DESIGN, SUPPLY, SUPERVISION OF INSTALLATION AND COMMISSIONING.THE TEST BENCH FOR TESTING
OF SAFETY VALVES AT INSTRUMENT WORKSHOP

2.01.1

At present all the safety valves received in the centralised Inst workshop are repaired / overhauled and then
tested manually by fitting blind flanges on the valves under test and applying the required hydraulic test
pressure generated through air driven hydro pump and visually observing the test pressure on the local
pressure gauge, leakages and the lift during the test.

2.01.2

It is therefore proposed to install fully / semi-automatic testing facility for safety valves wherein the safety
valve under test shall be placed on the test bench test port / zig with universal flange having 2/3 jaw clamping
facility to hold the test valve without any manual intervention or tightening of these flanges by nuts & bolts.

2.01.3

After holding the safety valve under test by 2/3 jaw clamping system, the required test pressure shall be
generated to test the safety valves on liquid services. The test pressure generating system shall have both the
facilities to generate hydraulic as well as pneumatic test pressure. For those safety valves used on gas
services, bubbler arrangement to detect the passing / lift of the safety valve under test to be provided.

2.01.4

The test bench under procurement shall have the capability to automatically detect the safety valve lift when
the SV under test pops / blows and record the pop / blow off pressure as well as the reset pressure after blow
off. After the popup / blow of the SV the system should generate a test report in the internationally acceptable
format with the graphical plot clearly indicating the blow-up and reset pressure with numeric value.

2.01.5

The test bench shall have one common test port i) for SV on liquid service to be tested with water, ii) for SV on
gaseous service to be tested with air / gas (Nitrogen etc.)

2.01.6

The test bench shall be capable of generating automatic test pressure upto the required test pressure for the
SV under test and maximum upto 400 BAR for Hydraulic pressure and maximum up to 200 BAR for air / gas
(Nitrogen etc.) pressure.

2.01.7

The test bench should have universal flange to facilitate testing the flanged safety valve from to 6 size
ANSI. The test bench shall also have the facility to test screwed / threaded end safety valve from to 2 size
on the same test bench. All the required Male & female NPT screwed adaptors & necessary arrangement shall
be included in the scope of supply of this test bench.

2.01.8

The complete test bench should be mounted on skid so that it can installed easily at site.

7|Page

2.01.9

Party should provide all traceable calibration certificates & test report for the supplied system & its
accessories where ever test certificate is applicable.

2.01.10

Installation: - The supervision of installation & commissioning of the offered Test Jig will be in venders scope
at designated place in coordination with RCFs engineer in charge. Party should quote suitably for supervision
of installation, testing & commissioning & training charges in the un-priced techno commercial bid.

2.01.11

Bidder should follow all safety regulations while executing the job with necessary safety gadgets (personal
protective equipment).

2.01.12

Boarding, lodging charges & local conveyance will be in vendors scope. Party should quote lump sum
charges for any incidental expenses if required.

2.01.13

Miscellaneous: - Vendors shall include supply of all required accessories which are not mentioned anywhere
but are required for the safety valve test bench to be made fully functional.

2.01.14

Guarantee/Warranty: - Vendor shall provide guarantee / warranty for a period of 12 months/18 months from the
date of installation / supply.

2.01.15

Maintenance training: - Vendor shall provide required training to the maintenance Engineer & operating
technicians at site w.r.t. maintenance & operation of the supplied test bench.

2.01.16

Maintenance Service Support: - The vendor shall quote visit based rates (Non-Comprehensive) to attend any
emergency / breakdown/ preventive maintenance as and when required valid for next five years after
completion of warranty. Bidder can consider 4 such visits in a year.

Note: - Vendor may visit the site in-order to assess the exact requirement of fully / semi-automatic safety valve test bench
at Inst. Workshop at RCF Trombay.
Confirmation: Compliance / Noncompliance.
Any deviations:
3.0

Compliance/Non-Compliance:
The bidder shall submit a detailed item-wise compliance/non-compliance statement to the requirements given in this
tender document for quick evaluation of the bid. The compliance statement shall be supported by original brochure(s) of
the equipment. Technical specifications and other requirements contained in this document are essentially required by
M/S RCF. If certain paras of the specifications are partially complied, these should be specifically addressed in the
compliance statement giving full details of the deviations from the given specifications and their likely impact on the
overall system. All non-compliance of specifications, even of small nature, should be clearly brought out.
Silence on any part of the technical specification or failure/omission to provide any such details will be treated
as Non-compliance.
Party should sign the technical specifications each & every page with stamp as acceptance of the
specifications.
Confirmation: Compliance / Noncompliance.
Any deviations:

4.0

Scope for Non-comprehensive ARC:


The Non-comprehensive ARC includes, visits for preventive / Breakdown / emergency visits as and when required to
make the system fully functional by repairing / replacing the faulty component after warranty.
A)

PREVENTIVE MAINTENANCE:
Bidder should visit 4 times in a year for preventive / breakdown maintenance visit of the supplied Test Bench for
testing of safety valves. However payment shall be made on visit basis for actual visits made.

8|Page

B)

BREAKDOWN / EMERGENCY MAINTENANCE:


1.

Bidder shall depute their Engineer for attending any break down /emergency problem of the Test Bench
within 24 hours of receiving the call as and when required.
M/S RCF will provide any spare parts if any part found defective / not repairable.
Bidder should quote unit rate per visit based for non-comprehensive ARC for next 5 years after warranty.
One Visit will consist of 8 hours duration at site
Other charges viz, Over-time, transportation, lodging and boarding, etc, will not be paid by RCF
Payment will be made on visit based after certified by RCF engineer in charge.

2.
3.
4.
5.
6.

Confirmation: Compliance / Noncompliance.


Any deviations:
RCFS SCOPE OF WORK:

5.0

The RCFs scope of work for this tender shall be as below.


1.
2.
3.
4.
5.

Compressed air at 6 kg/cm2 will be provided at battery limit of the test bench inside the Instrument workshop.
Compressed argon/Nitrogen gas cylinder at 110 Kg/cm2 will be provided at battery limit of test bench.
Single phase or three phase power supply will be provided at battery limit of the test bench as required.
Clean water supply of 2 kg/cm2 will be provided for test bench by M/s RCF Ltd.
RCF will provide necessary man power & co-ordination to carry out the installation & commissioning job safely.

Inspection of supplied system at vendors site before dispatch


M/S RCF Ltd. Chembur will inspect the system to be supplied before dispatch. After inspection and RCFs clearance
the system can be dispatched.

6.0

Confirmation: Compliance /Noncompliance.


Any deviations:
7.0

Documents/manuals to be supplied by successful bidder:


All products / brought out items being supplied by the bidder should include documentation in English language in the
form of manuals that should cover:

Product specifications.

Site requirements, preparation and installation.

Preventive maintenance.

Troubleshooting and corrective maintenance.

Replacement of defective modules.

Details of mechanical, electric and electronic circuit diagrams, principles of operation as well as
preventive and corrective maintenance procedures for technicians .
All manuals are required to be provided in bound notebook format and should include all necessary tables of contents,
diagrams, schematics, glossaries, appendices and user reference sections.
Confirmation: Compliance / Noncompliance.
Any deviations:

9|Page

Hydro-pneumatic Test Bench for testing Safety valves:


1)

Test bench capacity:It should be able to test safety valve ranging from size to 6 in diameter with a test pressure from 0
bar to the maximum pressure of 400 Bar on hydro & 200 BAR on air. The following picture is representative of what we
expect from the proposed bidder

Confirmation: Compliance /Non-compliance. 2/3 Jaws as required


Any deviations:
2) Testing Medium :
Liquid Water
Gas Air / Argon
Confirmation: Compliance /Non-compliance.
Any deviations:
3) Clamping system:
The test bench comprises of a Test Port coupled to an independent adjacent control console as detailed below
The test port should be configured to enable testing hydraulic as well as pneumatic testing. Rated for flanged safety
valves from to 6 inlet & screwed valves from to 2 inlet. This test port comprises of:
-A rigid port structure with an assembly table.
-A 2/3 jaw, EN-24 chrome-Moly steel hardened spring loaded, piston type, AUTO CLAMPING SYSTEM to
accommodate the entire range of valves from to 6 inlet just by replacing the intermediate flange.
The Auto clamping system:
This system comprises of a thick mounting plate with a set of sliding clamps mounted on the table. This mounting plate is
coupled to a SS-304 Auto clamping unit comprising of a SS-Piston, pressure chamber and an SS spring.
The Piston pushes the Intermediate Flange against the test valve flange face, which in turn pulls the clamp arms tight
against the opposite side of the flange. When the required Test Pressure is generated, the valve is firmly clamped applying
the clamping force only to the valve flange and not the valve body.
( The auto clamping system will be activated upto 4 size valve & above 4, 3 nuts to be tightened manually.)
- Bullheads for interconnection with control console.
- Stainless steel circuit tubing.

10 | P a g e

- A Buffed stainless steel exterior body.

Additionally manual clamping arrangement shall also be provided so that the operator can have the manual feel of
applied clamping force to prevent over force and flange damage but clamping must be quick, simple and easy to
operate with low application of manual

rce.

A set of Male & female NPT screwed


adaptors for testing screwed end safety
valves of to 2 as indicated in the
picture below should be provided.

Confirmation: Compliance /Noncompliance.


deviations:

Any

4)

Gas
and

Control console :The Control console should be


ergonomically designed for optimum output &
operating staff safety. It comprises of [1]
A
test system From vacuum to 200 bar. [2]
A
hydraulic test System From vacuum to 400 bar
houses the following: -

Sprague USA make or HASKEL


or equivalent gas air booster with
regulating accessories & Controls
for fine pressure control.

Sprague USA make or HASKEL


or equivalent air hydro pump with regulating accessories & Controls for fine pressure control.
A SS air accumulator with relief valve to prevent over pressure control.
A SS hydro accumulator with relief valve to prevent over pressure control.
Valves & Controls for Test Operation.
Outlet & controls for external testing.
An external N2 Cylinder bulk-head.
Safety screen from test bench to control console for operator safety.
Electronic over-pressure protection system with maximum pressure presetting feature & safety alarm light.
6 analog Pressure gauges having an accuracy of 0.5% of FSD or better to cover the entire test pressure
range on the gauge which is mounted on control console to see the pressure developed on test port with
required overpressure protection.
Precision air control regulators with bleed option should be provided to control the drive air flow of hydro pump
/ Gas air booster to achieve the required test pressure developed in fine step increments. So that desired test
pressure is controlled.
The system shall have built in vent valves & drain valve wherever required for easy operation.
Tapping points shall be provided in the test stand to read pressure inside the test body.
Strainers & filters should be provided in air & water line.
Control console, SS tubing & fitting should be reputed make rated for 400 BAR pressure rating with safety
margin.
Control console instrumentation should be properly labeled & flow diagram.

11 | P a g e

Testing with Nitrogen or Gas The system should be provided with an adaptor for connecting an external N 2
cylinder. The testing procedure of the valves on the test bench remains the same as testing with the system air.
The control console & test Port should be mounted & integrated on common Transportable Skid Frame.
Skid Frame The skid of the unit shall be fabricated from carbon steel with continuous weld construction to form
a rigid structure. Eyebolts should be provided to lift the system.

Confirmation: Compliance /Noncompliance.


Any deviations:
5)

Digital Bubble counter


All safety & relief valves operating on gaseous fluids are to be tested for seat leakage on air in accordance with API-527 in
order to ascertain their functional characteristics in line with their leakage class rating.
In order to perform this test, an independent standalone system which is connected to the vent side of the safety valves by
means of quick push type fitting & PU tube should be provided.
The bubble counter should be equipped with a start/stop button to start & stop the data logging. The result should be
displayed in terms of total number of bubbles & duration in real time while test is in progress. Once the test is stopped, the
end result is displayed in bubbles per minutes based on the total leakage spread over the duration of the test.
The bidder should provide lightweight leak off flange covers with spring loaded safety blow out retainers on valve outlet from
to 6 flange. In the event of an advertent valve lift, the high volume gas is safely relieved through the flange seal, thus
protecting the operator should be provided.

Confirmation: Compliance /Noncompliance.


Any deviations:
6) Hydro or Air pressure generation unit:
The pressure generation unit should be capable of generating hydraulic pressure up to 400 bar with water &
Pneumatic Pressure Up to 200 bar by means of Air Operated Hydro Pump & Gas Air Booster
Confirmation: Compliance /Noncompliance.
Any deviations:
7)

PC based Data acquisition system (DAS) for report generation:


The Data Acquisition system (DAS) should consist of a PC with compatible HW configuration with suitable OS, a data
acquisition, logger, and a pressure transducer. The DAS captures instantaneous hydrostatic test pressure & displays the
pressure on the computer screen during the test. Pressure transducer should be provided in redundant configuration i.e. 1
pressure transducer as spare. The output of the both pressure transducers should be connected to PC based data
acquisition card to show the pressure reading on PC monitor.
The typical pressure history of a PRV is a peak profile consisted of three parts 1. The pressure steadily climbs before the
cracking pressure which is the peak pressure 2.Pressure sharply drops after the peak 3. Pressure plateaus after the drop.
The peak profile will be captured by the computer.

12 | P a g e

Specification for panel mount industrial computer:-Configuration IP 65 Compliant Industrial Touch Panel PC
Display 15 or better
Memory 2GB or more DDR RAM
Hard Disk Drive 500 GB
Keyboard - IP 65 Compliant Rack Mount Industrial Keyboard with Touch Pad Mouse.
DVD ROM 8X
Operating System Windows 8 Licensed.
Antivirus Quick heal Total Security with 3 Years License

REPORT

OPTIONS

DATA TRANSMISSION
SAVE

EXPORT

(Picture shown for representation purpose only)

PRINT
The software should have facility to Records Tests, create certificates containing Pressure x Time Graph of the test
allowing the User to Start / Stop data logging at any point during the test.
The software installer package contains the basic software as well as other software to open and / or print the saved
certificates.
Displays a real time online Pressure Vs Time graph with option of Variable Pressure Units which can be selected with
a single click from a dropdown Menu.
Configured to save and / or print the Test Certificates.
Capable of logging data from 1 up to 4 Channels (4 Test Objects) simultaneously. Contains a drop down menu for the
user to select 1 or all channels for data logging.
Configured with an option to Add Pin points (up to a maximum of 4 points) on the line graph. Upon adding a pin-point
the pressure value in the selected units & time duration at that particular point is indicated in the graph as shown in the
Standard test certificate format. The users also have a provision to label the pin point with characters right below the
indicated Pressure / time value.
The software should have option to enter valve details like Job card No / SAP notification No., Tested by ID, Valve
Model, Valve Serial No, Done by., Checked by Service Tag No. and Set pressure , Length of Recordings, and
Other Fields such as Test Date, Test Time can be filled automatically by computer.
Each test will be saved in a PDF format file by default on local hard disk, and can be opened with Adobe PDF. At the
end of the test, the operator can either print the test result to a PDF file or printer. The Reports can also be exported in
MS Word, Excel, and Notepad & PDF format at user level.
The DAS system captures and stores time & hydrostatic test pressure & displays the results on the monitor.
Trolley Mount arrangement for portability & easy storage.
13 | P a g e

Equipped with latest IP65 compliant 15 or better Industrial Panel PC with above specifications.
Rack mount IP 65 compliant Industrial Keyboard with touch pad mouse along with a Laser printer having Model No.
HP LaserJet P1106.
Configured with IP 65 compliant Data Logger.
Intrinsically Safe Pressure Transducers.
All power & data cables lay out in accordance with global standards.
The PC based system should be suitably interfaced with test bench.
Confirmation: Compliance /Noncompliance.
Any deviations:
8) SPECIAL FEATURES required:
1. SS Spring Loaded, Piston type Auto clamping System on Test Table to enable quick clamping of test valves.
2. Safety Valve on Accumulator to avoid overpressure in the system.
3. Electronic Over-Pressure Protection to preset the maximum pressure limit & avoid accidents due to over
pressure.
4. Priming Bypass feature to fill up the test valve & air bubble removal prior to testing.
5. Safety Screen to protect the operator from exposure.
6. Sprague USA make or equivalent Hydro Pump & Gas Air Boosters to ensure that the unit is further
upgradeable for higher pressure if so desired.
7. Air Gun for cleaning of valves & the Test Bench during & after testing.
8. Pressure Gauge Adaptors to enable directional control of test pressure gauges.
9. External N2 Cylinder connection ports to facilitate testing with Nitrogen as the test media in both test ports.
10. Pressure Outlets for testing of external assemblies like vessels, seals etc.
11. Data Acquisition System - to store test results & print test reports.
12. Digital Bubble Counter To facilitate Seat Leak Test of Relief Valve on Air, in Accordance with API-527.
Confirmation: Compliance / Noncompliance.
Any deviations:
9)

Bill of material for test bench specifications :

Sr.No.

Sub-Component
/ Bought-Out Description

Make / Material of Construction /


Type
Carbon Steel

Skid Base
Skid Base Flooring

Aluminum Checkered Plate

2
Carbon Steel
3

Test Port Structure

Control Panel - Structure

14 | P a g e

Control Panel Base Plate for Mounting


Controls

Carbon Steel Main Frame &


Sheet Metal Cladding with
Stainless Steel Base Tray for
Operative Controls

Stainless Steel

Bidders offered

Sr.No.

Sub-Component
/ Bought-Out Description

Make / Material of Construction /


Type

Auto Clamping Unit Piston

Stainless Steel

Bidders offered

Auto Clamping Unit Vessel


7

Stainless Steel
Auto Clamping Unit Top Plate

Stainless Steel
Clamping Systems - Sliding Arm Clamps

EN-24 - Hardened & Hard


Chrome Plated
Air Accumulator

10

Stainless Steel

11

Hydro Accumulator

12

Stainless Steel

High Pressure Interconnecting


Instrumentation fittings & Bulkheads

Stainless Steel / Brass


Swagelok / Parker / Hoke /
Equivalent

13

Needle, Ball, Toggle & Safety Valves

Stainless Steel / Brass


Swagelok / Parker / Hoke /
Equivalent

14

High Pressure Interconnecting Tubing

Stainless Steel
Sandvik / NSTM Ukraine /
Parker/ Equivalent

Pressure Gauges

Stainless Steel Baumer / Wika /


Heise / Budenberg /Equivalent

15

16

Air Hydro Pump & Gas Air Booster

17

18

19

Single Stage
Sprague / Haskel/ Equivalent

Pressure Transmitters - for Electronic Over


Pressure Protection System

Setra USA/ AST/Equivalent

Solenoid Valves - for Electronic Over


Pressure Protection System

Normally Closed
Rotex Automation / Hydint
Controls/ Equivalent

Laser printer

Make : HP/ Equivalent


Model : Laserjet P1106/
Equivalent

10)

BILL OF MATERIAL
The bidder shall submit the detailed price proposal for each and every deliverable item. Technical un-priced bid should contain an exact
copy of price proposal with priced blacked out.
Price Schedule
Sr. No
1
2

15 | P a g e

List of Deliverable Item


Skid mounted safety valve test bench with control console with all required
accessory as per NIT specifications.
Trolley mount PC for data acquisition, printer, keyboard, licensed copy of data
acquisition software, Operating system, Quick heal anti-virus software for 3
years validity.

Qty
1 No.
1 No.

Unit Price

Sr. No

List of Deliverable Item

Qty

Digital bubble counter with leak off flange

1 No

Adapters to test threaded safety valve from to 2

1 set

Supervision, installation, commissioning, training charges for offered safety


valve test bench.
Visit based rate for -1st year Non comprehensive ARC for safety valve test
bench
Visit based rate for -2nd year- Non comprehensive ARC for safety valve test
bench.
Visit based rate for -3rd year-Non comprehensive ARC for safety valve test
bench.
Visit based rate for -4th year-Non comprehensive ARC for safety valve test
bench.
Visit based rate for -5th year-Non comprehensive ARC for safety valve test
bench.

Lum
sum
Per visit

6
7
8
9
10

Unit Price

Per visit
Per visit
Per visit
Per visit

Confirmation: Compliance /Noncompliance.


Any deviations:
11)

Price evaluation :
The L1 bidder will be decided by evaluating the quoted price for Sr. No.1 to 5 & Sr. No.6 to 10 visit based rate/ year. 4 No visits will
be considered per year for next 5 years after warranty. Based on above criteria, L1 bidder will be awarded the purchase order for
supply & ARC.

Confirmation: Compliance /Noncompliance.


Any deviations:

16 | P a g e

ANNEXURE-IV
TERMS & CONDITIONS FOR INDIAN BIDDERS
( KINDLY FILL THIS SHEET AND SUBMIT IN techno-commercial bid )
BIDDERS NAME:

NOTE: Please note that any blank field (un-marked) in the preceding confirmation box will be treated as Agreed
only.
NO.

1
2
3
4
5
6
7
8

DESCRIPTION

BIDDER CONFIRMATION
(Please put in front of
your confirmation)

EARNEST MONEY DEPOPSIT BIDDER HAS TO SUBMIT THE EMD FOR


RS.50000/- or Equivalent USD as per Annexure -I OR VALID NSIC CERT. Without Submitted /Not Submitted
which offer will not be considered.
AGREED / NOT AGREED
PRICE BASIS : FOR RCF CHEMBUR
Packing & forwarding: % / rs. Extra / inclusive in basic price
EXCISE DUTY : % EXTRA / INCLUSIVE in basic price / NOT APPLICABLE. ALSO
CONFIRM THAT EXCISE INVOICE OF RS. SHOULD ACCOMPANY THE SUPPLY
VAT : TAX % OF VAT APPLICABLE EXTRA / INCLUSIVE in basic pr
% OF CST APPLICABLE EXTRA / INCLUSIVE in basic price
Transportation : % / rs. As extra / inclusive in basic price
Service tax on transport extra %/invclsive
INSURANCE : % EXTRA / INCLUSIVE in basic price
OCTROI %. EXTRA / INCLUSIVE / NOT APPLICABLE. IF IT IS BORNE BY BIDDER,
PROOF OF OCTROI RECEIPT IS REQUIRED. (Incase OCTROI is not applicable, the
name of supply point shall be mentioned)

AGREED / NOT AGREED


Quantity offered as per enquiry
Payment for supply will be made with in 30 days from the receipt subject to
acceptance of the material (in case of not acceptance of above payment
AGREED / NOT AGREED
10
term kindly mention your payment term. Loading for the payment @ 12 % per
annum will be made for adjusting to 30 days credit.)

11

Payment for installation and commissioning : payment will be made within 30


AGREED / NOT AGREED
days after successful commissioning only

12

Guarantee/ warranty for a period of 12 months from the date of installation /


commissioning or 18 months from the date of supply whichever is earlier.

13

Liquidated damages clause for late delivery @ 0.5% per week or part thereof
AGREED / NOT AGREED
subject to maximum of 5% of total p.o./contract value.

14

15

AGREED / NOT AGREED

Liquidated damages for late delivery for installation and commissioning etc.:
Late delivery clause is applicable for the delayed delivery @ 1 % per week of
AGREED / NOT AGREED
delay to maximum 10 % of po value. (non acceptance of ld clause will lead to
loading your basic price by 10 %)
Security Deposit (SD) cum Performance Bank Guarantee (PBG): Successful bidder will
have to submit Security Deposit cum performance bank guarantee for 10% of contract value
either in the form of Bank Guarantee as per RCF's format or through RTGS/NEFT, this SD shall
be valid up to a period of five years or the complete conclusion of contractual obligations to the
complete satisfaction of both the BIDDER and the RCF including warranty period whichever is AGREED / NOT AGREED
later as per Integrity pact Clause No 4.1 This is to be submitted within 15 days of placement of
order. The Bank Guarantee should be from the Bank out of RCF approved Bankers as per the list
attached.

17 | P a g e

16 Firm price: price shall remain firm through out contract period

AGREED / NOT AGREED

17

Statutory variations: all statutory variations during contract period shall be to


RCFS account and beyond contract period to your account

18

delivery period: minimum delivery period for supply (in no. of days) after
receipt of order. RCF prefers 16 weeks from the date of PO.

.DAYS

19

Period for installation & commissioning from the date of site readiness
including the mobilization period.

..DAYS

20

Whether the party is registered under micro/small/medium enterprises act


2006
(please furnish the proof)

YES

21

Whether the proprietary of MSME enterprise is from sc/st category


(please attach cast certificate issued by competent authority)

YES

SIGNATURE WITH STAMP

18 | P a g e

AGREED / NOT AGREED

NO

NO

ANNEXURE-IV

BID ABSTRACT SHEET (For Foreign bidders)


TERMS & CONDITIONS
SR
NO
1
2

DESCRIPTION
Emd for RS. 50,000/- or equivalent amount in us dollars to be submitted or will submit
the bid bond for the same
Bid valid for 120 days from the date of opening
Security deposit cum performance guarantee clause: Security Deposit (SD) cum

COMMENTS
Yes/no
Yes/no

Performance Bank Guarantee (PBG): Successful bidder will have to submit Security Deposit
cum performance bank guarantee for 10% of contract value either in the form of Bank Guarantee
as per RCF's format or through RTGS/NEFT, this SD shall be valid up to a period of five years or
the complete conclusion of contractual obligations to the complete satisfaction of both the
BIDDER and the RCF including warranty period whichever is later as per Integrity pact Clause No
4.1 This is to be submitted within 15 days of placement of order. The Bank Guarantee should be
from the Bank out of RCF approved Bankers as per the list attached.

Agreed/disagreed

Late delivery and penalty clause, 0.5% per week or part thereof subject to maximum of
5% of total po value.

Agreed/disagreed

Rcf's payment terms agreed (our standard payment term is 100% by L/C with 60 days
credit)

Agreed/disagreed

Whether price shall remain firm through out contract period.

Yes/no

Price basis: Party shall quote for all the three options 1. FOB nearest port
2. CIF Navasheva Mumbai
3. CIP Mumbai Airport

Quoted /not quoted

8
9
10
11
12
13
14
16
17
18
19
20
21
22

23
24
26
27
28
29

Whether Indian agency commission involved . If yes, give the % . The agency
commission is payable in Indian rupees only.
Name and address of Indian agent and pan no.
Acceptance of part order.
All the bank charges including L/C confirmation charges outside India is in
suppliers/beneficiarys account
L/C extension charges due to suppliers fault shall be to suppliers account.
Net weight and gross weight of the total consignment.
Country of origin
Whether commercial bid submitted
Confirmed that the offer is in total conformity with the terms & conditions as specified in
the enquiry. If not agreed, then a list of all deviations is given with proper justification.
Whether test certificate shall be provided
Particulars (name & address) of your bank and your bank account number for opening
letter of credit.
Name and address of beneficiary.
Name of loading port/ airport.
One photocopy of price bid with blanked prices to be submitted with the un-priced
commercial bid
Any payment due shall be released only after the submission of bank guarantee and
receipt of confirmation of bank guarantee from your bank.rcf shall not be responsible for
delay in payment due to of any discrepancy in bank guarantee or late receipt of
confirmation.
Whether all the documents mentioned in the special notes as per annexure submitted
In case any deviation from nit terms please attached separate deviation sheet
Installation and commissioning charges to be quoted as lump sum and separate from
material charges.
Service tax in % if applicable for installation & commissioning portion
For the work order income tax will be deducted at source as per prevailing rates.

30

delivery period: minimum delivery period for supply (in no. of days) after receipt of
order. RCF prefers 16 weeks from the date of PO.
Period for installation & commissioning from the date of site readiness including the
31
mobilization period.
NOTES:
Please give separate list for deviations, if any.
Please fill up this sheet and confirm all the above points.
Incase you not quoting against this tender, please send regret letter accordingly.
(Authorised Signatory.

19 | P a g e

Yes/no
Agreed/disagreed
Agreed/disagreed
Agreed/disagreed

Yes/no
Yes/no
Yes/no

Submitted/not
submitted
Agreed/disagreed
Yes/no
Yes/no
Yes/no
Yes/no
Yes/no
.DAYS
..DAYS

ANNEXURE- V
(FORMAT FOR SOLVENCY CERTIFICATE)
(on Banks Letter Head )
______________________________________________________________________
REF NO:
DATE:,,,,,,,,,

To Whomsoever Concerned
This is to certify that to the best of our knowledge and information, M/s ___________________________
(Bidders name with complete address), a customer of our Bank, is respectable, and is capable of executing
orders to the extent of

Rs_________ (Rupees________________________). M/s _________________

have been our customer since ______ to date and has been granted the following limits, at present, against
various facilities granted by the Bank:
..
...
This certificate is issued without any guarantee, risk or responsibility on behalf of the Bank or any of its
officials.
This certificate is issued at the specific request of the customer.

Yours faithfully,
(Bank Officials signature & stamp

20 | P a g e

BANK GUARANTEE FORMAT

ANNEXURE VI

FORMAT FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT AND PERFORMANCE


GUARANTEE
(To be submitted on Rs. 200/- non judicial stamp paper)
Bank Guarantee No. __________ dated ________
M/s Rashtriya Chemicals & fertilizers Ltd,
.,
..
..
Dear Sirs,
In consideration of M/s Rashtriya Chemicals and Fertilizers Limited, [hereinafter referred to as RCF, which
expression unless repugnant to the context and meaning thereof shall include its successors and assigns],
having agreed to exempt, M/s __________________________________having its registered/principal office
at ______________________________________________ [hereinafter referred to as Supplier /
Contractor which expression unless repugnant to the context and meaning thereof shall include its
successors and assigns], from depositing with RCF a sum of Rs.___________ towards security /
performance guarantee in lieu of the said Supplier / Contractor having agreed to furnish an irrevocable
bank guarantee for the said sum of Rs. _________ as required under the terms and conditions of Contract /
Work Order / Purchase Order no. ______________________ dated __________ [hereinafter referred as the
Order]
placed
by
RCF
on
the
said
supplier
/
contractor,
we,
____________________________________________ [hereinafter referred to as the Bank which
expression shall include its successors and assigns] do hereby undertake to pay RCF an amount not
exceeding Rs. ______________ [Rupees _________________ ] on demand made by RCF on us due to a
breach committed by the said Supplier / Contractor of the terms and conditions of the Order.
1. We ____________ the Bank hereby undertake to pay the amount under the guarantee without any
demur merely on a demand received in writing from RCF stating that the Supplier / Contractor has
committed breach of the term(s) and/or condition(s) contained in the Order and/or failed to comply with the
terms and conditions as stipulated in the Order or amendment(s) thereto. The demand made on the Bank
by RCF shall be conclusive as to the breach of the term(s) and/or condition(s) of the Order and the amount
due and payable by the Bank under this guarantee, notwithstanding any dispute or disputes raised by the
said Supplier / Contractor regarding the validity of such breach and we agree to pay the amount so
demanded by RCF forthwith and without any demur. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs. ______________ [Rupees _________________ ].
2. We, ______________ the Bank further agree that this irrevocable guarantee herein contained shall
remain in full force and effect during the period that would be taken for the performance of the said Order
and that it shall continue to be enforceable till all the dues of RCF under or by virtue of the said Order have
been fully paid and its claim satisfied or discharged or till RCF certifies that the terms and conditions of the
Order have been fully and properly carried out by the Supplier / Contractor and accordingly discharge the
guarantee.
3. We ________________ the Bank, undertake to pay to RCF any money so demanded notwithstanding
any dispute or disputes raised by the said Supplier / Contractor in any suit or proceedings pending before
any court or tribunal relating thereto as our liability under this present being absolute and unequivocal. The
payment so made by us under this Guarantee shall be valid discharge of our liability for payment there under
and the said Supplier / Contractor shall have no claim against us for making such payment.

21 | P a g e

4. We ________________ the Bank further agree that RCF shall have full liberty, without our consent and
without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the
Order or to extend time of performance by the said Supplier / Contractor from time to time or to
postpone, for any time or from time to time, any of the powers exercisable by the RCF against the said
Supplier / Contractor and to forbear or enforce any of the terms and conditions relating to the Order and
shall not be relieved from our liability by reason of any such variation or extension being granted to the said
Supplier / Contractor or for any forbearance, act or omission on the part of RCF or any indulgence by
RCF to the Supplier / Contractor or by any such matter or thing whatsoever which under the law relating
to sureties would but for this provisions have effect of so relieving us.
5. In order to give full effect to this guarantee, RCF will be entitled to act as if the BANK were the principal
debtor and the BANK hereby waives all rights of surety ship.
6. Our liability under this bank guarantee is restricted to Rs. _________ [Rupees __________________] and
shall remain in force up to _______________ and thereafter till the expiry of the extended period, if any,
(hereinafter Validity period). Unless a demand is made under this guarantee on us in writing at any time
from the date of issue of the guarantee till the expiry of the Validity period, we shall be discharged from all
liabilities under this guarantee thereafter.
7. The claim, if any, under this guarantee, shall be lodged at (address of BANK & Branch)
_________________________________________.
8. This guarantee will not be discharged due to change in the constitution in the Bank or the said Supplier
/ Contractor or the provision of the contract between Supplier / Contractor and RCF.
9. The BANK hereby agrees that the Courts in Mumbai shall have exclusive jurisdiction in any matter of
dispute between RCF and the Bank and the Bank hereby agrees to address all the future correspondence in
regard to this bank guarantee to Chief Finance Manager, Rashtriya Chemicals and Fertilizers Limited,
Administrative Building, Mahul Road, Chembur, Mumbai 400 074. INDIA.
10. We have the power to issue this Guarantee in your favour under the Charter of our Bank and the
undersigned has full power to execute this Guarantee under the Power of Attorney granted to him by the
Bank.
11. We, _____________ the Bank lastly undertake not to revoke this guarantee during its currency except
with the previous consent of the RCF in writing.
SIGNED AND DELIVERED ON THIS _______________ DAY OF _______
Yours faithfully,
For and on behalf of _____________________. (bank)
Signature of Authorised Official of bank
Name of the Official:
Designation of the Official:
Name of Bank:
Branch:
Address of Branch:
Telephone / Mobile No :
Fax No:
Email Id

22 | P a g e

LIST OF RCF APPROVED BANKERS FOR BANK GUARANTEES

A) STATE BANK OF INDIA AND ITS ASSOCIATE


BANKS:
1.
2.
3.
4.
5.
6.

State
State
State
State
State
State

Bank
Bank
Bank
Bank
Bank
Bank

of
of
of
of
of
of

India,
Bikanar & Jaipur,
Hyderabad,
Mysore,
Patiala,
Travancore.

B) NATIONALISED BANKS:
1. Allahabad Bank,
2. Andhra Bank,
3. Bank of Baroda,
4. Bank of India,
5. Bank of Maharashtra,
6. Canara Bank,
7. Central Bank of India,
8. Corporation Bank,
9. Dena Bank,
10. Indian Bank,
11. Indian Overseas Bank,
12. Oriental Bank of Commerce,
13. Punjab & Sind Bank,
14. Punjab National Bank,
15. Syndicate Bank,
16. UCO Bank,
17. Union Bank of India,
18. United Bank of India,
19. Vijaya Bank.

23 | P a g e

C) OTHER BANKS:
1.
2.
3.
4.
5.
6.
7.
8.
9.

Catholic Syrian Bank Ltd


City Union Bank Ltd
Kotak Mahindra bank Ltd.,
South Indian Bank Ltd.,
Tamilnad Merchantile Bank Ltd.,
The Federal Bank Ltd.,
The Jammu & Kashmir bank Ltd,
The Karnataka Bank Ltd,
The Karur Vyaya Bank Ltd,

D) FOREIGN BANKS:
1. American Express Bank Ltd,
2. Bank of American National Trust & Saving
Association,
3. Bank of Tokyo Mitsubishi UFJ Ltd,
4. Barclays Bank PLC
5. BNP Paribas
6. Calyon Bank
7. Citibank N.A.,
8. Deutsche Bank,
9. Development Bank of Singapore (DBS)
10. Hong Kong & Shanghai Banking Corporation
Ltd,
11. JP Morgan Chase Bank,
12. Royal Bank of Scotland
13. Standard Chartered Bank,
E) PRIVATE SECTOR BANKS :
1. Axis bank Ltd
2. HDFC Bank Ltd
3. ICICI Bank Ltd
4. IDBI Bank Ltd
5. ING Vysya Bank Ltd
6. Yes Bank Ltd.

Integrity Pact

Annexure VII

RCF is committed to ensure that it carries its business with integrity and transparency. The Company has framed rules
to avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced
dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to :Enabling RCF to procure/ undertake the Project/Work(Delete what is not applicable) at a competitive price in
conformity with the defined specifications by avoiding the high costs and the distortinary impact of corruption on
public procurement, and
Enabling BIDDER to abstain from bribing or indulging in any corrupt practices in order to secure the contract by
providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and RCF
will commit to prevent corruption, in any form, by its officials.
RCF has therefore laid down the following transparent procedures ( wherever required is referred to as the Integrity
Pact) which is expected to be adhered by the Company as well as the BIDDER:
1.
Commitments of RCF:
1.1
RCF undertakes that no official of RCF, connected directly or indirectly with the Project/Work, will demand,
take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any
material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any other person,
organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation,
contracting or implementation process related to the contract.
1.2
RCF will, during the pre-contract stage, treat all BIDDERs alike, and will provide to all BIDDERs the same
information and will not provide any such information to any particular BIDDER which could afford an advantage to
that particular Bidder in comparison to other BIDDERs.
1.3
In case any preceding misconduct on the part of any official(s) is reported by the BIDDER to RCF with full and
verifiable facts, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings
may be initiated by RCF and such a person shall be debarred from further dealings related to contract process. In such
a case while an enquiry is being conducted by RCF the proceedings under the contract would not be stalled.
2.
Commitments of BIDDER
2.1
The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and
illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the
contract or in furtherance to secure it and in particular commit itself to the following:
2.2
The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour,
any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of
the RCF, connected directly or indirectly with the bidding process, or to any person, organization or third party related
to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the
contract.
2.3
The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any
bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees,
brokerage or inducement to any official of RCF or otherwise in procuring the Contract or forbearing to do or having
done any act in relation to the obtaining or execution of the contract or any other contract with RCF for showing or
forbearing to show favour or disfavour to any person in relation to the contract or any other contract with RCF.
2.4
BIDDER shall disclose the name(s) and address(es) of foreign principals, associates, agents and distributors,
advisors, representatives and sub-contractors.
2.5
BIDDER shall disclose the payments to be made by them to agents/ brokers or any other intermediary, in
connection with this bid/ contract.
24 | P a g e

2.6
The BIDDER further confirms and declares to RCF that he has not engaged any individual or firm or company,
whether Indian or foreign, to intercede, facilitate or in any way to recommend to RCF or any or its functionaries,
whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised
or intended to be paid to any such individual, firm or Company in respect of any such intercession, facilitation or
recommendation.
2.7
The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing the contract,
shall disclose complete details of any payments made, is committed to or intends to make to any officials of RCF or
their family members, agents, brokers or any other intermediaries in connection with the contract and the details of
services agreed upon for such payments.
2.8
The BIDDER will not collude with other parties, interested in the contract, to impair the transparency, fairness
and progress of the bidding process, bid evaluation, contracting and implementation of the contract.
2.9
The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal
activities.
2.10
The BIDDER shall not use improperly, for purposes of completion or personal gain, or pass on to others, any
information provided by RCF as part of the business relationship, such as plans, technical proposals and business
details including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and
adequate care to ensure that no information is divulged to others.
2.11
The BIDDER commits to refrain from giving any complaint in connection with the Project, directly or through
any other manner, without supporting it with full and verifiable facts.
2.12

The BIDDER shall not instigate or cause to instigate any third party to commit any of the actions aforestated.

2.13
If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or
indirectly, is a relative of any of the employees of RCF, or, if any relative of an employee of RCF has financial
interest/stake in the BIDDER, the same shall be disclosed by the BIDDER at the time of filing the tender.
The term `relative for this purpose would be as defined in Companies Act, 1956 or any modifications thereof.
2.14
The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions,
directly or indirectly, with any employee of RCF.
Previous Transgression
The BIDDER declares that no previous transgression occurred in the last three years, in respect of any corrupt
practices envisaged hereunder, and/or with any Public Sector Enterprises/ Government department that could justify
BIDDERs exclusion from the tender process.
The BIDDER agrees that if it makes any incorrect statement in the bid, BIDDER can be disqualified from the tender
process of the contract, and if already awarded, the Contract can be terminated for such reason.
4.

Earnest Money (Security Deposit)

4.1
The earnest Money/ Security Deposit, required to be given by the BIDDER shall be valid up to a period of five
years or the complete conclusion of contractual obligations to the
complete satisfaction of both the
BIDDER and the RCF, including warranty period whichever is later.
4.2
In case the successful BIDDER violates any of the terms of NIT, RCF shall be entitled to forfeit the EMD/SD
without assigning any reason.
5
Sanctions for violations

25 | P a g e

5.1
Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf
(whether with or without the knowledge of the BIDDER or any one employed by it or acting on its behalf (whether
with or without the knowledge of the BIDDER) shall entitle RCF to take all or any one of the following actions,
wherever required:To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the
BIDDER. However, the proceedings with the other BIDDER(s) would continue.
The Earnest Money Deposit (in pre-contract stage) and /or Security Deposit/Performance Bond (after the contract is
signed) shall stand forfeited either fully or partially, as decided by RCF, without assigning any reason therefor.
To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.
To recover all sums already paid by RCF, together with interest thereon at 2% higher than the prevailing Lending
Rate of State Bank of India or at 2% higher than LIBOR as may be applicable based on whether the bidder is an
Indian party or a foreign party. If any outstanding payment is due to the BIDDER from RCF in connection with any
other contract for any other Project/Work/ Supply, such outstanding payment could also be utilized to recover the
aforesaid sum and interest.
To encash the advance bank guarantee and performance bond/ warranty bond, if furnished by the BIDDER, in order to
recover the payments, already made by RCF, along with interest.
To terminate all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss
or damage to RCF resulting from such termination and RCF shall be entitled to deduct the amount so payable from the
money(s) due to the BIDDER.
To debar/blacklist the BIDDER from participating in future bidding processes of RCF for a minimum period of five
years, which may be further extended at the discretion of RCF.
To recover all sums paid, in violation of this Pact by BIDDER to any middleman or agent or broker, with a view to
securing the contract.
In case where irrevocable Letters of Credit have been opened in respect of any contract signed by RCF with the
BIDDER, the same shall not be opened.
Forfeiture of Performance Bond in case of a decision by RCF to forfeit the same without assigning any reason for
imposing sanction for violation of this Pact.
5.2
RCF will be entitled to take all or any of the actions mentioned at para 5.1 (i) to (x) also on the Commission by
the BIDDER or any one employed by it or acting on its behalf (Whether with or without the knowledge of the BIDDER)
of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any
other statute enacted for prevention of corruption.
5.3
The decision of RCF to the effect that a breach of the provisions of the conditions has been committed by the
BIDDER shall be final and conclusive on the BIDDER. However, the Bidder can approach the Independent Monitor
appointed for the purposes of this Pact.
Fall Clause:
The BIDDER undertakes that it has not supplied/ is not undertaking Project/Work of similar Capacity at a
price lower than that offered in the present bid and if it is found at any stage that similar Project/Work of similar
Capacity was offered by the BIDDER to any other Ministry/ Department of the Government of India or a PSU at a
lower price, then such lower price, with due allowance for elapsed time, will be applicable to the present NIT/Contract
and the difference in the cost would be refunded by the BIDDER to the RCF, if the contract has already been
concluded.
26 | P a g e

7.

Facilitation of Investigation

In case of any allegation of violation of any provisions of these terms or payment of commission, RCF shall be
entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide
necessary information and documents in English and shall extend all possible help for the purpose of such
examination.
Law and Place of Jurisdiction
Indian Law shall be applicable to the NIT and Courts in Mumbai shall have Jurisdiction.
Other Legal Actions
The Actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in
accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.
Validity
10.1
The validity of this Integrity Pact shall be from date the NIT is issued and extend upto 5 years or the complete
execution of the contract to the satisfaction of RCF and the BIDDER/ Seller, including warranty period, whichever is
later. In case BIDDER is not awarded Contract/Purchase Order, this Integrity Pact shall expire after twelve months
from the date of issue of the NIT.
Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In
this case, the parties will strive to come to an agreement to their original intentions.

27 | P a g e

MODALITIES FOR PROCUREMENT THROUGH e-REVERSE AUCTION

ANNEXURE-VIII

The following steps noted below shall be the general methodology for carrying out the process of procurement through
the route of Reverse auction. Please note that some of the steps enumerated may vary or be replaced / deleted in order
to accommodate for certain systemic or procedural compliance.

1.

The offers shall be called in 2 Bid System. The bidders shall be required to submit their offers in 2
separate envelope parts- (a) Technical & Un-priced Commercial Bid and (b) Price Bid.
The Technical & Un-priced Commercial Bid shall contain along with the duly filled-in requisite
Annexures, the Format A - Process Compliance Form (as per attached format) on bidders letterhead,
confirming acceptance of all the terms for participating in the Reverse Auction. Non-acceptance / Nonsubmission of the Process Compliance Form shall be a basis for rejection of the offer.

2.

The first part of the offer, Technical & Un-priced Commercial Bid, shall be opened on the due date and
time as per the NIT, in the presence of the representatives of those bidders who choose to remain
present.

3.

The Technical & Un-priced Commercial bids opened shall be scrutinized for technical and commercial
acceptability including the pre-qualification criteria (the existing pre-qualified suppliers shall be exempt
from this criteria). The offers not fulfilling the technical criteria as per the NIT shall be rejected outright.

4.

The offers will be evaluated as per the evaluation procedure mentioned in the NIT. The offer which
meets the NIT requirements, technically (including pre-qualification criteria) and commercially, shall be
eligible for further consideration. Before opening of the Price Bids, offers of all techno-commercially
acceptable tenderers shall be at par. The tenderers whose offers qualify shall be intimated regarding
the due date and time of opening of price bid. The bidders have the option of attending the opening of
the Price Bids at the due date and time.

5.

After opening the price bids and arriving at evaluated cost to RCF, the tenderers whose price bids have
been opened shall be required to participate in the Reverse Auction event conducted by the RCFs
Service Provider.

6.

It shall be RCFs discretion to use the Lowest Evaluated Cost (Unit Rate) obtained amongst the Price
Bids opened or any other price as decided by RCF as the Opening Bid Price for the Reverse Auction.
BUSINESS RULES FOR REVERSE AUCTION

A. GENERAL TERMS AND CONDITIONS OF REVERSE AUCTION (ON-LINE BIDDING ON INTERNET)


1. For the reverse auction, technically and commercially acceptable tenderers only shall be eligible to
participate.
2. RCF through authorized service provider will provide all necessary training and assistance before
commencement of on line bidding on Internet.
3. RCF will inform the tenderer in writing the details of service provider including contact details to enable
them to contact and get trained.
4. Business rules like event date, time, start price, bid decrement, extensions, etc. also will be communicated
through service provider for compliance.
5. Tenderers have to enclose the duly signed & filled-in compliance form in the prescribed Format A
Process Compliance Form along with the un-priced commercial bid. Without this said form, the tenderer
will not be eligible to participate in the tender.

6. It is mandatory for tenderer to have a valid digital signature certificate issued by any of the valid Certifying
Authority approved by Government of India for participation in the Reverse Auction event at the time of
submission of offer. The cost of digital signature will be borne by respective tenderer.
7. RCF will provide the evaluation sheet (e.g.: EXCEL sheet) to each tenderer, if any, the start of reverse
auction which will help to arrive at Evaluated Cost to RCF as detailed in NIT.
28 | P a g e

8. Reverse auction will be conducted on schedule date & time.


9. At the end of reverse auction event, the evaluated lowest tenderer cost will be displayed on the auction
website.
10. The lowest tenderer has to fax / e-mail the duly signed filled-in prescribed Format B Price Confirmation
as provided to RCF immediately after closing of reverse auction event .
11. The reverse auction will be treated as closed only when the bidding process gets closed in all respects for
the item listed in the Reverse Auction (RA) event.
B.

Business Rule for finalization of the procurement


Please go through the guidelines carefully given below and submit your acceptance to the same in the
attached prescribed Format A Process Compliance Form along with the un-priced commercial bid.
1. Reverse Auction ON-LINE BIDDING ON INTERNET) shall be conducted by RCF, on pre-specified time &
date, the tenderers shall be quoting from their own offices/ place of their choice. Internet connectivity and
other paraphernalia requirements shall have to be ensured by tenderers themselves.. In order to ward-off
such contingent situation like internet connectivity failure, power failure etc., tenderers are requested to
make all the necessary arrangements / alternatives whatever required so that they are able to circumvent
such situation and still be able to participate in the reverse auction successfully. However, the tenderers
are requested to not to wait till the last moment to quote their bids to avoid any such complex situations. It
is to be noted that either RCF or RCFS SERVICE PROVIDER shall not be responsible for these
unforeseen circumstances
2. RCFS SERVICE PROVIDER shall arrange to train the nominated person(s) of the tenderer, without any
cost. Service provider shall also explain all the Rules related to the Reverse Auction mentioned in the
Business Rules Document to be adopted, as per NIT.
3. OPENING PRICE / BID DECREMENT: The opening bid price of the Reverse Auction and the bid
decrement value shall be available to the tenderers on their respective bidding screen.
4. BID PRICE: The tenderer has to quote the Evaluated Cost to RCF for the items specified. Any technocommercial loading, to arrive at the Evaluated Cost to RCF, shall be intimated to tenderers prior to
Reverse Auction event in the form of Evaluation sheet.
5. Procedure for Reverse Auctioning
a. Reverse Auction: RCF will declare its Opening Price (OP), which shall be displayed to all tenderers
during the start of the Reverse Auction. The tenderer will be required to start bidding after
announcement of Opening Price and decrement amount. Opening Price displayed on screen is
evaluated price to RCF. The first online bid and the subsequent bids, received in the system during the
event shall be less than the Auction's opening bid price by one decrement or multiples of decrement.
b. The Purchase order shall be placed on overall lowest tender basis.
c. Reverse Auction shall be for a period of 60 minutes or as per RCFs requirement. If a tenderer places
a bid in the last 5 minutes of closing of the Reverse Auction and if that bid gets accepted, then the
auctions duration shall get extended automatically for another 5 minutes, for the entire auction (i.e.
for all the items in the auction), from the time that bid comes in. The auto-extension will take place only
if a bid is received & accepted in those last 5 minutes. If the bid does not get accepted, the autoextension will not take place. In case, there is no bid in the last 5 minutes of closing of Reverse
Auction, the auction shall get closed automatically without any extension. However, tenderers are
advised not to wait till the last minute or last few seconds to enter their bid during the autoextension period to avoid complications related with internet connectivity, network problems,
system crash down, power failure, etc.
d. After the completion of Reverse Auction, the Closing / Final Price (CP) shall be available on auction
screen.
e. At the end of the reverse auction, L1 tenderer (i.e. tenderer who has quoted lowest final closing price)
has to provide price confirmation giving a detail break up through email or fax on tenderers letter-head
immediately as per attached prescribed FORMAT B Price Confirmation.

29 | P a g e

6. During Reverse Auction, if no bid is received within the specified time, RCF, at its sole discretion, may
decide to reschedule / scrap the Reverse Auction process / proceed with conventional mode of tendering /
or finalize the tender based on Prices Bid submitted in the envelope
7. Placement of order on the conclusion of Reverse Auction shall be at the discretion of RCF. Bids once
made by tenderer, cannot be cancelled or withdrawn.
8. It shall be the prerogative of RCF to offer the Final / Closing Price of Reverse Auction to the other bidders
for matching in case RCF decides to have more than one supplier. The bidders shall be offered to confirm
FINAL / Closing Price in Reverse Auction in sequence of their ranking in Final Price offered during
Reverse Auction event.
9. The tenderer shall be assigned a Unique User Name & Password by RCFS SERVICE PROVIDER. The
tenderer are advised to change the Password and edit the information in the Registration Page after the
receipt of initial Password from RCFS SERVICE PROVIDER to ensure confidentiality. All bids made from
the Login ID given to tenderer will be deemed to have been made by them.
10. The tenderer will be able to view the following on screen along with the necessary fields in the Reverse
Auction:
Leading Bid in the Auction (Current Lowest Rate)
Bid placed during the event
Opening Price & Decrement Value.
11. RCFs decision for award of Contract shall be final and binding on all the Tenderers.
12. RCF shall not have any liability to tenderers for any interruption or delay in access to the site irrespective
of the cause.
13. The tenderer will be required to submit their acceptance to the terms / conditions / modality given above
before participating in the reverse auction.
C. Other terms & conditions

The Tendered shall not indulge either by himself or through any of his representatives in Price
manipulation of any kind ether directly or indirectly and shall not divulge, in any manner, the details of
rates and other information connected with the tender to other suppliers / tenderness.

The Tendered shall not divulge particulars of his Bids or any other exclusive details of RCF to any other
party.
RCF and/or RCFS SERVICE PROVIDER shall not have any liability to Tenderers for any interruption or
delay in access to the site irrespective of the cause.

RCF and/or RCFS SERVICE PROVIDER is not responsible for any damages, including damages that
result from, but are not limited to negligence.

RCF and/or RCFS SERVICE PROVIDER will not be held responsible for consequential damages,
including but not limited to systems problems, inability to use the system, loss of electronic information etc.

30 | P a g e

FORMAT A

ANNEXURE-IX

Process Compliance Form E-reverse auction

(Tenderers are required to print this on their companys letter head and sign, stamp before
putting it into un-priced commercial bid)
To
M/s. RCF Ltd.
Attention :

Sub:

Acceptance to the Process related Terms and Conditions for the Reverse Auction

Dear Sir,

This has reference to the Terms & Conditions for the Reverse Auction mentioned in the NIT NO
We hereby confirm the following 1) The undersigned is authorized representative of the company.
2) We have carefully gone through the NIT, Tender Documents and the Business Rules governing the Reverse
Auction as well as this document.
3) We also confirm that we will undergo the training by RCFs SERVICE PROVIDER on the auction tool and the
functionality of the same..
4) We confirm that RCF and RCFS SERVICE PROVIDER shall not be liable & responsible in any manner
whatsoever for my/our failure to access & bid on the e-auction platform due to loss of internet connectivity,
electricity failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or during
the auction event.
5) We also confirm that we have a valid digital certificate issued by a valid Certifying Authority and self attested
copy enclosed
6) We also confirm that we will fax / e-mail the price confirmation & price break up of our quoted price as per
FORMAT B Price Confirmation after the closing of reverse auction event
We, hereby confirm that we will honor the Bids placed by us during the auction process.
With regards
Signature with company seal
Name
Company / Organization
Designation within Company / Organization
Address of Company / Organization
E-mail Id:
Tel no:.
Mobile no. :
Sign this document and Fax at + 91 - 022 25522320

31 | P a g e

FORMAT B
Price Confirmation
(Tenderers are required to print this on their companys letter head and sign, stamp before
faxing)

To
M/s. RCF Ltd.
Trombay Unit
Attention -

Sub: Final price quoted during Reverse Auction and price break up
Ref : 1. RCF NIT no,
2. Reverse Auction dt.
Dear Sir,
We confirm that we have quoted the final price
1. ---------------------------------------------------- (in words & figures)
(Price quoted on Evaluated cost to RCF basis)
as our final lump sum prices during the Reverse Auction conducted on _________ (date)
(Price Breakup attached as per RCF evaluation sheet (excel) format)
With regards
Signature with company seal
Name
Company / Organization
Designation within Company / Organization
Address of Company / Organization
E-mail Id
Tel no.:
Mobile no:.
Sign this document and Fax at + 91 - 022 25522320

32 | P a g e

BID BOND PROFORMA FOR FOREIGN BIDDERS

ANNEXURE-X

(BID BOND TO BE EXECUTED ON RS.200/- NON JUDICIAL LATEST


STAMP PAPER FROM ANY INDIAN NATIONALSED RANK)

M/s Rashtriya Chemicals & Fertilizers Limited,


Trombay Unit, Chembur, MUMBAI - 400 074.
Dear Sir,
WHEREAS
M/s._____________________________________________________________
(offerer)
has
offered
to
supply
______________________________________
to RCF and the offerer is required to submit a Bid Bond for US$ ._______ along with the offer as a
guarantee for fulfillment of all the Terms and Conditions for subsequent sale, we (bank with full address) do
hereby guarantee and undertake to pay _______________ immediately on demand by RCF, Mumbai the
amount of US$ ______________ in case the offerer fails to perform any or all the obligations undertaken
by him as per RCFs acceptance without any reservation, protest, demur and recourse to said offerer. Any
such demand in writing made by RCF shall be conclusive and binding on us irrespective of any dispute or
difference raised by the offerer. This guarantee shall be irrevocable and shall remain valid till 90 days from
the date of tender opening.
Not withstanding anything mentioned herein before, our liability under this guarantee is restricted to US$
______________ (US Dollars ______________________ only) and it will remain in force upto
________________ unless a claim under the guarantee is filed against us on or before ______________ all
your rights under the said guarantee shall be forfeited and we shall be released and discharged from all
liabilities there under.
We _________________________ bank, further agree that the guarantee hereunder contain shall not be
effected by any change in the terms of purchase originally offered by the offerer.
Date ________________
For ________________
Place ________________
Bank ________________

Authorised Signatories
Note: Bidders bank while authorizing Indian Bank to execute this Bid Bond against their counter guarantee, should
also intimate the reimbursement instructions. In case Bid Bond is given by Foreign Bank, it should be counter signed
by an Indian Nationalised Bank.

33 | P a g e

ANNEXURE XI
PRICE BID FORMAT FOR INDIAN BIDDER
Tender NO:
Commercial name of the Product (Excise Heading/Sub-Heading)
1. Skid mounted safety valve test bench with control console with all required
accessory as per NIT specifications.

To be filled by Vendor
1 No.

2.

Trolley mount PC for data acquisition, printer, keyboard, licensed copy of data
acquisition software, Operating system, Quick heal anti-virus software for 3
years validity.

1 No.

3.

Digital bubble counter with leak off flange

4.

Adapters to test threaded safety valve from to 2

1 No
1 set

1.Packing forwarding

i)%

ii)Amount: Rs.

2. Excise duty
Extra on basic price / Inclusive in basic price
3. Sales Tax (CST/VAT) Extra/ Inclusive
4. Freight up to RCF Stores Extra/ Inclusive

i)%

ii)Amount: Rs.

i)%
i)%

ii)Amount: Rs.
ii)Amount: Rs.

5. Insurance
Extra/ Inclusive
6. Octroi
Extra/ Inclusive

i)%
i)%

7.Unloading at RCF plant


Total Price for supply part
Services items as per Annexure III
Taxes applicable on service part
Total Price for service part

i)%
Rs.__________

Rs.__________

TOTAL LANDEDUP TO RCF STORES INCLUSIVE OF UNLOADING CHARGES

: Rs.

Services items as per scope of supply Annexure III


Supervision, installation, commissioning, training charges for offered safety valve
test bench.
Visit based rate for -1st year Non comprehensive ARC for safety valve test bench
Visit based rate for -2nd year- Non comprehensive ARC for safety valve test bench.
Visit based rate for -3rd year-Non comprehensive ARC for safety valve test bench.
Visit based rate for -4th year-Non comprehensive ARC for safety valve test bench.
Visit based rate for -5th year-Non comprehensive ARC for safety valve test bench.
Total Price for supply part
Services items as per Annexure III
Taxes applicable on service part
Total Price for service part

Remarks, if any
Name & Address of Tenderer

34 | P a g e

ii)Amount: Rs.
ii)Amount: Rs.

(Authorised Signatory)
Name :
Designation:
Company Seal:
Place & Date:

Per Unit

Lump sum
Per visit
Per visit
Per visit
Per visit
Per visit
Rs.__________

Rs.__________

ii)Amount: Rs.

ANNEXURE XII
PRICE BID FORMAT FOR FOREIGN BIDDER

Tender No.

TO BE FILLED BY FOREIGN BIDDER

1.
Skid mounted safety valve test bench with control console with all required
accessory as per NIT specifications.

1 No.

5.

Trolley mount PC for data acquisition, printer, keyboard, licensed copy of data
acquisition software, Operating system, Quick heal anti-virus software for 3
years validity.

1 No.

6.

Digital bubble counter with leak off flange

7.

Adapters to test threaded safety valve from to 2

1 No
1 set

TOTAL PRICE
OPTION 1: FOB NEAREST PORT
OPTION 2: CIF NAVASHEVA PORT
OPTION 3: CIP MUMBAI AIRPORT
Services items as per scope of supply Annexure III
Supervision, installation, commissioning, training charges for offered safety valve
test bench.
Visit based rate for -1st year Non comprehensive ARC for safety valve test bench
Visit based rate for -2nd year- Non comprehensive ARC for safety valve test bench.
Visit based rate for -3rd year-Non comprehensive ARC for safety valve test bench.
Visit based rate for -4th year-Non comprehensive ARC for safety valve test bench.
Visit based rate for -5th year-Non comprehensive ARC for safety valve test bench.
Total Price for supply part
Services items as per Annexure III
Taxes applicable on service part
Total Price for service part

Lump sum
Per visit
Per visit
Per visit
Per visit
Per visit
Rs.__________

Rs.__________

Currency:

Remarks, if any
Name & Address of Bidder:

35 | P a g e

(Authorised Signatory)
Name :
Designation:
Company Seal:
Place & Date:

You might also like