o&m tender-sugauli no 50 - hpcl biofuels

109
Signature and Seal of the Bidder Page 1 of 109 Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID ) TENDER ENQUIRY (This is only a Price Enquiry not a Purchase Order) (Name & Address of the bidder/tenderer) Tender No: HBL/TEN/PUB/11-12/50 ____________________________________________ Tender Date: 12/08/2011 ____________________________________________ Direct Queries To: Dipak Kujur ____________________________________________ Designation: Dy. Manager – Purchase ____________________________________________ Department: Purchase Telephone No: +919771435096 Attention:___________________________________. PR No.:HBL/HR/11-12/40 Title : OPERATION & MAINTENANCE (O&M) CONTRACT FOR SUGAR, ETHANOL & CO-GEN AT : INTEGRATED SUGAR, ETHANOL & CO-GEN PLANT AT SUGAULI , NR. SUGAULI RLY STN, DIST -EAST CHAMPARAN, BIHAR-845456. Tender to be received on or before 09/09/2011 by 1530 Hrs at the address mentioned below. Tenders are to be dropped in the designated tender box at the address mentioned below. In situation where the tenders are big which cannot be dropped in the box or where the specific tender boxes are not available, tenders are to be submitted with the concerned purchasing authority at the following address. HPCL Biofuels Limited. Building No-271,Road No -3E New Pataliputra Colony, Patna – 800013, Bihar. Tender received after due date and time due to whatever reasons will be rejected. 1. For any greivance related issue, queries to be sent to COO -Operations of HPCL Biofuels Limited (HBL) at above address. 2. All unit rates in Indian Rupees

Upload: others

Post on 01-Jan-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Signature and Seal of the Bidder Page 1 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

TENDER ENQUIRY

(This is only a Price Enquiry not a Purchase Order)

(Name & Address of the bidder/tenderer) Tender No: HBL/TEN/PUB/11-12/50

____________________________________________ Tender Date: 12/08/2011

____________________________________________ Direct Queries To: Dipak Kujur

____________________________________________ Designation: Dy. Manager – Purchase

____________________________________________ Department: Purchase

Telephone No: +919771435096

Attention:___________________________________. PR No.:HBL/HR/11-12/40

Title : OPERATION & MAINTENANCE (O&M) CONTRACT FOR SUGAR, ETHANOL & CO-GEN AT :

INTEGRATED SUGAR, ETHANOL & CO-GEN PLANT AT SUGAULI , NR. SUGAULI RLY STN,

DIST -EAST CHAMPARAN, BIHAR-845456.

Tender to be received on or before 09/09/2011 by 1530 Hrs at the address mentioned below.

Tenders are to be dropped in the designated tender box at the address mentioned below. In situation

where the tenders are big which cannot be dropped in the box or where the specific tender boxes are not

available, tenders are to be submitted with the concerned purchasing authority at the following address.

HPCL Biofuels Limited.

Building No-271,Road No -3E

New Pataliputra Colony,

Patna – 800013,

Bihar.

Tender received after due date and time due to whatever reasons will be rejected.

1. For any greivance related issue, queries to be sent to COO -Operations of HPCL Biofuels Limited

(HBL) at above address.

2. All unit rates in Indian Rupees

Signature and Seal of the Bidder Page 2 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

Please quote your most competitive rate/s in the Schedule of Rates (PRICED BID FORMAT) :

Form (enclosed ) only for the items/service mentioned in respective enclosures.

DETAILS OF ITEMS/SERVICES IS MENTIONED IN THE “UNPRICED BID” ENCLOSED.

Deliver To: HPCL Biofuels Ltd, Sugauli, Vill-Sugauli, Near Sugauli Railway Station, Dist-East

Champaran Bihar – 845456 in the following format.

SL

No

Item

Description

QTY Unit Rate(Rs.) to be written both in figures and in words

XXXXXXXXXXXXXXXXXX

PLEASE QUOTE YOUR MOST COMPETETIVE RATE IN THE PRICE BID (SCHEDULE OF

RATES) ENCLOSED ALONG WITH THE TENDER

XXXXXXXXXXXXXXXXXX

XXXXXXXXXXXXXXXXXX

Total Quoted Value (In Figures)**:______XXXX__________________________________only.

Total Quoted Value (In words)**:_______XXXX_____________________________________only.

** Unless otherwise specifically mentioned in HBL Tender Enquiry.

1. When there is a difference between the rates in figures and words, the rate which corresponds to the

amount worked out by the tenderer shall be taken as correct.

2. When the rate quoted by the tenderer in figures and words tallies but the amount is incorrect, the rate

quoted by the tenderer shall be taken as correct.

3. When it is not possible to ascertain the correct rate in the manner prescribed above, the rate as quoted in

words shall be adopted.

4. INSTRUCTIONS FOR SUBMISSION OF BIDS:

TENDERERS ARE REQUESTED TO SUBMIT THEIR RATES IN THE PRICED BID (SCHEDULE OF RATES)

(ONLY). THE “PRICED BID” WILL BE ENCLOSED AND SEALED IN ENVELOPE DULY MENTIONING IN

BODY OF ENVELOPE AS “PRICED BID”. NAME OF THE BIDDER AND TENDER NO. SHALL BE

MENTIONED CLEARLY IN THE BODY OF THE ENVELOPE.

SIMILARLY UNPRICED BID SHALL BE ENCLOSED & SEALED IN THE SECOND ENVELOPE DULY

MENTIONING AS “UNPRICED BID”. NAME OF THE BIDDER, AND TENDER NO. SHALL BE CLEARLY

MENTIONED IN BODY OF ENVELOPE AND SEALED.

BOTH THE BIDS i.e “PRICED” & “UNPRICED” SHALL BE ENCLOSED & SEALED IN THIRD ENVELOPE.

THE BODY OF THIRD ENVELOPE SHALL CONTAIN BIDDERS/SENDERS NAME AND ADDRESS, TENDER

NUMBER AND THE SAME SHALL BE SENT TO THE ADDRESS OF HBL PATNA OFFICE AS GIVEN ABOVE.

Signature and Seal of the Bidder Page 3 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

Please note: Rates to be quoted in the “Priced bid” form only. Priced Bids received in open/unsealed

condition or with rate quoted in any unprescribed form other than the “Price Bid” form (enclosed) or in

the “Unpriced bid” shall be summarily rejected.

Please note that bids received without following the above instructions may be liable to get rejected and

HBL will in no way be held responsible for non receipt and rejection of the bids.

EXTRAS (TAXES, DUTIES & OTHERS) :

Details of taxes, duties, levies, etc. if to be paid extra to be filled in the space given below. The values

specifically be mentioned below will only be considered for extra payments. The values to be filled below can

be in percentage (%) of unit rate or an add- on amount per unit. Vendor to specifically mention % of currency,

after the value (eg. X% or X Rs/-), else the value having least impact to HBL on the unit rate will only be

considered. (PLEASE MENTION THE FIGURES IN PERCENTAGE ONLY)

________________________________________________________________________________________.

________________________________________________________________________________________.

NSIC Unit (Y/N) :____________.

PSE Unit(Y/N) :____________.

SSI(Y/N) :_____________.

NOTES / TERMS / CONDITIONS:

_____________________________________________________________________________________.

______________________________________________________________________________________.

PLEASE NOTE:

� Please read the enclosed terms and condition carefully before quoting your rate and return it

along with your tender duly signed and stamped on all pages and enclosures along with this

tender.

� Please mention the rate of taxes separately. HBL will take Cenvat credit, invoices and challan shall be

compliant to the same.

� Your sealed quotation ( both priced & unpriced bids) should be submitted to this office on or before

09/09/2011 at 1530 Hrs. The tenders (unpriced bids) received shall be opened on the same day by 1630

Hrs. Bidders and other interested bidders may witness the opening of the tender.

Signature and Seal of the Bidder Page 4 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

DETAILED /ITEM DESCRIPTION / SPECIFICATION:

Earnest Money Deposit: EMD OF Rs. 16 LAKHS IS REQUIRED FOR THIS TENDER IN THE FORM OF PAY

ORDER / DEMAND DRAFT OR BANK GUARANTEE OF ANY SCHEDULED BANK (OTHER THAN CO-OPERATIVE

BANK) IN THE NAME OF “HPCL BIOFUELS LIMITED” PAYABLE AT PATNA.

EMD SHOULD ACCOMPANY THE TECHNICAL BID (UNPRICED BID). EMD SHOULD BE ENCLOSED IN A

SEPERATE ENVELOPE EARMARKED “EMD MONEY” APART FROM THE PRICED BID/UNPRICED BID. EMD NOT

IN LINE WITH THE AMOUNT CALLED FOR (AS ABOVE) THEN THE EMD AS WELL AS THE PRICED/UNPRICED

BIDS WILL BE RETURNED TO THE TENDERER & WILL BE REJECTED. IF THE EMD DOES NOT ACCOMPANY THE

TECHNICAL (UNPRICED BID) AND ACCOMPANIES THE PRICED BID , SUCH BIDS WILL NOT BE CONSIDERED AT

ALL AND WILL BE SUMMARILY REJECTED.

THE EMD SHALL BE REFUNDED INTEREST FREE TO ALL THE UNSUCESSFUL BIDDERS.

SECURITY DEPOSIT SHALL BE AS PER CLAUSE NO. 4 b OF THE GENERAL TERMS AND CONDITIONS OF THE

CONTRACT.

PREBID MEETING IS SCHEDULED TO BE HELD ON 02/09/2011 AT 1000 HRS AT FOLLOWING ADDRESS AS

BELOW:

HPCL BIOFUELS LIMITED,

BUILDING NO. 271, ROAD NO. 3E,

NEW PATLIPUTRA COLONY,

PATNA-800013.

Ph- 0612-2260185.

Payment terms and completion period: The above shall be as per Special Conditions of

contract enclosed along with the tender.

Enclosures :

Price bid and Unpriced bid (Yes/No)

Detailed item Description / specifications (Yes/No)

Technical Terms and Conditions (Yes/No)

Commercial Terms and Conditions (Yes/No)

Special Terms and Conditions (Yes/No)

General Terms and Conditions (Yes/No)

Others: BQC/ITB . (Yes/No)

Signature: S / D.

Designation: CEO-HBL

HPCL Biofuels Limited.

Signature and Seal of the Bidder Page 5 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

BID QUALIFICATION CRITERIA

FOR

Operation & Maintenance Contract

for

Integrated Sugar, Ethanol & Co-gen Plants at Sugauli, Dist-

East Champaran, Bihar-845456.

Signature and Seal of the Bidder Page 6 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

1.0 INTRODUCTION

M/s HPCL Biofuels Limited (HBL), invites bids under two bid system from Bidders for Operation &

Maintenance Contract for Integrated sugar mills at Sugauli, Dist-East Champaran, Bihar.

2.0 BRIEF SCOPE OF WORK:

The scope of the work includes but not limited to the following.

Operation & Maintenanace including training of HBL staffs of Integrated Sugar Mill at Sugauli,

Dist-East Champaran, Bihar, the scope of which includes operation and maintenance of Sugar,

Ethanol & Cogen units including training to HBL employees complete in all respects as per tender

document.

CONTRACT PERIOD: The contract shall be for 1 years which will be extended by further 1 more

year based on and escalated rate of 7% of the purchase order basic rates finalized during previous

year subject to satisfactory performance of the bidder. Further extension of another 1 year shall

be solely at the discretion of HBL. The Operation shall be as per scope in season & maintenance

during off seasons as defined in subsequent sections. The jobs in off season shall be done as per

schedule.

3.0 BID QUALIFICATION CRITERIA: The bidder shall meet all of the criteria mentioned in Clause

3.1, 3.2 & 3.3 otherwise the Bid will be summarily rejected.

3.1 Technical Criteria

(a) Bidder during the last seven years reckoned from 31.07.2004 shall have carried out and

completed at least one Operation & Maintenance contract services for an Integrated Sugar Mill

consisting of a Sugar mill of min. 1750 TCD capacity and either of

i. Cogen power plant of min. 5 MW capacity alongwith biomass/bagassed based boliers.

ii. Ethanol plant of min. 30 KLPD capacity.

in India or abroad for one year consisting of on season and off season operation & maintenance

activities.

(b) The Operation & maintenance contract services mentioned in 3.1 (a) carried out by the bidder in

India or abroad shall have been completed satisfactorily.

3.2 Previous Order Value

Bidder during the last seven years reckoned from 31-07-2004 should have successfully

carried out and completed similar work(s) meeting any of the criteria(s) as stated in Clause

3.2.1 to 3.2.3.

3.2.1 One similar completed work costing not less than RRRRssss. . . . 240240240240 Lakhs.

3.2.2 Two similar completed work each costing not less than RRRRssss.... 150150150150 Lakhs.

3.2.3 Three similar completed work each costing not less than RRRRs.s.s.s. 121212120000 Lakhs.

Signature and Seal of the Bidder Page 7 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

Notes for Clause 3.1 & 3.2

1. For the purpose of evaluation of Clause 3.1, the operation & maintenance contract carried out for

one Integrated Sugar Mill through single or multiple orders for the capacities as stipulated above

will be considered as one work/order.

2. The similar works mentioned in Clause 3.2.1 to 3.2.3 shall mean Operation and Maintenance

carried out for Integrated sugar plant of capacity as stipulated above with or without (i) Cogen

power Plant,(ii) ethanol plant.

3. The execution and completion of work as defined in Clause 3.1 & 3.2 shall be by the Indian Bidder

and/or their Foreign Collaborator/principals in India and/or abroad. For the purpose of

converting the value of, similar completed work by Foreign Collaborator/Principal, in Indian

Rupees, the conversion rate shall be taken as TT buying rate published in The Economic Times,

Mumbai edition on the date of publication of this NIT.

3.3 Annual Turnover: The Bidder shall meet the minimum prescribed financial pre-qualification

requirement as follows:

The average Annual financial turnover ( on annualized basis), as per audited balance sheet and

Profit & Loss account, for the last three financial years ending March, 2011 shall be at least RRRRssss.... 270

Lakhs. For the vendors following financial year closing at the end of June or September or

December, the last 3 financial years ending with the respective quarter of 2010 will be considered.

3.4 Bidder shall furnish documentary evidence i.e. copies of work orders/ relevant pages of contract,

completion certificate/inspection release note from their clients/consultant, annual reports

containing audited balance sheets and profit & loss accounts statement in support of their

fulfilling the bid qualification criteria. HBL reserves the right to complete the evaluation based on

the details furnished without seeking any additional information.

4.0 Parties who are affiliates of one another can decide which Affiliate will make a bid. Only one

affiliate may submit a bid. Two or more affiliates are not permitted to make separate bids directly

or indirectly. If 2 or more affiliates submit a bid, then any one or all of them are liable for

disqualification. However up to 3 affiliates may make a joint bid as a consortium, and in which

case the conditions applicable to a consortium shall apply to them. “Affiliate” of a Party shall mean

any company or legal entity which:

(a) Controls either directly or indirectly a Party, or

(b) Which is controlled directly or indirectly by a Party; or

(c) Is directly or indirectly controlled by a company, legal entity or

Partnership which directly or indirectly controls a Party. “Control” means actual control or

ownership of at least a 50% voting or other controlling interest that gives the power to direct, or

cause the direction of, the management and material business decisions of the controlled entity.

5.0. Bids may be submitted by:

a) A single person/ entity (called sole bidder);

b) A newly formed incorporated joint venture (JV) which has not completed 3 financial years

from the date of commencement of business;

Signature and Seal of the Bidder Page 8 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

c) A consortium (including an unincorporated JV) having a maximum of 3 (three) members;

d) An Indian arm of a foreign company.

6.0 Fulfilment of Eligibility criteria and certain additional conditions in respect of each of the above 4

types of bidders are stated below, respectively:

a) The sole bidder (including an incorporated JV which has completed 3 financial years after

date of commencement of business) shall fulfill each eligibility criteria.

b) In case the bidder is a newly formed and incorporated joint venture and which has not

completed three financial years from the date of commencement of business, then either the said

JV shall fulfil each eligibility criteria or any one constituent member/ promoter of such a JV shall

fulfil each eligibility criteria. If the bid is received with the proposal that one constituent member/

promoter fulfils each eligibility criteria, then this member/promoter shall be clearly identified and

he/it shall assume all obligations under the contract and provide such comfort letter/guarantees

as may be required by Owner. The guarantees shall cover inter alia the commitment of the

member/ promoter to complete the entire work in all respects and in a timely fashion, being

bound by all the obligations under the contract, an undertaking to provide all necessary technical

and financial support to the JV to ensure completion of the contract when awarded, an

undertaking not to withdraw from the JV till completion of the work, etc.

c) In case the bidder(s) is/are a consortium (including an unincorporated JV), then the

following conditions shall apply:

1) Each member in a consortium may only be a legal entity and not an individual

person;

2) The Bid shall specifically identify and describe each member of the consortium;

3) the consortium member descriptions shall indicate what type of legal entity the

member is and its jurisdiction of incorporation (or of establishment as a legal entity

other than as a corporation) and provide evidence by a copy of the articles of

incorporation (or equivalent documents);

4) One participant member of the consortium shall be identified as the “Prime

member” and contracting entity for the consortium;

5) This prime member shall be solely responsible for all aspects of the Bid/ Proposal

including the execution of all tasks and performance of all consortium obligations;

6) The prime member shall fulfill each eligibility criteria;

7) a commitment shall be given from each of the consortium members in the form of a

letter signed by a duly authorized officer clearly identifying the role of the member

in the Bid and the member’s commitment to perform all relevant tasks and

obligations in support of the Prime/lead member of the Consortium and a

commitment not to withdraw from the consortium;

8) No change shall be permitted in the number, nature or share holding pattern of the

Consortium members after pre-qualification, without the prior written permission

of the Owner.

9) No change in project plans, timetables or pricing will be permitted as a consequence

of any withdrawal or failure to perform by a consortium member;

Signature and Seal of the Bidder Page 9 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

10) No consortium member shall hold less than 25% stake in a consortium;

11) Entities which are affiliates of one another are allowed to bid either as a sole bidder

or as a consortium only;

12) Any person or entity can bid either singly or as a member of only one consortium.

d) In case the bidder is an Indian arm (subsidiary, authorized agent, branch office or affiliate) of

a foreign bidder, then the foreign bidder shall have to full fill each eligibility criteria. If such

foreign company desires that the contract be entered into with the Indian arm, then a proper

back to back continuing (parent company) guarantee shall be provided by the foreign

company clearly stating that in case of any failure of any supply or performance of the

equipment, machinery, material or plant or completion of the work in all respects and as per

the warranties/ guarantees that may have been given, then the foreign company shall assume

all obligations under the contract. Towards this purpose, it shall provide such comfort

letter/guarantees as may be required by Owner. The guarantees shall cover inter alia the

commitment of the foreign company to complete the entire work in all respects and in a

timely fashion, being bound by all the obligations under the contract, an undertaking to

provide all necessary technical and financial support to the Indian arm or to render the same

themselves so as to ensure completion of the contract when awarded, an undertaking not to

withdraw from the contract till completion of the work.

Note: Pre-Bid meeting will be held on 2nd

of September 2011 at 1000 hrs at HPCL Biofuels

Limited, Buliding No. 271, Road No. 3E, New Patliputra Colony, Patna-800013.

e) Bidders are requested to visit the plant before hand to see the onsite arrangement and

thereafter attend the prebid meeting.

Signature and Seal of the Bidder Page 10 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

SUB : Operation & Maintenance of Integrated, Sugar, Ethanol & Co-gen Units at Sugauli, Dist- East

Champaran, Bihar – 845456.

We invite your most competitive offer for Operation & Maintenace of our Integrated Sugar, Cogen & Ethanol

plant at Sugauli, District-East Champaran , Bihar as per the following documents enclosed herewith:

1) Instruction to Bidders – Part A & Part B.

2) Agreed Terms and conditions.

3) Tender Common Forms :

a) Bid Qualification Criteria

4) Tender Item Forms - Technical :

a) Special Conditions of Contract

b) Scope of Work

5) Bank Guarantee Formats.

The above comprises tender terms & conditions, and criteria for evaluation of bids, rejection criteria, etc.

Bidders are required to furnish their exceptions & deviations if any on separate sheets.

Note: Bidders are requested to review all the unpriced bid documents in detail and submit their bids

accordingly. Wherever data is sought from the bidders, the same is required to be submitted by the bidders at

the time of submission of their bids. Bidders are requested to visit site prior to pre-bid meeting & quoting

the rates for better understanding and assessment of actual situation at site.

Bank Guarantee formats pertaining to EMD, CPBG, PBG, BG in Lieu of LD and Security Deposit are enclosed

separately.

NSIC Certificate : In case of having valid registration with NSIC, copy of the NSIC registration certificate is

required to be provided by the bidders.

Declaration with respect to blacklisting :

A declaration to the effect that applicant was not blacklisted by any CPSU/PSU or by Government of India in

the past shall be submitted by the Applicant along with the application in the format attached.

In case of any queries pertaining to this tender, please direct the same to:

Dipak Kujur

Dy.Manager-Purchase , HPCL Biofuels Limited,

Building No. 271, Road No. 3E , New Patliputra colony

Patna -800013. Phone – 0612-2260185.

Email: [email protected] & [email protected]

Signature and Seal of the Bidder Page 11 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

E-Payment :

Please note that payments against the PO finalised through this tender will be effected through e-payment

only. In case the order is finalised on you and the mandate for processing e-payment has not been submitted

by you, then the payment will not be effected till the submission of e - mandate by you and updation of

necessary records at our end. Any consequent delays in payments will be to your account and HBL shall not

be responsible for the same.

E-mandate not required to be submitted, in case the same has been submitted earlier to HBL.

Tender Due Date : 09/09/2011 (1530 hrs).

CONTRACT PERIOD : The contract shall be for 1 year which can be extended by further 1 more

year at an escalated rates of 7% of the basic rates finalized in the purchase order of previous year

but based on the satisfactory performance of the bidder and further extension of another 1 year

shall be solely at the discretion of HBL.

Taxes & Duties :

Taxes, duties levies etc if any shall be quoted in percentage only in the fields provided. Note: taxes, duties,

levies mentioned in amount or in other figures either than in percentage form shall lead to rejection of the entire

unpriced and priced bid of the bidder.

GENERAL INFORMATION:

i) Earnest Money Deposit (EMD) : Rs. 16 Lakhs.

EMD shall be accepted in the form of Demand Draft/Pay order or Bank Guarantee on any Nationalised or Scheduled bank (other than Co-operative banks). Amount of EMD is indicated above. In case EMD is submitted in form of Bank Guarantee, it should be made on non-judicial stamp paper of appropriate value (denomination) and should be valid for 4 (Four) months from due date / extended due date of the tender. Cheque / FDR or EMD in any other form shall be treated as offer without EMD and shall not be acceptable. Public Sector Undertakings (Declaration required) and Units registered with NSIC (Copy of valid registration certificate is required to be submitted) are exempted from submission of EMD.

EMD (original instrument) should be kept in a separate envelope (super scribed with tender number, job & due date) and should be enclosed in the unpriced bid and deposited by tender due date / time mentioned above, in the tender box provided in the office of HPCL Biofules Limited , Building no 271 , Road No 3 E , New Patliputra colony, Patna -13.

EMD exemption documents (applicable for PSUs and NSIC registered parties) should also be deposited in the tender box at the above mentioned address, before the tender due date and time.

(ii) HBL shall not be responsible for any expenses incurred by bidders in connection with the preparation & submission of their bids, site visits, prebid meetings and other expenses incurred during bidding process.

(iii) Fax / e-mail bids shall not be accepted.

(iv) HBL reserves the right to accept or reject any one or all the tenders without assigning any reason.

(v) Completed Tenders in all respect should be submitted in tender box in office address as mentioned within

the tender due date/ time. Unpriced (Technical) bids shall be opened and participating bidders can witness the

same. Bidders would not be allowed to submit their bid after stipulated tender due date and time.

Signature and Seal of the Bidder Page 12 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

INSTRUCTIONS TO BIDDERSINSTRUCTIONS TO BIDDERSINSTRUCTIONS TO BIDDERSINSTRUCTIONS TO BIDDERS---- PART PART PART PART AAAA

1) This is only a Tender Enquiry and not an order.

2) The tender should be submitted, by the due date and time, as specified in the tender. Late / delayed

tenders submitted after the due date and time, for whatsoever reasons will not be considered.

3) Partially completed / incomplete tenders shall not be considered.

4) All communications regarding the tender including queries, if any, and submission of offers shall be done

with Purchase department of HBL, Patna Office.

5) Two Bid System

Bidders are required to submit offer in Two parts, namely “Unpriced bid” & “Priced bid”.

6) Validity

Quoted prices in the priced bid shall be valid for a period of 120 days from the due date / extended due date for the placement of order.

7) HBL shall not be responsible for any delays reasons whatsoever in receiving as well as submitting offers, including connectivity issues. HBL shall not be responsible for any postal or other delays in submitting EMD wherever applicable.

8) Request for extension of tender submission due date, if any, received from bidders within 48 hours of tender submission due date / time, shall not be considered.

9) Tender opening (unpriced bid as well as priced bid) will be done at the time and dates specified in the tender or will be intimated.

10) HBL reserves the right to accept any tender in whole or in part or reject any or all tenders without assigning any reason. HBL reserves right to accept any or more tenders in part. Decision of HBL in this regard shall be final and binding on the bidder.

11) Technical and Unpriced Part of the Offer will be opened by HBL as per the due date and time mentioned in the NIT (Notice Inviting Tender).The Priced part of the Offer of technically qualified bidders will be subsequently opened as per date advised subsequently.

12) Cost of bidding :

The bidder shall bear all costs associated with the preparation and submission of the bid, and HPCL Biofuels Limited (HBL), will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

13) HBL may solicit the bidder’s consent to an extension of the period of validity of offer. The request and the response there to shall be made in writing. If the bidders agree to the extension request, the validity of Bank Guarantee towards Earnest money shall also be suitably extended. Bidders may refuse the request without forfeiting his EMD. However, bidders agreeing to the request for extension of validity of offer will neither be permitted to revise the price nor to modify the offer.

14)14)14)14) Grievance RedresGrievance RedresGrievance RedresGrievance Redressal Mechanismsal Mechanismsal Mechanismsal Mechanism::::

All the references / greivances if any that are received from parties who participated / intend to participate in the company’s tender shall be marked to CCCCOOOOOOOO –––– OOOOpppperatioeratioeratioerationsnsnsns,,,, HPCL Biofuels Limited, Patna OfficeHPCL Biofuels Limited, Patna OfficeHPCL Biofuels Limited, Patna OfficeHPCL Biofuels Limited, Patna Office.

Signature and Seal of the Bidder Page 13 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

Criteria for evaluation of bids and

instruction to bidders

PART B

Signature and Seal of the Bidder Page 14 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

The following is the detailed instructions for submission and evaluation of the Bids.

1.0 General

1.1 This O&M tender document has been raised for Operation and Maintenance & Training of HBL

staff of Integrated Sugar-Cogen-Ethanol units of HBL Plants at Sugauli which has recently come up

and is ready for commissioning as per scope detailed in tender document. The entire process

comprises of 3 units at each plant and its operation and maintenance shall be accordingly carried

out .

A. Unit I: Sugar Plant at Sugauli

B. Unit II: Ethanol Plant (Distillery)at Sugauli

C. Unit III: Power Plant (Co-gen) at Sugauli

1.2 The scope of work for individual package shall include operation and maintenance of units for

specified period assiting in testing of equipments, commissioning, performance testing, putting

into successful commercial operation if any, imparting training to existing HBL staffs in

coordination with EPCC vendor and projects team as per scope of work, terms and conditions of

the contract.

1.3 HBL has engaged MITCON Consultancy Services Limited, Pune – 411005 as the consultant for

preparation of configuration study, Detailed Feasibility Reports, bid documents for the EPCC

contract(s) and as Owner’s/HBL’s engineers for implementation & successful operation. The

plants engineering , procurement , construction is carried out by EPCC vendors are as follows:

Sugauli

a) Sugar unit : M/s ISGEC John Thompson , Noida (IJT), for Sugauli unit.

b) Cogen Unit : M/s Walchandnagar Industries, Pune (WIL) for Sugauli unit.

c) Ethanol Unit; M/s KBK Chem Engg Pvt Ltd , Pune (KBK) for Sugauli unit.

2.0 All the costs and expenses incidental to site visits, preparation of the Bids, discussions and

conferences if any, including pre-award discussions, technical and other presentation in the

Owner’s office/site etc. shall be to the account of the Bidder and Owner/HBL shall bear no liability

whatsoever for such costs and expenses.

3.0 The bidder and any of his personnel or agents will be granted permission by the Owner/HBL to

enter upon his premises and units for the purpose of such inspection, but only upon the explicit

condition that the bidder, his personnel or agents will release and indemnify the Owner and his

personnel and agents from and against all liability in respect thereof and will be responsible for

personnel injury (whether fatal or otherwise), loss of or damage and expenses incurred as a result

hereof.

4.0 DOCUMENTS/INFORMATION REQUIRED ALONG WITH UNPRICED BID

IN SUPPORT OF BID QUALIFICATION CRITERIA

Signature and Seal of the Bidder Page 15 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

FINANCIAL

4.1 Submit copy of the notarized Annual accounts audited by independent chartered or certified

accountants for any of the last three years as mentioned in BQC, wherein the average annual

turnover for a year of the bidder should be at least as specified in BQC.

4.2 Submit copy of the notarized Annual accounts audited by independent chartered or certified

accountant, wherein the Net worth figures can be arrived at and are indicated as positive.

TECHNICAL

4.3 PREVIOUS EXPERIENCE

A. General : Bidder shall provide details of earlier Operation & Maintenance contract for meeting

bidder’s qualification criteria specified. The minimum details to be provided shall be a) Client Name,

Address and Contact Person/ Telephone nos., b) Order no. Date, c) Installed Capacity of Plant, d) PO

start and Completion Date / proof of completion.

B. Credentials : Bidder shall submit proof of running and maintaining unit, meeting BQC requirement

by submitting copies of relevant completed Contract/Work order, Completion certificate from

client regarding successful commissioning and operating for a minimum time as specified in BQC.

5.0 OTHER DOCUMENTS:

1) Title, style and postal address of the firm.

2) Communication particulars including telephone numbers, fax numbers and e- mail address.

3) Proposed Organization Chart, proposed manpower deployment (machinery wise) schedule for

individual unit with number, qualification separately and indicative salary for operation and

maintenance of all three units.

4) Pan No. & Power of Attorney for the signatory.

5) Declaration for not having been banned/delisted by any Government or quasi Government

agencies or PSUs.

6) Declaration for Exceptions and Deviations in sepaerate letter head.

7) List of completed works.

8) NSIC certificate, if applicable

9) Declaration that the bidder is not an affiliate/sister concern/JV/subsidiary/consortium partner

of the consultant M/s MITCON Consultancy Services Pvt. Ltd appointed for this project.

6.0 BIDDING DOCUMENTS

6.1 The required scope of the Operation and Maintenance of units , terms and conditions have been

detailed in the tender document. Bidders are advised to go through the tender document carefully.

Signature and Seal of the Bidder Page 16 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

No extra claims on account of the lack of understanding of the clauses/articles on the part of the

Bidder will be entertained by the Owner after the award of Contract.

6.2 The tender document has been divided into following sections

a. NIT.

b. Bid Qualification Criteria.

c. Instruction to Bidders.

d. General Terms and Conditions

e. Special Conditions of Contract

f. Terms and Conditions for Operation & Maintenance

g. Proforma for Bank Guarantee

h. Project Information.

7.0 TECHNICAL BIDS IN LINE WITH THE BID REQUIREMENTS

The detail requirements scope given in the Bid specifications have been arrived at after

considerable thought and based on the experience of the Owner & Consultants. The Bidder being

an experienced O&M vendor, it is recognized that Bidder may have some different views on scope

and other technical requirements of the Bid / Specifications. Considering the various aspects like

the experience of the Bidders, cost and expeditious evaluation and finalization of the Contract, the

base offer shall be based on but not limited to the exact requirements given in the Bid documents

for the jobs. In case if additional jobs are required for the reliable, safe operation of the plant and

its maintenance then the Bidders shall include the same as necessary in their unpriced bid on his

letter head. Kindly note, that HBL will reserve the sole right to accept the above. However any cost

impact arising due to the additonal jobs as listed by the bidder shall not be considered for price

bid evaluation.

8.0 BID CLARIFICATIONS/AMENDMENTS BY HBL

8.1 HBL may issue clarifications/amendments in the form of addendum/corrigendum during the

bidding period and may also issue amendments subsequent to receiving the bids. For the

addendum/corrigendum issued during the bidding period, bidders shall confirm the inclusion of

addendum/corrigendum in their bid. Bidder shall follow the instructions issued along with

addendum/corrigendum.

8.2 Bidders shall examine the Bidding Document thoroughly and submit to HBL. For any apparent

conflict, discrepancy or error, HBL shall issue appropriate clarifications or amendments, if

required. Any failure by Bidder to comply with the aforesaid shall not excuse the Bidder from

performing the Services in accordance with the contract if subsequently awarded. The bidders

can send queries through fax/letter/email/online up to the date specified during prebid meeting.

8.3 Corrigendum(s) and record notes of “pre-bid” discussion, if any, shall be made available to all at

the web site “ www.hpclbiofuels.com ” and uploaded to the site within one week from the date of

Signature and Seal of the Bidder Page 17 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

pre-bid meeting. No separate press notice shall be given. The queries received during the pre-bid

meeting and the date specified during the meeting shall be entertained for clarifications.

8.4 The Bidder(s) or their designated representative are invited to attend a pre-bid meeting which

will take place at HPCL Biofuels Limited’s Office, Building No. 271, Road No.3E, New Patliputra

Colony, Patna – 800013.

8.5 The purpose of the meeting will be to clarify issues and to answer queries on any matter related

to the tender and bidding process that have been raised before or during the meeting.

8.6 The bidder is requested, as far as possible, to submit any queries by fax/letter/online query/email

to reach owner’s office not later than the date of the prebid meeting. It may not be practicable to

answer queries received late, but queries and responses/ clarification may be posted in the form

of record notes at the web site www.hpclbiofuels.com within one week from the date of pre-bid

meeting. Any modification in the bid document that may become necessary as a result of the pre-

bid meeting shall be made by the owner/HBL exclusively through the issue of

corrigendum/addendum posted at web site or thru news paper notice and not through the

minutes of pre-bid meeting.

9.0 EVALUATION OF UNPRICED BIDS

9.1 REJECTION OF BID

Bids received late i.e. after due date and time, due to any reason (s) whatsoever shall be rejected.

Bids received without requisite EMD, tenders in any unprescribed format as mentioned in the

tender shall also be rejected.

The bidder shall quote for all the three items mentioned in the tender in the Priced Bid.

Bids received with quotes quoted against partial items etc. shall not be considered for price

bid evaluation.

Only Indian bidders are eligible to quote for this tender.

9.2 DEVIATIONS TO TENDER REQUIREMENTS

9.2.1 The bidders are required to submit offers strictly as per the terms and conditions/specifications

given in the Bidding Document and not to stipulate any deviations. The offer of bidders

stipulating deviations to any of the following terms/conditions will not be considered for priced

bid opening. However, HBL reserves the right to give opportunity to bidder for withdrawal of

deviation to the following clauses. In case, bidders refuse to withdraw the deviation against

following clauses, the offers may be rejected without any further correspondence with them. The

Clauses are mentioned below:

i) Security Deposit [Clause of GTC].

ii) Suspension & Termination (Clause of GTC).

iii) Force Majeure (Clause of GTC).

iv) Scope of work .

v) Validity of bids less than 120 days.

Signature and Seal of the Bidder Page 18 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

vi) Retention Money & PBG .

vii) Arbitration (Clause of GTC) .

viii) Payment terms (SCC).

ix) Contract Period longer than specified in bid document.

x) Earnest Money Deposit.

xi) Firm Prices.

xii) Price change/ implication by the bidder unilaterally after submission of bid.

9.2.2 In case Bidders wish to stipulate any deviation to Bidding Document requirements other than

those stated above, they shall indicate the same in the unpriced Bid in bidder’s letter head. Bidder

shall note that clarification/queries/deviations mentioned elsewhere in the offer shall not be

given any cognizance. However HBL reserves their right to reject bids containing deviations to

any of the Bidding Document stipulations.

10.0 UNSOLICITED POST BID MODIFICATION

Bidders are advised to quote strictly as per terms and conditions of the Bidding Document and not

to stipulate any deviation / exceptions. After the bid due date and time, the bidders shall not make

any subsequent price changes, whether resulting or arising out of any technical / commercial

clarifications sought/allowed on any deviations or exceptions mentioned in the bid.

No bid shall be allowed to be withdrawn in the interval between the deadline for submission of

bids and the expiration of the period of the bid validity specified by the bidder on the bid form.

Withdrawal of the bid during this interval shall result in forfeiture of bidder’s EMD.

11.0 DETERMINATION OF RESPONSIVENESS

i) Prior to the financial evaluation of bids, HBL will determine whether each bid is

substantially responsive to the requirements of the Bidding Document.

ii) For the purpose of this Clause, a substantially responsive bid is one which conforms to all

the terms and conditions and specifications of the Bidding Document including bid

qualification criteria without material deviation or reservation. A material deviation or

reservation is one which affects in any substantial way the scope, quality, or performance

of the works or which limits in any substantial way, inconsistent with the Bidding

Document, the HBL’s rights or Bidder’s obligation under the Contract and retention of

which deviation or reservation would affect unfairly the competitive position of other

bidders presenting substantially responsive bids.

iii) If a bid is not substantially responsive to the requirements of the Bidding Document, it may

be rejected by the HBL. Such rejection may be intimated to the Bidder.

12.0 EVALUATION OF PRICED BIDS

12.1 The “PRICE BIDS” of only substantially responsive bidders and techno – commercially accepted

bids shall be considered for opening.

Signature and Seal of the Bidder Page 19 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

12.2 Bidders shall quote the prices in Indian Rupees only.

12.3 Bids shall be evaluated only basis price quoted in the price bid. Bidder shall clearly indicate the

taxes/levies etc. in the “Extras (taxes, duties and others) in the page 3 of unpriced bid. The rate

quoted by the bidder in priced bid shall be basic (excluding tax). The bidder shall clearly indicate

the taxes, levies, duties factors in percentage form in the above field ( Extras).

12.4 HBL reserves their right to extend purchase/price preference to NSIC/Public Sector Enterprises as

admissible under the existing policies of Government of India as on the date of opening un-priced

bids.

12.5 HBL reserves their right to negotiate/rationalize the quoted prices with the lowest bidder.

12.6 HBL reserves the right to delete any of the items in the Schedule of Rates at the time of placement

of Fax of Intent/Purchase Order. The decision of HBL shall be final and binding.

12.7 The bidder shall quote for all the three items mentioned in the tender. Bids received with quotes

quoted against the partial items etc. shall not be considered for price bid evaluation.

13.0 REBATE

No suo-moto reduction in prices quoted by bidder shall be permitted after opening of the priced

bid. If any bidder unilaterally reduces the prices quoted by him in his bid after opening of bids, the

bid(s) of such bidder(s) will be liable to be rejected. Such reduction shall not be considered for

comparison of prices/evaluation but shall be binding on the bidder in case he happens to be a

successful bidder for award of work.

14.0 VERIFICATION BY OWNER

All statements submitted by Bidder regarding experience, manpower availability, equipment and

machinery availability etc., are subject to verification by the Owner either before placement of

order or after placement of order. If any data submitted by the Bidder at the bid stage is found to

be incorrect, the offer is liable to be rejected or the Contract is liable to be terminated.

15.0 NOTIFICATION OF AWARD

Prior to the expiration of the period of bid validity, the Owner/HBL will notify the successful

Bidder by email/ fax to be confirmed by letter that their bid has been accepted in the form of

"Letter of Intent (LOI)"

16.0 AWARD OF CONTRACT/PURCHASE ORDER

The Owner/HBL will award the Purchase Order/ Contract to the successful Bidder for a particular

package at the rates quoted by the bidder/ negotiated rate , if any. Following shall form the part of

Purchase order

a. LOI

b. Agreed Deviations

c. Special Conditions of contract

d. Time Schedule/contract period

e. General Terms of Contract

Signature and Seal of the Bidder Page 20 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

f. Scope of work & Technical Specifications

g. Schedule of Rates

h. Instruction to Bidders

i. Any other documents, relevant to the execution of the contract.

j. Clarifications and answers related to prebid/other queries during the tendering process.

17.0 PRICE AND RATES

Bidders shall quote in their proposal, firm price for the entire scope of works covered in the

tender document. The statutory taxes/levies/duties shall be extra which will be paid by HBL.

The contract shall be for 1 year which will be extended by further 1 more year based at an

escalated rate of 7% on the basic rate of the previous year contract subject to the

satisfactory performance of the bidder and further extension of another 1 year shall be

solely at the discretion of HBL.

The price to be quoted by the Indian Bidders only and shall be in Indian rupees and the quotation

shall be in accordance with the requirement of the relevant schedules in the bid specification. The

price shall be basic and all taxes, duties & levies shall be indicated seperatly in the respective fields

as provided in Unpriced bid.

The prices quoted shall be for complete scope of work as per tender document and shall include

all charges/ expenses towards salary / compensation, mobilisation, demobilisation, housing,

transportation, food, insurance of employees , medical, safety equipments for employees, statutory

licenses etc. No additional payment under any head/pretext other than the lump sum amount and

the statutory variation as mentioned in the tender document shall be payable by the owner.

Bidders shall arrange on their own required licences and foreign exchange, if foreign expatriates

are employed. All coordination and paper work with respect to customs formalities, port levies,

port handling charges, and other documentation etc. is in the scope of the bidder. The nationality

approval has to be taken from HBL and incase the clearances are not received from concerned

ministry the employee may not be deployed at our site.

The contractor shall mention all taxes as applicable separately in the enclosed format, along with

rate and base value and also the taxes for which Cent VAT / tax invoices shall be given by the

contractor to HBL. This will facilitate invoking the clause of statutory variations in taxes during

the period of contract. The contractor shall not put the ceiling limit on the amount of any tax

credit being passed on to HBL

In case any time extension is granted for any reasons whatsoever, no charges shall be paid by

owner towards idling, demobilizing or mobilizing etc.

“C” Forms will be issued whenever inter State purchases are required to be made. Bidders may

quote accordingly.

Signature and Seal of the Bidder Page 21 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

18.0 Break-up details of Quote

In the priced – bid, Bidders are required to quote basic rates, exclusive of all applicable taxes &

duties. The various taxes/levies/duties break-up in % age only ( not the amount) must be spelt

out & submitted along with the unpriced bids in “Extras” field. Bidders to note that only “%” has

to be mentioned against the ‘Extras” taxes/levies heads in unpriced bid, and bidders must

ensure that no amounts or any any commercial value/quote are mentioned in the unpriced

bid-except per diem rates as per proposed organogram submitted by the bidder.

19.0 In case of an irreconcilable conflict between Indian or other applicable standards, General

Conditions of Contract, Special Conditions of Contract, Specifications, Drawings or Schedule of

Rates and any other portion of Bidding Document the following shall prevail to the extent of such

irreconcilable conflict in order of precedence.

i) Letter of Intent along with enclosures, if any

ii) Time Schedule/contractual period.

iv) Schedule of Rates

v) Instruction To Bidders

vi) Special Conditions of Contract

v) Scope of Work

vi). Drawings

vii) General Terms and Conditions

vii) Technical / Material Specifications.

viii) Indian Standards

ix) Other applicable Standards.

Signature and Seal of the Bidder Page 22 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

SPECIAL CONDITION OF CONTRACT

1. Operations , repairing & maintenance of all the equipments etc. complete during season and overhauling of

equipments during off season. Where the equipments are under warranty of the OEM, bidder shall co

ordinate with the OEM for their repairs and maintenance.

Subsequently, where the R&M is to be done by the OEM, owner/HBL shall arrange for AMC but the bidder

will be responsible for the co ordination with the OEM under intimation to HBL.

2. The plants must be manned by adequate number of people with adequate level of competence. Where a

particular position requires the manning by a person with a specific skill / certificate, then that position

should be filled by such a qualified person. The bidder to provide the proposed organogram /

manpower chart to be deployed by him for the entire plant along with the technical/unpriced

bid. The organogram shall be unit wise clearly indicating, nos of persons, designations,

qualifications, certificates machinery wise manning and per diem rates for the respective

positions. The bidder shall furnish the same in his letter head and attach the same as Annexure 1

in the unpriced bid.

3. HBL has recruited on its payroll some employees (permananent-excluding Cane, HR, Finance, Purchase,

warehouse, Admin ,GM and unit heads of sugar, ethanol and co-gen which wil be taken care by HBL) & their

details are given in the Annexure A. These employees will work under O&M Contractor and to that extent

there will be a reduction in the number of people to be supplied under O&M contract.

The bidders shall reduce their price / quote and submit the price bid accordingly.

HBL has placed an order on a Co-operative society for unskilled jobs – 96 in nos and has also recruited

seasonal employees - ( list of seasonal employees is given in Annexure B ) which will also have to be used by

the O&M contractor . There are 115 seasonal employees at Sugauli (excluding cane, ware house, HR,

admin, purchase, & finance).

Also HBL is in the process of recruiting some more people which will be completed by 15/09/2011 (or

extended date to be advised to the bidders before 15/09/2011). On receipt of this information the bidder

will submit a price reduction due to those HBL employees who will work under O&M contractors. This price

reduction will as per the format given in Annexure 2 (format /specimen enclosed) and the same shall be

submitted within 3 days of HBL’s advice about those employees.The price bids alongwith Annexure 2 will be

opened together and taken for evaluation.

The salary and all other payments to these permanent , seasonal and co-operative employees of HBL

working under O&M contractor will be borne by HBL & O&M contractor has no financial liability towards

them.

4. The manpower to be provided by the bidder shall possess requisite qualifications and experience

suitable for the position for which they are going to be assigned by the bidder.

5. If HBL requires manpower from the bidder after signing the contract, the bidder is required to furnish

position wise per diem rates for the respective positions proposed in the unpriced bid as Annexure 1. There

shall also be corresponding prorata reduction from the bills of the bidder as per the above per diem rates

specified by the bidder in the event of his failure to provide the manpower as committed in the tender. The

rate so quoted/mentioned shall not be considered for price bid evaluation.

Signature and Seal of the Bidder Page 23 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

6. The bidder should impart complete and comprehensive training including on the job/classroom training to

HBL employees as per Annexure C in the unpriced bid, which shall be periodically reviewed by HBL

management.

7. The operations and maintenance of the plant during the season and off-season would be reviewed on a

fortnightly basis by HBL through the plant in charge. Any deviation from the performance parameters in any

of the areas would be corrected by the bidder immediately.

8. The bidder shall develop, in co ordination with the owner and EPCC contractor, comprehensive procedures

for safety, quality control, operation and maintenance of each and every equipments of the plant. Where

the EPCC contractor has already provided the manuals on operation and maintenance, the bidder shall

develop the procedures based on such manuals.

9. The bidder shall maintain adequate and proper records of operation of all units and maintenance of each

equipment during season and off season. The records should give all relevant details for review of the

performance of the units, root cause analysis of failures, performance parameters against the design etc.

Weekly / Fortnightly / Monthly reports as mutually agreed would be submitted by the bidder on the plant

O&M activities. The records shall always be made available by the bidder at any point of time for review etc.

10. Bidder shall schedule for preventive maintenance as well as capital repair of equipment and machines. He

shall plan for the repair and replacement of parts as required.

11. Bidder shall liason on behalf of the owner with the statutory authorities for all plant related requirements

and ensure that all related approvals are obtained / renewed within the set time lines.

12. All standard tools and tackles shall be physically handed over to bidder by owner/HBL as required by the

bidder for providing the services and the Bidder shall maintain the records and control the tools. In case any

additional special tools and tackles are required at any moment of time, owner will provide the same upon

receiving written request with justification from the bidder well in advance. Loss of or damage to special

tools & tackles due to bidder’s negligence shall be deducted from the payments due to bidder. The

successful bidder upon award of the contract shall submit list of special tools & tackles required for

operation & maintenance of the plants.

13. Bidder will be responsible for any damage of machinery during operation or maintenance, if occurred due to

negligence of its staff. If machinery is damaged due to manufacturing defects, then loss will be borne by the

HBL or supplier, as the case may be.

14. Bidder would be completely responsible for the safety of their employees, HBL’s employee including

contract labourers. The bidder shall comply with all the safety rules and regulations applicable for such

industries or as per industrial acts. HBL shall not be responsible for any claim or compensation for the staff

engaged by bidder or of contract labourers engaged by the bidder. The bidder shall indemnify owner on the

same.

15. Bidder shall follow and comply with all the legal/statutory requirements related to the services being

provided by them for its employees including the laws related to Provident Fund, Factories Act, and

Minimum Wages Act. etc. Necessary records/registers will be maintained by the tenderer for the

same.Necessary registeration with authorities is in bidder’s scope. All required statutory registrations shall

be made available to HBL within 45 days of awarding the contract.

Signature and Seal of the Bidder Page 24 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

16. Bidder shall provide adequate experienced manpower for trouble free operation & maintenance of the units

during the season and off season. At no point, there shall be a shut down of any of the units due to lack of

manpower of any kind.

17. Bidder shall at all times achieve the listed performance parameters, as demonstrated and established by the

EPCC Contractors. Where the performance in any of the parameters does not meets the standards as

above, the bidder shall ensure that the performance is brought to the level as established above.

18. Bidder shall provide a detailed schedule of repair and maintenance work in the plant during the off season.

The schedule would start after the closing of the season for each of the plant and would ensure that the

plants are ready in all respects for the operation as required by owner..

19. Bidder shall provide periodic reports on production data, operational efficiency and other parameters to the

owner as per agreed format enabling the owner to review and take necessary action.

20. Bidder shall ensure compliance to the requirements of Safety, Health & Environment (SHE) of his staff i.e

people engaged by him and people assigned under him by HBL. The bidder shall ensure compliance of

Safety related plans of HBL to the extent of organising manpower for the above. In respect of the contract

employees employed by the owner, the bidder shall bring to notice any lapse on the part of such contractors

with regard to SHE compliance.

21. Bidder shall take all necessary steps to ensure Statutory / Legal Compliances related to the O&M contract of

the plant of the owner.

22. Bidder shall provide appropriate accommodation at his own cost for his team ensuring that the key people

are located at suitable place so that they are able to reach the plant quickly in case of any emergency.

23. Bidder shall also arrange at his own cost appropriate Transport facility for his team engaged in the O&M

contract.

24. Bidder shall co-ordinate for all licensing, statutory approvals like BSEB/pollution/CDM benefits etc. however

the statutory charges will be paid to the bidder upon receipt of orginal documents and production of

receipts/demand notes.

25. Bidder to assist HBL for procurement of spares, consumables, tools & tackles to the extent of finalizing

tenders as desired by HBL and keeping inventory of the above materials.

26. Performance parameters: -

Bidder would be primarily responsible to meet the performance targets in respect of various units. Once the

performance guarantee run is completed on the plant with EPCC contractors as per the contract conditions, the

performance parameters will be established jointly by the owner and the successful bidder. Thereafter, bidder

shall be responsible for meeting those performance & daily performance targets. The directional parameters

and performance levels are indicated below:

27. Stoppage:-

Signature and Seal of the Bidder Page 25 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

Maximum 2.0% stoppage will be admissible other than fuel shortage, raw material shortage, natural

calamities/fires, accidents or reasons not attributable to the bidder.

28. Capacity Utilization:-

The plant should be operated to the levels of design capacity except for non availability of raw material/fuel &

water.

All the units will run to its design capacity. Surplus power over and above the captive consumption will be

exported to the grid (BSEB) during season as well as off season.

29. Organisation chart which the bidder will follow during season and off-season of respective units ( seperately

for Sugar, Ethanol and Co-gen) shall be submitted with nos of persons, designation, qualification of

personnel, certificates and & with per diem rates which will be deployed for every position clearily

identified. The number of personnel shall also be indicated against each position. This shall be including shift

and general shift. In case of manpower not available in line with PO terms and organizational chart

submitted by vendor HBL may take penal action and deduct prorata from amount taken from per diem

rates.

30. Payment of wages to the bidder employees at the end of each month is the sole responsibility of the bidder and

HBL shall not be held responsible for any delay. Bidder shall disburse salary by 7th

of every month and submit

copy of duly signed wage register, compliance of PF documents and other statutory compliance documents as

applicable from time to time along with the bill.

OBLIGATIONS OF OWNER: Owner shall provide the followings to Bidder:

1. Owner/HBL will provide all the raw materials like bagasse, biomass, firewoods, chemicals, lab reagents,

packaging materials, spare parts, tools and tackles etc. and basic requirements like proper working

conditions, within the plant, canteen facility to people on duty on payment basis. Bidder should co-ordinate

in advance for procurement of above materials.

2. HBL shall provide all necessary drawings / flow charts, schedule of all machinery etc. to Bidder as and when

required.

3. To provide all consumables viz. like welding rods, special electrodes, Oxy-Acetylene gas cylinders, cutting &

grinding wheels etc. BIDDER should co-ordinate with HBL in advance for procurement of above

consumables.

4. To provide canopy / covers materials for protecting instruments from dust and foreign materials.

6. To provide all spares / impulse tubing / glands / packing / hardware / materials required for providing the

services.

7. Owner/HBL will finalise works contracts for bagasse handling, ash handling, pressmud handling, house

keeping, toilet cleaning and AMCs for identified equipments with OEM. These shall be given to the

bidder for information, execution and co ordination.

8. Any other miscellaneous job which comes up during the period of contract during the operation of the

plant is in the scope of the bidder However, in case bidder requires any other specific job to be carried

Signature and Seal of the Bidder Page 26 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

out by the owner, it shall be mentioned DURING QUERY AND CLARIFICATION prior to submission bid.

No claim will be entertained later on this account.

9. Bidder to take care of the safety & security of its personnel and property in the plant area and outside

the factory premises too. Though owner shall provide overall security for the factory, bidder to take

necessary precautions for the security of its personnel and property .

10. Bidder will be provided Form V for Labour registeration. Any other support to meet statutory

compliances shall be extended by owner.

11. Bidder are provided list of existing employees/staff, seasonal & co-operative (contract) employees of

HBL including their designations and category and indicative list of new recruits expected to join HBL

by 15/09/2011. The bidder to take the same in consideration while designing their organizational

chart. The rates quoted in the schedule of rates i.e in “priced bid” shall be done after considering the

above HBL employees/staff of HBL.

PENALTIES:

In case there is any delay in the repairs and maintenance of the plants or deficiency in the operation of the

plants leading to the following:

� stoppage of the plant or

� reduction of the thruput of any of the plant or

� delay in starting of the plant,

the following amounts shall be recovered from the bills payable:

Sugar Plant: Rs. 300 per MT of daily production

Ethanol Plant: Rs. 270 per KL of daily production

Cogen Plant: Rs. 44600 per MW per hour production

In case the performance targets given are not achieved a maximum penalty of Rs.1,00,000/- (Rs. 1 Lac) will be

imposed for respectvie units failing to achieve the performance target/s from that particular production

monthly bill/s.

The limiting parameters shall be as defined in the clause on Performance parameters

In case Bidder fails to do the work satisfactorily, owner will get the work done on the risk and cost of bidder

from other sources and extra expenses incurred, if any shall be recovered from bidder.

CONTRACT PERIOD:

1. The contract shall commence from the date of intimation by HBL or as specified by the owner/HBL. The

contract shall be for 1 years which will be extended by further 1 more year at an escalated rate of

7% from the original basic rate of previous year purchase order subject to the satisfactory

performance of the bidder and further extension of another 1 year shall be solely at the discretion

of HBL.

Signature and Seal of the Bidder Page 27 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

2. The manpower considered to provide the services as per the scope defined in this tender shall be

commensurate with season & off-season requirements.

However, the successful bidder, after issue of LOI, may visit the factory prior to assess the requirements of

spares, tools and tackles, raw materials, consumabels so that the same could be arranged by the owner in time.

BIDDER QUOTE :

1. Bidder shall quote the price in the "PRICED BID" only for the services as per the Scope and terms and conditions

of this tender or as per annexed Schedule of rates.

2. TDS (Tax deduction at source) at prevailing rates shall be deducted by OWNER/HBL while releasing payment to

BIDDER. TDS certificate shall be provided by OWNER/HBL.

3. The quote offered by the bidder shall define all the tax elements seperately and other Govt. levies as

applicable in the State of Bihar. Any statutory changes in taxesl/levies/duties shall be affected in this PO also.

PAYMENT TERMS:

1. Billing will be done on monthly basis. The Invoice style and details shall be finalised before completion of 1st

Month of contract. Bidder to submit a sample of invoice which shall be approved by HBL. The documents and

requirement shall also be informed by HBL within a week of request submitted by sucessful bidder.

2. 90% payment will be made within fifteen days after submission of certified bill (Certified by HBL) to accounts

department. Balance 10% to be retained as retention money and will be refunded after completion of 3 months

from the date of completion of one year service of the contract basis bidders request letter for releasing the

same. The retention money will be paid to the bidder earlier, if the bidder submits a Bank Guarantee equal to

the amount of money retained. No interest will be payable on the amount so retained by HBL.

MANPOWER / EMPLOYEES:

1. Bidder to deploy adequate manpower as per proposed organogram and meet all statutory manning norms with

appropriate qualifications/ certifications / relevant experience required to perform the work satisfactorily during

season and off- season .

2. All persons engaged by bidder either directly or indirectly shall be deemed to be the employees of the bidder. It

is obligatory on the part of bidder to cover all their employees under latest Workmen Compensation Act,

factories acts, minimum wages Sugar act, as applicable in Bihar and owner’s GTC.

3. Bidder shall at all times indemnify Owner against any claim which may be made under the Workmen's

Compensation Act, 1923 and will be settled by Bidder to their employees including medical expenses.

4. Bidder shall at all times indemnify Owner against any monetary claim or payment to bidder Employees or

statutory authorities under the Employees Provident Fund, Family Pension Fund or any other enactment related

to employees, their working and their welfare. Owner may with held amount in absence of documentary proof

of non submission and meeting statutory compliances.

5. Bidder shall ensure that they engage no person below the age of 18 years for carrying out the work under this

contract.

Signature and Seal of the Bidder Page 28 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

6. Bidder shall withdraw those employees, who are not performing the work to the satisfaction of owner or for

their misconduct or any other reason and bidder undertakes to replace such personnel to suit the requirement

of owner. If the bidder are recruiting any people locally should inform owner before engaging them.

7. Bidder shall maintain all such statutory records, registers, as per the requirement of the Contract Labour Act,

1970, its central rules 1971 & other Labour Laws as may be required in force from time to time.

8. Bidder shall transfer/depute his skilled personnel from one unit to other units of Owner after mutual

discussions/approval of owner if bidder is successful for such contracts at both locations of HBL.

9. Bidder shall ensure that a cordial and Industrial relation is maintained among their employees.

10. If due to shortage of manpower, some operation or maintenance job which was supposed to be undertaken by

bidder suffers, then, owner will have the right to outsource the job to third party at risk and cost of bidder.

11. Bidder will submit the details of all the employees engaged at owner Sugar Mills, in advance to the Plant in-

charge. The identity/ID proof shall also be issued by the bidder to all the employees engaged by him and should

be duly displayed while at work. Bidder shall use the Attendance management system with cost of ID card at

Bidder account. In-case of new employee HBL may permit without proper identity card for maximum 5 days.

12. Owner shall not be responsible for any kind of losses/compensation/claim for any person/employee of bidder

working in owner unit.

13. The Bidder shall provide all the safety items like helmets, hand gloves, goggles, safety belts, safety shoes, ear

plugs and nose masks etc. The PPE shall be ISI mark and copy of test certificates shall be submitted to Owner’s

/HBL’s plant incharge.

14. Boiler operators/electricians deployed will be with necessary statutory certificate/licence issued by Boiler

inspectorate and Elelctricity rules of Bihar StateElectrcity Board /CEA. The personnel shall be possessing such

certificate and qualification as recommended in IBR.

CONTRACT UNASSIGNABLE:

1. BIDDER shall not, without OWNER’s/HBL’s prior written consent, directly or indirectly assign, transfer or sub-

contract the work contemplated under this assignment.

CONFIDENTIALITY:

1. All information / data supplied by OWNER or derived there from, are strictly confidential and shall not in any way either directly or indirectly be revealed by BIDDER or their employees to any third party.

BIDDER’S GENERAL INDEMNITY:

1. Owner/HBL shall not be held responsible or liable for any loss, damage or expenses resulting from the bidder’s

execution of the contract with owner with regard to payment to his personnel, any injuries, accidents or death.

Signature and Seal of the Bidder Page 29 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

2. The Bidder shall indemnify, defend and hold Owner /HBL from any and all claims, action, loss, expenses,

damages and liabilities with regard to person or property resulting from any act, negligence or otherwise or

misconduct of the Bidder, or his employees, representatives, agents including subcontracts.

Training Owner’s Manpower

1. The bidder is provided with a list of OWNER/HBL employees/ seasonal employees currently/expected to be

working in the respective plants. The bidders should utilize the existing manpower and also impart full training,

(classroom/on site) to them (HBL permanent & seasonal only) during the contract period.

DELIVERY SCHEDULE

The plants are designed to and are therefore to be run as follows:

• Sugar Plant for 130 days @ 3500 MT cane crushing per day with recovery at par with neighbouring mills /

average recovery in Bihar.

• Ethanol Plant for 270 days @ 60 KL ethanol production per day.

• Cogen Plant for 300 days @ 20 MW per hour per day.

Shut down & Maintenance shall be carried out in balance period. With efficient management additional days can be run

by bidder depending on availability of raw materials and economic viability of owner.

Definition of Season & Off-season:

1. Season: Cogen: One month before the commencement of crushing of cane till the availability of bagasse.

Off Season: Co-gen: Periods other than defined above shall be off season.

2. Season: Ethanol: One week before the availability of molasses / juice / steam to run the distillery till availability

of molasses / juice / steam .

Off Season: Ethanol: Periods other than defined above shall be off season.

3. Season: Sugar: One week before the commencement of crushing till end of crushing as notified to the

Government of Bihar.

Off Season: Sugar: Periods other than defined above shall be off season.

Signature and Seal of the Bidder Page 30 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

PREAMBLE & SCOPE of WORK - SUGAR UNIT

MANUFACTURING/PRODUCTION

1. All activities starting from Cane unloading, crushing, production of white sugar upto packaging in sugar bags

and proper stacking in sugar godown. including diffuser & boiling house operations and press mud

operations and effluent to be treated at ETP.

2. Maintaining Quality control of Sugar, thru laboratories.

3. To achieve and monitor all set production targets for all units.

4. Inventory management, monitoring receipts and timely indenting of chemicals / raw materials, lab

equipments / reagents etc.

5. Conservation and optimum utlilization of all raw materials.

6. Preperation of all MIS & statutory records/ reports as per state Govt and Central Govt. Requirements.

7. Liasoning with the departments & unit heads for day to day operations.

8. Supervision of the handling contractors job / service engaged by OWNER, if any, for operation and

maintenance for all the process units.

9. All environmental parameters related to Emission and Discharge should be strictly adhered to as per Bihar

State Pollution control Board / MoE&F Norms.

10. Repairing & maintenance of all the equipments etc. complete during season and overhauling of equipments

during off season. Where the equipments are under warranty of the OEM, bidder shall co ordinate with the

OEM for their repairs and maintenance. Subsequently, where the R&M is to be done by the OEM, owner

shall arrange for AMC but the bidder will be responsible for the co ordination with the OEM.

11. Bidder shall be responsible for monitoring & control of entire operations through manual and automation

(DCS/PLC).

12. The bidders has to supervise all his employees for carrying out all the jobs.

13. The plants must be manned by adequate number of people with adequate level of competence. Where a

particular position requires the manning by a person with a specific skill / certificate, then that position

should be filled by such a qualified person. The bidder to provide the proposed manpower chart for the

entire plant along with the technical bid.

14. The bidder should provide complete and comprehensive on the plant training of the personnel of OWNER

during the period of contract so as to enable them to operate the plant on the expiry of the contract.

15. The operations and maintenance of the plant during the season and offseaon would be reviewed on a

fortnightly basis by the owner through the plant in charge. Any deviation from the agreed parameters in

any of the areas would be corrected by the bidder immediately.

16. The bidder shall develop, in co ordination with the owner and EPCC contractor, comprehensive procedures

for safety, quality control, operation and maintenance of each and every equipment of the integrated plant.

Where the EPCC contractor has already provided the manuals on operation and maintenance, the bidder

shall develop the procedures based on such manuals.

17. The bidder shall maintain adequate and proper records of operation of all units and maintenance of each

equipment during season and off season. The records should give all relevant details for review of the

performance of the units, root cause analysis of failures, performance parameters against the design etc.

Weekly / Fortnightly / Monthly reports as mutually agreed would be submitted by the bidder on the plant

O&M activities. The records should also enable the owner to seek ISO certification after one year of

operation.

18. Bidder shall prepare a comprehensive list of spare parts, consumables, tools, tackles etc for each process

unit both during season and off season. The bidder will also specify additional workshop equipments if any,

other than the ones already available in the factory. The bidder may visit the plant before the

commencement of the current season and suggest the minimum spares and consumables required for the

current season, along with suggested vendors for each such item. Such requirement may be given at least

30 days prior to scheduled commencement of crushing.

Signature and Seal of the Bidder Page 31 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

19. Bidder shall assist the owner / EPCC contractor in the pre commissioning, commissioning of the plants and

also in the start up and testing of the equipments in each of plants during the period of contract.

20. Bidder shall also assist the owner to develop an Annual Operating Plan for the entire unit with various

options so as to maximise the capacity utilisation of the plant and to maximise the profitability of the plant.

21. Bidder shall also assist the owner in preparation of the plant administration schedule and the O&M budgets

for the plant.( Budget should reflect in terms of per quintal of cane crushed as practice in Indian sugar

factory to have the cost control)

22. Bidder shall schedule for preventive maintenance as well as capital repair of equipment and machines. He

shall plan for the repair and replacement of parts as required.

23. Bidder shall also assist the owner to interact with the statutory authorities for all plant related

requirements.

24. Administration of subcontractors’ services, including maintenance of roads, buildings and grounds in sugar

section.

25. Bidder shall assist the owner with information on downtime, failure etc and provide recommendation on

plant upgradation / modification etc. They should provide information on diagnostics and monitoring on the

performance of the plant from time to time.

26. Bidder to operate and maintain the units in accordance with the Clean Development Mechanism and other

Environmental Control norms. Bidder to provide necessary reports and readings to the owner to meet the

compliance requirements of environment control enforcement authorities.

27. Bidder shall maintain all the plant area, in a clean state. All spillages and wastage in the plant area shall be

cleaned immediately without getting accumulated, to pose a safety threat.

28. Bidder to provide a proper team for handling fire fighting in the plant area who should be equipped to

handle any emergency. Periodic mock drills to be conducted to keep all the people well trained and in a

ready mode.

29. Losses beyond industry practice shall not be accepted by the owner.

30. Steam and condensate management shall be closely supervised as plant is designed for maximum heat

utilization. Steam leaks shall be immediately attended.

TECHNICAL

Sugar:

1. Sugar plant will operate for a period of 130 days during the year at design capacity, subject to availability of

cane. Where cane availability is more, the plant shall be operated till the cane is available.

2. The sugar plant is designed to crush 3500 Tons per day with a facility to divert 50% of juice post diffuser to

Ethanol plant and only 50% of juice will be sent for processing in sugar plant.

3. The quality of sugar will be of ISS 30 colour (white colour) with minimum 60% medium size bold grain

Plantation white sugar : ICUMSA 85-100

4. During the operation the minimum following parameters shall be maintained. However minor deviation

within tolerances shall be accepted as long as the production and overall parameters do not get upset and

equipment health is not affected.

5. Bidders shall ensure that the recovery is at par with neighbouring mills / average recovery in Bihar.

A. Cane preparation, milling and diffusion:

i) Cane preparatory index shall be minimum 90%. This shall be determined by Aldrix / Rayner’s CCR

Australian method.

Signature and Seal of the Bidder Page 32 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

ii) Whole reduced extraction shall be minimum 97.5%.

iii) Steam consumption in diffuser shall not exceed more than 2.5% on cane.

iv) Moisture Content in bagasse after three roller mill to be maintained below 50% .

v) Bagascilo feed to vacuum filter through screen grader and blower shall be suitably maintained for

continuous operation of filter.

B. Clarification:

i) Scalding juice heating from 30 deg C to 70 deg C.

ii) Sulphited juice heating from 65 deg C to 103 deg C and clear Juice heating to 115 deg C.

iii) In a sample of 1 Ltr muddy jucie drawn from clarifier min 50gm of dry insoluble salt should be obtained.

iv) PH shall be monitored and kept within acceptable limit.

C. Vacum Filter:

Vacum filter efficiency should not be less than 75% based in the average 6 nos of samples taken on the regular

working conditions. POL %age in filter cake should not be more than 1% at wash water on 100% on cake.

Moisture shall not be more than 70% .

D. Evaporation and Boiling Section

(1750 to 1925 TCD on 24 hrs basis)

a. Minimum vacuum on the last body of the evaporators 650 mm hg.

b. The evaporator set to give up to 85% + evaporation.

E. Vacuum Pan

(i) Minimum vacuum at the pan body of 625-635 mm.

(ii) Total cycle time (with full strike level) not more than the following:

A massecuite pan - 2.5 hours to 3.00

B massecuite pan - 4.0 hours

C massecuite pan – 6-8.0 hours after footing and C – massecuite brix 101 deg.

The bottom valves of pan shall be carefully operated and any problems in this shall be attended on priority.

Dropping of massecuite to crystalizer and its flow crystallizer and then to centrifuge shall be based on grain size

and required brix to meet the product requirement.

F. Condensers

(i) Minimum vacuum in the body of the condenser of is 650 mm. The water to vapour ratio is of 26 average& 30

max.

(ii) Temperature difference between vapours to be condensed and tail pipe water temperature should be less than

10 Deg C.

The condenser shall run within design parameters and injection pumps shall be switched on after complete check of all

valves etc. Vacuum gauges shall be closely monitored to maintain the vacuum in mm hg as specified.

G. Spray Pond

Minimum drop of 130C or within 7 0C of wet bulb temperature for injection water cooling during season. The Ph shall

be maintained as per recommendation and requirement. Dosing of lime / chemicals shall be done.

Signature and Seal of the Bidder Page 33 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

H. Cooling, Curing & Grading of Massecuite

Batch & Continuous Centrifugal Machines

1) A – massecuite brix 94-96, purity not exceeding 70.0

2) B – massecuite brix 100-102, purity not exceeding 57.0

I. All Centrifugal machines:

(i) Purity of single cured C – sugar not less than 82

(ii) Purity of double cured C – sugar not less than 92.

(iii) Purity increase between Nutsch molasses purity (C – massecuite fed to C –fore workers) and final

molasses purity from C – fore worker machines not more than 1.50.

(iv) Purity of B – single cured sugar not less than 95.

(v) Capacity of A batch machine judged for average cycles during continuous four hours working and for

continuous machines also for four hours continuous working for successive 7 days respectively. Minimum

cycle hours shall be maintained.

(vi) Exhaustion of massecuite minimum 60%.

Crystalizer , pug mill , magna mixer shall be continuously running as per operation requirement. All steam flow ,

syrup flow etc shall be monitored and carried out within design limits.

J. Grass Hopper

The temperature of the sugar at the end of the last hopper not more than 42 oC and moisture not more than

0.03%, when the ambient temperature is below 36°C.

Its wooden stack shall be monitored and collection of heap etc shall be avoided so that hopper are not

overloaded. The dust catcher shall be operated as required. The area in sugar house shall be maintained well.

K. Reduced Boiling House Recovery

The reduced boiling house recovery to be maintained not less than 91.0% by Gundu Rao formula.

L. Steam Consumption

Steam consumption of the entire sugar plant not more than 22% on cane.

M Power Consumption

1) Operating electrical power consumption of the entire cane preparation, diffusion section and sugar boiling

process house not to exceed 20 kWh/TCH

Signature and Seal of the Bidder Page 34 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

2) The power factor of the electrical system not less than 0.95;

N. Bagging of Sugar

Daily production of Sugar must be bagged in the bags (to be provided by the owner) and properly stacked in the

sugar warehouse.

O. Press Mud Disposal

Bidder shall supervise and ensure that the press mud should be removed from the unit and stored / stacked in

the bio compost yard. Contract Labour with transportation for this purpose will be provided by the owner which

shall be effectively supervised by your staff.

Preparation of milk of lime and sulphitation required for the sugar plant is in the scope of bidder. Owner shall

provide the requisite quantity of lime and sulphur for each shift based on advise received prior to start of shift.

The lime/sulphur consumption shall be within accepted practice of Kg/TCH .One shift stock shall be maintained

at work area from where your staff can handle. Waste of chemicals due to poor operation shall be attributed to

bidder.

O. Effluent Treatment plant

The preparation of culture and monitoring of all equipments shall be in bidder scope. The MOEF / BSPCB norms

shall be maintained. The compressor operation and aeration system shall be run as per requirements. Th

transfer of waste / sludge to different pits and monitoring pumping etc shall be in bidder scope. The plant shall

be properly manned as this plant is situated in one corner of unit and requires suitable supervision and manning.

Most of the equipments have VFD to ensure optimal power consumption and this shall be run and its bypass shall

be avoided.

Routine Maintenance during Season & planned maintenance during non operation of equipments & unit

Sugar unit :

Cane unloader

• Monitoring of oil level of grabs and refill when required.

• Cleaning of HT & LT rails

• Application of lubrication in wheels, electrical cable guides, bearing and rope drums etc

• LT & CT switches should be handled properly and connection should be checked regularly

• Break shoe and all gear box's oil level should be checked regularly and refill if required.

• All gear boxes oil level should be checked regularly and refill if required. In case consumption is more

than the accepted limit of OEM recommendations it should be bought to the notice of the management.

• All shaft coupling bolt should be checked regularly

• All clamps of ropes should be checked and replaced immediately if required.

• Cane unloader should be stopped one by one and checked in each shift by mechanical and electrical

deptt. for proper working.

• Assisting owner during annual certification by “Competent Person”.

Signature and Seal of the Bidder Page 35 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

Cane Carrier

• Head shaft and tail shaft bearing should be monitored for alignment

• Cleaning of bagasse from tail shaft should be done regularly

• Gear box oil level should be checked regularly

• Monitoring of loosened nut/bolts and split pins

• Application of lubrication for drive bearings, plumber blocks and slat chains

• Maintenance of water bail out pump

CSDE & Cane Cutter

• Gear box oil level should be checked regularly

• Temp. of bearing should be monitored regularly

• Monitoring of knives and arm's bolts regularly. The knives and holding bolts to be checked on schedule

short checking once in a month or whenever there is no- cane and worn out bolts and nut to be

replaced.

• Cleaning of any cane stuck up/choking , which is affecting flow or leading to crushing delays shall be

attended

Belt Conveyors

• Gear boxes shall be regularly checked and oil levels to be filled as required.

• Greasing / lubrication of all rollers and bearings to be done.

• Alignment checks and misalignments to be rectified.

• Choking / heap accumulation removal to start and maintain smooth operation.

• Monitoring the slackness of belt and adjusting the counter weight accordingly.

• Belt resplicing activity, if required due to snapping or operational requirements

Shredder

• Oil Monitoring of oil tank and maintaining the lube oil system in healthy condition with refill of oil as and

when required.

• Cooling water system monitoring and ensure continuos flow of water

• Oil pressure shall be maintained as recommended by manufacturer mostly in range of 2-3 kg/sq cm.

• Oil cooler to be cleaned on schedule interval once in a month.

• Opening of covers and cleaning in case of any choking to ensure smooth flow to rake elevator.

• Alignment check once in a month during season when equipment is not operating.

Rake Elevators / Carriers, In-feed Carriers/ Intermediate carriers:

• Oil level of gear boxes shall be checked and maintained as per OEM.

• Monitoring of loose nut/bolts of rakes/chains etc shall be tightened as required.

• Checking of bagasse accumulation at ends so that movement is not obstructed. Cleaning and tightening

of rakes to avoid sagging or over tightening shall be maintained.

• Rake alignment shall be checked and rectified so as to prevent sideways rubbing with the rake elevator

body

• Clearance of all choking at point of meeting near bagasse elevator and belt conveyor is in bidder scope.

Signature and Seal of the Bidder Page 36 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

Diffuser

• Oil level of all pumps should be checked regularly.

• Proper adjustment of juice flows to avoid spillages.

• Monitoring of lifting screws shear pin, in case of breakage of shear pin, it

should be changed immediately.

• Monitoring the proper imbibition in all stages to avoid lifting screw damage.

• Press water drum height should be monitored according to the bed height.

• Bagasse discharge chute should be monitored regularly to avoid any

jamming. Incase any such happening this shall be immediately cleaned to ensure smooth job operation.

• Diffuser stage temp. should be checked regularly.

• Monitoring Diffuser Sump pump operation to prevent over spillage

• Maintaining proper record in case of stand by pumps.

• DCS /PLC maintenance coordination shall be in bidder scope

• Hydraulic oil fills etc shall be coordinated.

Dewatering Mills: 2 roller & 3 roller

• Oil level checks and refilling as when required. Complete lubrication system to be maintained.( Planetary

gear box oil lubrication system should be maintained as specified by the manufacturer and oil cooler to

be cleaned once in a month)

• Oil heater system shall be maintained properly in its automated mode operations

• Roller clearances and teeth meshing shall be adjusted and maintained, as per operational requirements

for required moisture control.

• Hydaraulic pressure checking of accumulators shall be done and accordingly required pressure shall be

maintained.

• Monitoring planetary gear box and maintaining oil levels.

• Coordinating with OEM of oil pressure system for all maintenance jobs.

• Knives and scrappers checking. Repairing or welding if any is damaged. Alternate jugad tools shall be in

place during running time to avoid delays.( Mill scrapper and trashplate levers to be monitored during

the operation and if required to be tightened on no load condition)

• Schedule checking of scrapper and trashplate to be done once in a month and required repair to be

done by welding or replacement of scrapper. The spares of this scrappers should be kept ready.

• Feed chute and discharge chute monitoring to ensure no choking.

• Bearing oil lubrication / gear lubrication shall be done. Remedial action for increase in temp shall be

done immediately.

Juice sulphitor / Syrup sulphitor / Clarifier / Lime station /vacuum Filter etc.

Sulpher smelter, Burner etc cleaning and de-choking.

Grit Catcher cleaning.

Choking to be attended.

Setlled mud shall be cleaned if process is getting affected.

All gear box levels shall be checked and monitored.

Signature and Seal of the Bidder Page 37 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

All motors shall be routine checked.

Drain lines/ lime lines choking shall be cleared.

Pumps preventive maintenance and connected jobs.

Routine cleaning / as and when required shall be done.

Evaporator / quad Section / Pan / Condensor / Centrifuge machines

All pumps condensate etc shall be checked and maintained as per their preventive maintenance schedule.

Stirrer etc shall be maintained ensured for continuos running.

Any other job coming up in the process units which disrupts production and crushing is in bidder scope .

Schedule cleaning of Tubular juice heater,Evaporator/Batch pan ( Tube cleaning) to be done.

Schedule to be made for general cleaning once in a month for 10 hrs and all necessary spares to be kept ready

required for replacement.( The schedule cleaning can also be re-schedule if there is unavoidable no- cane/any

other reason to save the schedule cleaning)

OFF SEASON OR SHUT DOWN MAINTENACE

During the off-season / plant shut down time the equipment shall be opened and repaired as per philosophy of

turnaround maintenance. The probable job list alongwith a detailed schedule for all repair jobs shall be submitted to

owner. The jobs shall be taken up based on the agreed list on each equipment. A tentative outline of most of the jobs is

mentioned below. The maintenance during shutdown shall be done in a system to ensure that the breakdown is nil

during next crushing season.

Cane unloader

• Drive motor dismantling

• Drive gearbox overhauling

• Trolly / bridge wheel bearing overhauling

• Runner checking & replacement if any

• Brake assembly overhauling

• Cleaning & maintenance of grab,steel wire rope

• Drum overhauling

Cane carrier

• Drive motor dismantling and installation after repairs

• Chain & slat dismantling cleaning and installation/refixing

• Replacement of slat worn out bolts & nuts

• Chain overhauling & fitting

• Slat repairing or replacement if required

• Drive & tail shaft bearing & plummer block overhauling

• Drive gearbox overhauling

• Runner replacement

Signature and Seal of the Bidder Page 38 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

CSDE & Head On Cutter

• Drive motor dismantling and refixing

• Shaft bearing overhauling and refixing

• Hub repairing in case of worn out or replacement based on condition

• Knives replacement as required ,cleaning and tightening

• Hard surfacing of knives

• Drive gearbox overhauling and refixing

• Drive alignment.

• Clearances between the enclosure and all knives etc shall be maintained

Belt Conveyors ( Semi prepared / megasse)

• All belts shall be loosened after closure of plant.

• The rollers Plummer block shall be serviced and the one which requires replacement shall be done

• Incase the belt is found to have damaged or requires a replacement it has to be carried out.

• The drives and gearbox is to be over hauled and repaired. The motor is to be checked and attended to

make fit for next season.

• The equaliser bearings and motors shall also be attended.

Magnetic Particle Separator

It shall be checked and overhauled.

Shredder

� Opening of anvil plates .

� Inspection of hammer and carry out repair or replacement as required.

� Shaft alignment and bearing checks. Replacement of bearing if required.

� Dynamic Balancing of rotor at site

� Closure of all plates

� Making ready of system to run in next season

� Cooling water arrangement inspection and repairs

� Lube oil arrangement , pump system inspection and repairs required.

Rake Carrier / Infeed Carrier / Megasse carrier / Bagasse elevator /Intermediate Carrier

• Dismantling and detail inspection of rake, chain etc.

• Repairs as required. Replacement wherever required.

• Drive and gearbox overhauling.

• Sprocket inspection and repairs as required. Replacement if required.

• Trough repairs if required

• Complete re-fitting of chain with rakes in all carriers and trial before taking in operation.

DIFFUSER

• Cleaning of diffuser (trays,whole body)

• Inspection of all equipments for damages if any.

• Flushing of all stage spray pipes & juice heaters.

• Overhauling of all motors and pumps.

Signature and Seal of the Bidder Page 39 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

• Press water distribution tank & launder cleaning.

• Hydraulic power pack, leakages, damages, oil level and oil filter checking,oil coolers cleaning.

• Water filling in drum as required in coordination with Operation team.

• Lifting screw set up to be rechecked and shear pins to be checked. Weld deposits to keep the blades rough if

required shall be done.

• Repairs of any weld cracks , Instrument nozzles points

• Pit pumps to be checked

• Area housekeeping

• Repais of Insulation as and where required

• Inspection of Direct Contact Heaters & cleaning and closing of Flanges all 8 nos.

• Inspection of structurals upto 27 mtr high and repairs at places required.

Dewatering Mill : 3 Roller & 2 Roller ( With planetary gear box and other accessories)

• Bagasse infeed chute dismantling cleaning and reinstallation.

• All Tail bar & coupling dismantling and refixing after inspection and eligible repairs

• All Top cap dismantling , overhauling and installation.

• All rollers dismantling and repairs if required and refix. In-case rollers require replacement then it shall be

installed.

• All mill headstock cleaning

• All mill juice & water pump & motor dismantling repairs and reinstallation.

• All Mill roller brg.& shaft inspection and repair / replacemet as required.

• Mill bottom roller brg.bedding sequence to be carried out.

• Roller grooving in sequence and weld repairs for area caused due to operation.

• Crown pinion & UFR pinion teeth inspection and build up as required.

• UFR bush overhauling and installation

• Mill Lubrication system overhauling

• Mill Hydraulic system overhauling and ready for use.

• Mill roller & trash plate fitting post inspection and repairs

• Top & bottom scraper inspection , repairs & installation

• Mill bearing cooling system

• Roller grooves to be checked and repaired to make it for dewatering.

BOILING HOUSE PROCESS EQUIPMENT

Clarifier

• Opening of all manways

• Dismantling of drive motor ,RGB ,inside juice coil ,Mud & Cl.juice pump manhole opening

• Dismantling, overhauling, grinding & fitting of

• Repairing ,overhauling of drive & juice coil

• Repairing, overhauling, alignment of centre tube

• Repairing, overhauling, alignment of scraper

• Scrapping & cleaning of flocolating chamber , Bottom cone and all chambers

• Inspection / repair juice & mud piping

• Centre tube rubber joint checking & fitting

• Manhole closing with proper gaskets in place

• Water testing of clarifier

• Pump fitting & alignment

Signature and Seal of the Bidder Page 40 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

• Overhauling & repairing of clear juice receiving

• After water testing & rectifiction of leackages

• Servicing , repair and water testing of all valves

Rotary Vacuum Filter

• Dismantling of motors ,RGB , juice piping Light & heavy filtrate, Mud mixer & condenser

• Inspection and repairs of Mud tray, Agitator, Mud pipe line

• Checking Overhauling of mixer, drive cyclone & bagasse blower

• Hydraulic testing of of Oliver drum , condenser heavy/light filtrate pot.

• Servicing and testing of all valves.

• Dismantling of mud cover assembly with drive and fixing post inspection and repairs.

• Fitting of drums with pipe line (drip), all drive wear plate, condenser, mud mixer piping etc.

• Dismantling and overhauling of vacuum pump

• Electrical .motor fitting & alignment of vacuum pump

• Trial of vacuum pump & leakage rectification

• Wear plate grinding & refitting.

• Vacuum filter main bearing checking ,grinding & rectification work

• Overhauling of filter lubrication point, setting with trial

• Weight adjustment of filtrate (light/heavy). Repairing & setting of vacuum regulating valve

Juice & syrup sulphitor

• Opening of manholes, scraping the deposits & cleaning of vessel.

• Dismantaling of drive unit & reduction gear box of stirrer, overhauling and refixing.

• Stirrer shaft bearing overhauling, shaft straightness checking and refixing.

• Dismantling of SO2 gas recovery tower, SO2 gas C I piping & valves

• Complete assembly of tower and valve servicing. All connections

• Servicing of all valves and making system ready.

• All pumps connected to system shall be attended for all repairs.

Sulphur burner station:

• All pipelines shall be dismantled and melting pots, scrubber to be opened and cleaned.

• All valves shall be serviced and ready for use.

• Cooling water line to be inspected and repaired if required.

• Water and air tests as applicable shall be done to make the sytem leak proof

• Opening of burner body, inspecting and repairing the castabule layer for heat insulation

• Checking the cooling water circuit and attending repairs if any

• Instrumentation to be checked

Lime station :

• Dismantling of reduction gear box drive of slacker, overhauling and fixing.

• All lime tanks and MOL storage shall be cleaned and inspected for repairs. Repairs to be carried out as required.

Stirrers shall be inspected and repaired .

• Dismantling of screen, drive, gear box & motor of KORAN classifier and refixed after necessary repairs

• Opening and cleaning of grit catcher

Signature and Seal of the Bidder Page 41 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

Evaporators / Heaters

• All manways to be opened and offered for cleaning and Inspection

• Both sets to be cleaned and tested. Incase of tube failure observed it shall be replaced and then tested.

• All condensate pumps and connected piping to be inspected and necessary repairs to be done.

• All internal pipelinese.g ammonia etc. shall be cleaned and installed.

• All manways to be closed

• All Instrumentation items connected shall be dropped and reinstalled after mechanical repairs.

• The complete system shall be checked for vacuum holding.

Pan /Crystallizer

• All valves shall be serviced.

• 5 pans and connected crystallizer shall be cleaned and tested for calenderia.

• Incase of tube leaks it shall be replaced.

• The condensers shall be cleaned and inspected.

• The drop valves shall be serviced and tested for operation with air supply for faultless operation.

• All crystallizers shall be thoroughly serviced and all internals, stirrer shall be cleaned.

• The gear boxes, drives connected to crystalizer shall be overhauled

• The conveyor to seed crystalizer shall be attended for all its repairs

• The connected gutter etc shall be cleaned for free flow to crystalizer and then to C/F machines

• The manways and instruments shall be fixed properly to ensure that vacuum drops are not observed.

• Vacuum test shall be done

• Injection pump shall be throrughly cleaned and serviced for use.

Centrifugal Batch & Continuous machine

• All machines to be thoroughly cleaned

• Dismantling of motors , solenoid valves and inspect and refix after completion of repairs.

• Complete overhaul of machine and its connected valves, drives etc.

• Drops to magna mixer shall be checked and repairs

• The masccusite lines , pumps shall be inspected and repaired as applicable.

• Brakes shall be serviced

• All electrical system and controls shall be checked and attended.

Hoopers / Bucket elevator / Grader / dust catcher

• Shall be cleaned and inspected .

• The list of repairs shall be made and immediately attended.

• The wooden connectors shall be checked and repired/ replaced

• The elevator drives shall be serviced

• The bins shall be completely cleaned.

• The grader shall be opened and inspected.

• Prior to start of grader its vibraton shall be brought to control level or acceptable limit.

• All other equipments which are not mentioned above but are in unit, is in the scope of bidder . e.g air

compressor , CIGAR , steam lines , vapour line valves .

Signature and Seal of the Bidder Page 42 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

Wherever there is AMC with OEM or expert agency the jobs will be carried out by them. In those cases the required

manpower like qualified fitter etc to complete the job shall be supplied by bidder. All coordination with AMC agency

shall be in bidder scope. No cost of AMC agency is in bidder scope.

The equipments opened in off season shall be refixed and made to operate condition. All jobs to keep the system in

running condition is in agency scope. The spares and materials shall be arranged by owner.

During off season maintenance work The following to be done:

a. All critical shaft to be ultrasonically tested .

b. Dynamic balancing to be done to all critical rotating equipment before taking in operation.( Cutter,

shredder, fans etc)

c. Vibration readings shall be taken after box up of equipments to ascertain misalignment or worn out

bearings and if required shall be rectified.

d. All gear coupling shall be opened, cleaned, inspected for damaged teeth and boxed up with fresh

lubricants

e. All motor drives fan cover and cooling air ducts shall be cleaned before and after season. Fresh

greasing shall be done as per OEM recommendation or monthly where ever not mentioned

f. All Gate valve, NRV’s and Screw pumps shall be cleaned of residual sugar or process liquid after end

of season

g. Mechanical Seal flushing / cooling lines and bearing temp shall be monitored for all high discharge

pumps and if required mechanical seals to be replaced

DG SET

a) The DG Set schedule servicing and operation.

ELECTRICAL ITEMS SCOPE

a) Lightining Fixtures : All such fixtures shall be maintained and replaced as and when required. The

replacement of bulbs , switches etc to keep the illumination is in bidder scope. This also includes the high

mast towers.

b) Battery banks : Check all battery banks for loose connections, terminals worn out, water level etc. The

charger system and all connected equipments to UPS shall be checked and maintained to ensure healthy

working. If replacement of battery bank is required it shall also be carried out.

c) Operating gears/switches : This shall be checked and maintained in lock condition to avoid unwaqnted use.

Sign of flashover etc shall be checked.Loose connection etc shall also be checked and remedial action shall

be taken.

d) Check mounting bases, insulator blades and contacts , ground terminals , earth pits etc. Rectifications shall

be done incase any problems are seen.

e) Temperature and pressure relays shall be attended.

f) Cable clamps , Instrument transformer shall be monitored for heat etc.

g) Check running currents and vibrations of all motors. Remeidal action to be done to bring it in normal range.

h) Electrical rooms a/ vaults shall be maintained

i) Physical checks of cables, wring , conduits shall be done and damages shall be rectified.

j) Cable testing and fault detection shall be done effectively as accepted norms and practices

k) Switchgear maintenance : Ensure that all enclosure panels, doors, and structures are well-maintained in

accordance with the manufacturer’s specifications. During de-energized maintenance, enclosures are to be

vacuum cleaned of all loose dirt and debris — use of compressed air is not recommended since this may

cause foreign particles to become embedded in the insulation or damage insulators. Any buildup of dirt or

other contaminates that will not come off with vacuuming should be cleaned with lint free rags using

Signature and Seal of the Bidder Page 43 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

cleaning solvents recommended by the manufacturer. All vents and fan grills are to be cleaned of all dust

and/or dirt accumulations. Ensure that ventilation openings are not obstructed. Where seals and/or gaskets

are installed, these should be examined and repaired or replaced as necessary. All doors and access panels

should be properly secured during operation. Where heater elements are installed, these should be

cleaned, examined for damage and/or deterioration, and tested. Repair or replace heater elements as

necessary. In environments where there is an extreme exposure to adverse conditions, the frequency of

maintenance for enclosures should be increased as conditions warrant.Electrical equipment rooms or vaults

should be kept cleaned of dirt and/or dust accumulations on a regular basis. Doors and windows should be

maintained in proper working order and kept closed during routine operation. Access doors should be

clearly marked to alert personnel that live electrical equipment is in use. Where ventilation and/or air

conditioning is used, all fan motors should be cleaned and examined for signs of wear and deterioration.

Fan blades should be cleaned of dirt and dust and bearings should be properly lubricated. Vent openings

should be cleaned of all dust and dirt accumulations. Filters should be cleaned and/or changed as

recommended by the manufacturer, or more often if conditions warrant. Electrical equipment rooms

should never be used as storage areas. Electrical equipment rooms or vaults should be examined for

evidence of water seepage. The tops of electrical equipment enclosures should be examined for evidence of

water since this is a common entryway that often goes undetected until a failure occurs. The source of the

water should be immediately identified and corrective measures taken to permanently correct the

condition.

Air / Vacuum Circuit Breakers /Molded swith breakers

Remove and clean interphase barriers. Clean all insulating materials with vacuum and/or clean lint free rags. If

it is necessary to use cleaning solvents, use only solvents recommended by the manufacturer. Inspect for signs

of corona, tracking, arcing, or thermal or physical damage. Ensure that insulation is left clean and dry.

All maintenance is similar to that performed on air circuit breakers. OEM recommended test shall be

done.

Motors : Mostly OEM recommended practice shall be carried out for all motors checks and tests.

Agency to ensure that motors of big or small capcity are checked and tested. Rotor shafts etc shall be

checked and repaired.

All area of units shall have sufficient qualified electricians to take care of routine and emergency

situations

All fuse replacements, connectors etc shall be in bidder scope.

All safety procedure and energizing and deenergising procedure with due approvals shall be done.

Instrumentation Items repairs for all units :

Bidder to ensure that all instrument items in all three units are properly maintined and any alarm or on no

reading/unoperational shall be attended immediately. All PLCs, DCS , control valves, Pressure transmitters ,

RTD s , Flowmeters etc shall be maintained and calibrated.

Where ever AMC are required shall be provided by Owner but the site assistance to them has to be extended

as and when required.

Replacement of DCS cards, loop check after repairs etc shall be in bidder scope.

Note:-Maintenance of all equipment / equipments accessories installed and required for operation of the plant will be

the responsibility of the party except the work scope identify by OWNER.

Signature and Seal of the Bidder Page 44 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

PREAMBLE & SCOPE of WORK - ETHANOL

MANUFACTURING/PRODUCTION

a. Production of Ethanol from Juice / Molasses / syrup upto storage and loading of ethanol from the

storage tanks. Receipt of molasses (in house and from outside) and storage. Press mud operation.

b. Operation of Bio-composting, mixing, bagging and bulk sales of bio-compost fertiliser.

c. Maintaining Quality control of Ethanol, and bio-compost thru laboratories.

d. To achieve and monitor all set production targets for all units.

e. Inventory management, monitoring receipts and timely indenting of chemicals / raw materials, lab

equipments / reagents etc.

f. Conservation and optimum utlilization of all raw materials.

g. Preperation of all MIS & statutory records/ reports as per state Govt and Central Govt. Requirements.

h. Liasoning with the departments & unit heads for day to day operations.

i. Supervision of the handling contractors job / service engaged by owner, if any, for operation and

maintenance for all the process units.

j. All environmental parameters related to Emission and Discharge should be strictly adhered to as per

BSPCB / MoE&F norms.

k. Repairing & maintenance of all the equipments etc. complete during season and overhauling of

equipments during off season. Where the equipments are under warranty of the OEM, bidder shall co

ordinate with the OEM for their repairs and maintenance. Subsequently, where the R&M is to be done

by the OEM, owner shall arrange for AMC but the bidder will be responsible for the co ordination and

assistance, with tools and manpower ,with the OEM.

l. Bidder shall be responsible for monitoring & control of entire operations through manual and

automation (DCS/PLC).

m. The bidders has to supervise all his employees for carrying out all the jobs.

n. The plants must be manned by adequate number of people with adequate level of competence. Where

a particular position requires the manning by a person with a specific skill / certificate, then that position

should be filled by such a qualified person. The bidder to provide the proposed manpower chart for the

entire plant along with the technical bid. This shall be strictly complied during operation.

o. The bidder should provide complete and comprehensive on the plant training of the personnel of

OWNER during the period of contract so as to enable them to operate the plant on the expiry of the

contract.

p. The operations and maintenance of the plant during the season and offseaon would be reviewed on a

fortnightly basis by the owner through the plant in charge. Any deviation from the agreed parameters in

any of the areas would be corrected by the bidder immediately.

q. The bidder shall develop, in co ordination with the owner and EPCC contractor, comprehensive

procedures for safety, quality control, operation and maintenance of each and every equipment of the

plant. Where the EPCC contractor has already provided the manuals on operation and maintenance, the

bidder shall develop the procedures based on such manuals.

r. The bidder shall maintain adequate and proper records of operation of all units and maintenance of

each equipment during season and off season. The records should give all relevant details for review of

the performance of the units, root cause analysis of failures, performance parameters against the design

etc. Weekly / Fortnightly / Monthly reports as mutually agreed would be submitted by the bidder on the

plant O&M activities. The records should also enable the owner to seek ISO certification after one year

of operation.

s. Bidder shall prepare a comprehensive list of spare parts, consumables, tools, tackles etc for each process

unit both during season and off season. The bidder will also specify additional workshop equipments if

any, other than the ones already available in the factory. The bidder may visit the plant before the

commencement of the current season and suggest the minimum spares and consumables required for

Signature and Seal of the Bidder Page 45 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

the current season, along with suggested vendors for each such item. Such requirement may be given

at least 30 days prior to scheduled commencement of crushing.

t. Bidder shall assist the owner / EPCC contractor in the pre commissioning, commissioning of the plants

and also in the start up and testing of the equipments in each of plants during the period of contract.

u. Bidder shall also assist the owner to develop an Annual Operating Plan for the entire unit with various

options so as to maximise the capacity utilisation of the plant and to maximise the profitability of the

plant.

v. Bidder shall also assist the owner in preparation of the plant administration schedule and the O&M

budgets for the plant.( Budget should reflect in terms of per quintal of cane crushed/processing feed as

practice in Indian environment to have the cost control)

w. Bidder shall schedule for preventive maintenance as well as capital repair of equipment and machines.

He shall plan for the repair and replacement of parts as required.

x. Bidder shall also assist the owner to interact with the statutory authorities for all plant related

requirements.

y. Administration of subcontractors services, including maintenance of roads, buildings and grounds

z. Bidder shall assist the owner with information on downtime, failure etc and provide recommendation

on plant upgradation / modification etc. They should provide information on diagnostics and monitoring

on the performance of the plant from time to time.

aa. Bidder to operate and maintain the units in accordance with the Clean Development Mechanism and

other Environmental Control norms. Bidder to provide necessary reports and readings to the owner to

meet the compliance requirements of environment control enforcement authorities.

bb. Bidder shall maintain all the plant area, in a clean state. All spillages and wastage in the plant area shall

be cleaned immediately without getting accumulated, to pose a safety threat.

cc. Bidder to provide a proper team for handling fire fighting in the plant area who should be equipped to

handle any emergency. Periodic mock drills to be conducted to keep all the people well trained and in a

ready mode.

TECHNICAL

Ethanol

1. The ethanol plant will produce ethanol meeting specifications of IS:15464:2004.

2. The proposed ethanol plant installed will have manufacturing capacity of minimum 60 KLPD, with 99.8%

purity by volume and 1.6 KLPD impure spirit of 95% purity by volume. The ethanol plant will be provided

required steam and power from cogen power plant. The utility receipt coordination shall be carried out by

shift staff of bidder to ensure that it is received as per unit requirement.

3. Ethanol plant will operate on 50% mixed juice diverted from the sugar plant

& available molasses during season & on stored concentrated syrup & saved molasses , during off-season.

4. The plant is designed with philosophy of 1750 TPD mixed juice diverted to ethanol plant, 505 TPD will be

used for ethanol manufacture during season & balance 1245 TPD will be concentrated to 207.5 TPD at 60%

concentration. Out of the concentrated mixed juice, 83.5 TPD will be again utilized during season and

balance 124 TPD will be stored for off-season requirement. 78.80 TPD molasses will be utilized from own

generated mollasses.

5. The unit will process molasses generted in house as well as procured from outside. Bidder should be able to

handle in both the scenarios. In house generated molasses will be stored in molasses tank of sugar plant and

its pumping with coordination of sugar unit operation team is bidder’s scope.

Signature and Seal of the Bidder Page 46 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

6. During design it is assumed that Ethanol production shall be at the minimum rate of 55.38 litres of ethanol

per MT of cane juice and 222 lt of ethanol per MT of molasses. Agency shall ensure that this is to be

maintained as minimum parameter.

7. Losses of feed material and dead stock shall be evaluated on daily basis and a record to be maintained.

8. Losses beyond industry practice shall not be accepted by the owner.

9. Spent wash generation per litre of ethanol with evaporation shall not be more than 1.23 lt l.

10. Water requirement should not be more than 15 kl per kl of ethanol during

season and not more than 20 kl per kl of ethanol during off season. This shall be primarily met with

reservoir water for which a supply line is already laid. However in absence of water from reservoir the

borewell shall be operated which is in the unit area. ( 2 nos.)

11. Annual compost production shall be minimum 4000 MT at the rate of 1:2.5 ratio of press mud / filler

material (spent wash).

12. The power consumption shall be not more than 1 Mw in season .

13. Bidder shall arrange to unload the purchased molasses in the molasses tank and shall operated the

molassess tank for operating the plant.

14. Loading of ethanol in the tank trucks is in the scope of the bidder. However, billing and excise formalities

will be taken care by the owner. Bidder to ensure that additional quantity is not loaded. Incase it is notice

that addional loading is taken place the penality shall be equivalent to cost of 1 tanker of ethanol. This shall

be borne by bidder.

15. Gas supply to the boiler from the bio-methanation unit in the scope of the bidder. This activity shall be

closely monitored by shift incharge and coordinated with cogen plant operation incharge. Additional fuel to

boiler or starvation due to non gas supply shall not be done.

11. Bidder shall be responsible for operation of WTP, ETP, CPU and its clarifiers, bio-digestor, bio-methanation,

spent wash evaporation and bio-composting yard, filling in bags and loading of bulk and packed bio fertiliser.

16. Juice clarification, juice evaporation etc shall be monitored closely to avoid losses.

17. Bagasse transportation from Sugar Plant to Ethanol plant for Vacuum Filter operation shall be monitored by

bidder. Loading and unloading manpower and transportation vehicle shall be provided by owner. However

blower and bagasse pit monitoring & operation shall be in bidder scope.

18. Handling of Ethanol plant press mud shall be in bidder scope for which transport vehicle and manpower

shall be supplied by owner.

19. Ash Silo though in Cogen Plant, operation of same in co-ordination with Cogen plant shall be in the preview

of Ethanol Plant Compost yard management, based on their field needs and Cogen evacuation

requirements.

20. Aero tiller and dozer operation shall be in bidder scope for compost yard operation.

21. Steam and condensate management shall be closely supervised as plant is designed for maximum heat

utilization. Steam leaks shall be immediately attended.

22. Most of the equipments have VFD to ensure optimal power consumption and this shall be run and its bypass

shall be avoided.

23. The DG Set schedule servicing and operation in emergency or requirement is in bidder scope.

Routine Maintenance during Season & planned maintenance during non operation of equipments & unit

Ethanol Plant Maintenance Routine

Fermentor & Molasses handling area:

• Cleaning of all lines and choking if happens

• Maintaining all valves on the line. Blinding / de-blinding required during operation.

• Servicing of weighing scale

Signature and Seal of the Bidder Page 47 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

• Servicing of agitators

• Rectifying choking of yeast separator , decanter , air-sparger , wash circulation line etc.

• Attending pumps and compressor for any failure.

• Attending plate heat exchangers and isolating and working if required.

• Maintaining lube oils in pumps and acting as pre preventive maintenance schedule of pumps and

Motors.

Vacuum Filter & Juice Clarifier.

• Maintaining of Bagassecilo and clearing of any choking

• Rectifying the choking of filters

• Rectifcation of choking / unplugging of lines, lead lines to instruments &PHE.

• Rectification of belts / belt joining if required.

• Leaking lines and flanges with gasket replacements shall be attended.

• Attending all motors , pumps, blowers.

• Maintaining lube oils in pumps and acting as pre preventive maintenance schedule of pumps and

Motors.

Distillation :

• Attending compressor and air lines and rectifying any trips.

• Maintaining lube oils in pumps and acting as pre preventive maintenance schedule of pumps and

Motors.

• Clearing all chokings in fermented wash & spent wash lines , PHE etc.

• Clearing and unplugging all instruement lines.

• Gauge glass or sight glass cleaning in all columns and vessels.

Day storage tanks

• Monitor the tanks and ensure that no leaks and spillage is seen. Cleaning of tanks as and when isolated

or required by statutory authority or owner..

Juice and Spet wash evaporation

• Ensuring no leaks from flanges , valves etc.

• Cleaning of heating systems as and when required

• Cleaning of any choke lines , vessels etc.

• Cleaning of all instruement lead lines

• Maintaining lube oils in pumps and acting as pre preventive maintenance schedule of pumps and

Motors.

WTP / CPU

• Maintaining all pumps and compressor.

• Monitoring civil tanks and repairs if come up.

• Clearing all choked lines

• Maintaining borewells and its repair incase of failure

• All valves and instruments lines to serviced.

Bio-digestor tanks / Bio-methanation section

• Monitoring of the biomethanation area , pit and attend for any overflow or leaks.

• Gas holding tank and other equipments in this section like Lamela etc shall be attended.

Signature and Seal of the Bidder Page 48 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

• All valves to be serviced. Gas blower to be maintained and no failure to be contined for long duration.

• Spent-wash circulation lines to be checked and cleaned in-case of choking.

All steam lines in unit and coming to unit, water lines , connected valves and flanges shall be attended for any

leaks. The utility line, molasses line coming from other units along with molasses pump shall be maintained by

the agency.

Shut Down Jobs

A detail plan shall be in place prior to closure of plant and accordingly manpower shall be deployed to carry out

maintenance jobs .

Fermentation section

• All vessels shall be opened and thoroughly cleaned . All valves shall be checked and serviced. (

Fermentors, yeast vessel, dosing tanks, decanter , antifoam tanks , airsparger etc.)

• All instrument connected to DCS and automation shall be properly dropped and handed over to Instru

group for their servicing and to avoid damage during mechanical repairs.

• All pumps and motors shall be attended as per specified procedure. Repairs in them shall be carried out

as required.

• Refixing of all instrumentation items and its connection to be restored.

• Closing of all vessels and tests shall be done.

• Cooling tower all jobs to be attended including cleaning.

Distillation section

• Opening of all vessels and columns condensers etc.

• Cleaning of all vessels , columns and its internal.

• Boxing up the vessels and tightening of bolts to avoid leaks.

• Removal and installation of all instruments connected to automation system

• Repairs of pump and motors , cleaning of strainers , repairs of strainers if any required.

• Servicing of all valves and flanges.

• Repairs of all sight glasses.

• Cleaning and repairs of all condensers.

• Cooling tower servicing ( all 3 ) and its pump and stariners shall be done.

Juice / spent wash evaporators

• Cleaning of all evaporators and its caledria.

• Replacement / repairs of tubes if required

• Testing and make it ready.

• All pumps , stariners, motors shall undergo shutdown checks and repairs as per practice.

• All valves shall be serviced and installed with new gaskets.

Ethanol Tanks / Day storage tanks.

• Cleaning and valve servicing as required. Incase of any leaks etc the repairs shall also be done.

CPU / WTP

• Cleaning of all RCC tanks and vessels.

• Media preparation as required

Signature and Seal of the Bidder Page 49 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

• Servicing and repair of all valves .

• All pumps and strainers shall be attended as per breakdown practices.

Biodigestor / Biomethanation / Spentwash lagoon

• Cleaning of tanks , lamella etc.

• Maintenace of all pumps

• Clearing of all lines leading to and from this section.

All equipments coming under ethanol plant and its connected effluent treatment system is under scope of

bidder for maintaining and keeping it run during operation and during shut shutdown.

All cooling towers shall be attended and fan , pumps, strainer , fins etc shall be attended.

During off season maintenance work

a. All critical shaft to be ultrasonically tested .

b. Dynamic balancing to be done to all critical rotating equipment before taking in operation

c. Vibration readings shall be taken after box up of equipments to ascertain misalignment or

worn out bearings and if required shall be rectified.

d. All gear coupling shall be opened, cleaned, inspected for damaged teeth and boxed up with

fresh lubricants

e. All motor drives fan cover and cooling air ducts shall be cleaned before and after season.

Fresh greasing shall be done as per OEM recommendation or monthly where ever not

mentioned

f. All Gate valve, NRV’s and Screw pumps shall be cleaned of residual product or process fluid

after end of season

g. Mechanical Seal flushing / cooling lines and bearing temp shall be monitored for all high

discharge pumps and if required mechanical seals to be replaced

ELECTRICAL ITEMS SCOPE

a. Lightining Fixtures : All such fixtures shall be maintained and replaced as and when

required. The replacement of bulbs , switches etc to keep the illumination is in

bidder scope. This also includes the high mast towers.

b. Battery banks : Check all battery banks for loose connections, terminals worn out,

water level etc. The charger system and all connected equipments to UPS shall be

checked and maintained to ensure healthy working. If replacement of battery bank

is required it shall also be carried out.

c. Operating gera/switches : This shall be checked and maintained in lock condition to

avoid unwaqnted use. Sign of flashover etc shall be checked.Loose connection etc

shall also be checked and remedial action shall be taken.

d. Check mounting bases, insulator blades and contacts , ground terminals , earth pits

etc. Rectifications shall be done incase any problems are seen.

e. Temperature and pressure relays shall be attended.

f. Cable clamps , Instrument transformer shall be monitored for heat etc.

g. Check running currents and vibrations of all motors. Remeidal action to be done to

bring it in normal range.

h. Electrical rooms a/ vaults shall be maintained

Signature and Seal of the Bidder Page 50 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

i. Physical checks of cables, wring , conduits shall be done and damages shall be

rectified.

j. Cable testing and fault detection shall be done effectively as accepted norms and

practices.

k. Switchgear maintenance : Ensure that all enclosure panels, doors, and structures are

well-maintained in accordance with the manufacturer’s specifications. During de-

energized maintenance, enclosures are to be vacuum cleaned of all loose dirt and

debris — use of compressed air is not recommended since this may cause foreign

particles to become embedded in the insulation or damage insulators. Any buildup

of dirt or other contaminates that will not come off with vacuuming should be

cleaned with lint free rags using cleaning solvents recommended by the

manufacturer. All vents and fan grills are to be cleaned of all dust and/or dirt

accumulations. Ensure that ventilation openings are not obstructed. Where seals

and/or gaskets are installed, these should be examined and repaired or replaced as

necessary. All doors and access panels should be properly secured during operation.

Where heater elements are installed, these should be cleaned, examined for

damage and/or deterioration, and tested. Repair or replace heater elements as

necessary.

In environments where there is an extreme exposure to adverse conditions, the frequency of maintenance

for enclosures should be increased as conditions warrant.

Electrical equipment rooms or vaults should be kept cleaned of dirt and/or dust accumulations on

a regular basis. Doors and windows should be maintained in proper working order and kept closed

during routine operation. Access doors should be clearly marked to alert personnel that live

electrical equipment is in use. Where ventilation and/or air conditioning is used, all fan motors

should be cleaned and examined for signs of wear and deterioration. Fan blades should be cleaned

of dirt and dust and bearings should be properly lubricated. Vent openings should be cleaned of all

dust and dirt accumulations. Filters should be cleaned and/or changed as recommended by the

manufacturer, or more often if conditions warrant. Electrical equipment rooms should never be

used as storage areas. Electrical equipment rooms or vaults should be examined for evidence of water seepage. The tops of

electrical equipment enclosures should be examined for evidence of water since this is a common entryway

that often goes undetected until a failure occurs. The source of the water should be immediately identified

and corrective measures taken to permanently correct the condition.

Air / Vacuum Circuit Breakers /Molded swith breakers

Remove and clean interphase barriers. Clean all insulating materials with vacuum and/or clean lint free

rags. If it is necessary to use cleaning solvents, use only solvents recommended by the manufacturer.

Inspect for signs of corona, tracking, arcing, or thermal or physical damage. Ensure that insulation is left

clean and dry.

All maintenance is similar to that performed on air circuit breakers. OEM recommended test shall

be done.

Signature and Seal of the Bidder Page 51 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

Motors :

Mostly OEM recommended practice shall be carried out for all motors checks and tests. Agency to

ensure that motors of big or small capcity are checked and tested. Rotor shafts etc shall be checked

and repaired.

All area of units shall have sufficient qualified electricians to take care of routine and emergency

situations

All fuse replacements, connectors etc shall be in bidder scope.

All safety procedure and energizing and deenergising procedure with due approvals shall be done.

Instruementation Items repairs for all units :

Bidder to ensure that all instruement items in all three units are properly maintined and any alarm

or in no reading/not operational condition shall be attended immediately. All PLCs, DCS , control

valves, Pressure transmitters , RTD s , Flowmeters etc shall be maintained and calibrated.

Where ever AMC are required shall be provided by Owner but the site assistance to them has to

be extended as and when required.

Note:-Maintenance of all equipment / equipments accessories installed and required for operation of the plant will be

the responsibility of the party except the work scope identified by OWNER.

Signature and Seal of the Bidder Page 52 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

PREAMBLE & SCOPE of WORK - COGEN

MANUFACTURING/PRODUCTION

a. All activities including starting and operation of boilers, turbine operations including WTP,

cooling tower operations, bagasse & ash handling operations. Co-gen operations with import /

export of surplus power to BSEB grid through 132 KV Switchyard.

b. To achieve and monitor all set production targets & exports for all units & BSEB.

c. To achieve and monitor all set production targets for all units.

d. Inventory management, monitoring receipts and timely indenting of chemicals / raw materials,

lab equipments / reagents etc.

e. Conservation and optimum utlilization of all raw materials.

f. Preperation of all MIS & statutory records/ reports as per state Govt and Central Govt.

Requirements.

g. Liasoning with the departments & unit heads for day to day operations.

h. Supervision of the handling contractors job / service engaged by OWNER, if any, for operation

and maintenance for all the process units.

i. All environmental parameters related to Emission and Discharge should be strictly adhered to as

per BSPCB / MoE&F norms.

j. Repairing & maintenance of all the equipments etc. complete during season and overhauling of

equipments during off season. Where the equipments are under warranty of the OEM, bidder

shall co ordinate with the OEM for their repairs and maintenance. Subsequently, where the

R&M is to be done by the OEM, owner shall arrange for AMC but the bidder will be responsible

for the co ordination with the OEM.

k. Bidder shall be responsible for monitoring & control of entire operations through manual and

automation (DCS/PLC).

l. The bidders has to supervise all his employees for carrying out all the jobs.

m. The bidder should provide complete and comprehensive on the plant training of the personnel

of OWNER during the period of contract so as to enable them to operate the plant on the expiry

of the contract.

n. The operations and maintenance of the plant during the season and offseaon would be

reviewed on a fortnightly basis by the owner through the plant in charge. Any deviation from

the agreed parameters in any of the areas would be corrected by the bidder immediately.

o. The bidder shall develop, in co ordination with the owner and EPCC contractor, comprehensive

procedures for safety, quality control, operation and maintenance of each and every equipment

of the integrated plant. Where the EPCC contractor has already provided the manuals on

operation and maintenance, the bidder shall develop the procedures based on such manuals.

p. The bidder shall maintain adequate and proper records of operation of all units and

maintenance of each equipment during season and off season. The records should give all

relevant details for review of the performance of the units, root cause analysis of failures,

performance parameters against the design etc. Weekly / Fortnightly / Monthly reports as

mutually agreed would be submitted by the bidder on the plant O&M activities. The records

should also enable the owner to seek ISO certification after one year of operation.

q. Bidder shall prepare a comprehensive list of spare parts, consumables, tools, tackles etc for each

process unit both during season and off season. The bidder will also specify additional

workshop equipments if any, other than the ones already available in the factory. The bidder

may visit the plant before the commencement of the current season and suggest the minimum

spares and consumables required for the current season, along with suggested vendors for each

such item. Such requirement may be given at least 30 days prior to scheduled commencement

of crushing.

Signature and Seal of the Bidder Page 53 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

r. Bidder shall assist the owner / EPCC contractor in the pre commissioning, commissioning of the

plants and also in the start up and testing of the equipments in each of plants during the period

of contract.

s. Bidder shall also assist the owner to develop an Annual Operating Plan for the entire unit with

various options so as to maximise the capacity utilisation of the plant and to maximise the

profitability of the plant.

t. Bidder shall also assist the owner in preparation of the plant administration schedule and the

O&M budgets for the plant.( Budget should reflect in terms of per quintal of cane crushed as

practice in Indian sugar factory to have the cost control)

u. Bidder shall schedule for preventive maintenance as well as capital repair of equipment and

machines. He shall plan for the repair and replacement of parts as required.

v. Bidder shall also assist the owner to interact with the statutory authorities for all plant related

requirements.

w. Administration of subcontractors’ services, including maintenance of roads, buildings etc.

x. Bidder shall assist the owner with information on downtime, failure etc and provide

recommendation on plant upgradation / modification etc. They should provide information on

diagnostics and monitoring on the performance of the plant from time to time.

y. Bidder to operate and maintain the units in accordance with the Clean Development Mechanism

and other Environmental Control norms. Bidder to provide necessary reports and readings to

the owner to meet the compliance requirements of environment control enforcement

authorities.

z. Bidder shall maintain all the plant area, in a clean state. All spillages and wastage in the plant

area shall be cleaned immediately without getting accumulated, to pose a safety threat.

aa. Bidder to provide a proper team for handling fire fighting in the plant area who should be

equipped to handle any emergency. Periodic mock drills to be conducted to keep all the people

well trained and in a ready mode.

Cogen Unit :

1. The unit is designed for 110 TPH steam and 20 MW power generation.The Boiler is designed and supplied by

M/s Walchandnagar / IJT and the turbine is from M/s Seimens with TDPS alternator. The DCS controls are

from M/s ABB. The plant is also having ESP supplied by M/s VT corp. The boiler is designed to operate on

multiple fuels, like bagasse, biomass, cane trash, firewood, bidder should be in a position to operate the

boiler and the fuel handling system with any one or more of these fuels.

2. This unit is also an utility unit and the steam supply to sugar unit and ethanol unit shall be done from this

unit. The process steam required for sugar at the rate of 22% on cane during season, 20 TPH during season

and 10.25 TPH during off season for ethanol shall be supplied. The power requirement of approximately 3

MW for sugar during season 0.15 MW during off season and 1 MW per hour for ethanol plant during season

shall also be provided.

3. The key performance parameter for the cogen plant shall be as follows;

Sl

No

Description Value

1 Steam Generator efficiency % 70 + 2 on bagasse / biomass

and cane trash.

2 Steam to fuel ratio kg bagasse / kg 2.65

3 Average steam to power ratio kg/kw

Signature and Seal of the Bidder Page 54 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

Season

Off season

5.08

3.80

4 Auxiliary power consumption mw (%)

Season

Off season

1.70 (8.5)

1.80 (9)

4. The parameters for other equipements will be based on HMBD and the process flow diagram to be provided

by the owner along with the operating manual to the successful bidder.

5. The design Parameters for turbine and generation is

Water Cooled Condenser : Operating Pressure (ata) -0.1 (in off-season)

Temperature rise for cooling water (Deg. C) : 8

Power Factor (lagging) : 0.8

Generation Voltage (kV) 11.0, 3 phase

Parallel operation with grid Required with BSEB grid

Grid Voltage 132 kV, 3 phase

Duty Requirements Continuous 8000 hours

System Frequency 50 + 5%

Turbine Type Triple Extraction cumCondensing

Inlet Steam Parameters - Pressure (Kg/Sq. Cm(a)) 105

- Temperature (C) 535

- Flow (Kg/Hr) 99000 in season & 75250 in

off-season

Extraction parameters,

No of Extractions – 3 ,

Steam Flow : 25 kg/cm²,8 kg/cm² and at 2.5 kg/cm².

Bleed at about 25 kg/cm² is only for HP heater no. 2 .

Bleed at 8 kg/cm² is for HP heater no.1 and to supply 20 TPH to ethanol in season.

Extraction at 2.5 kg/cm² is for de-aerator and supply of 32 TPH steam to sugar process in season.

Signature and Seal of the Bidder Page 55 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

6. The water treatment plant (30-35 cub mtr /hr) will be operated to meet the requirement of steam

generation. The plant is designed to meet the water requirement of Cogen plant. Its regeneration cycle ,

acid and resin management. The levels in neutralisation pits and its draining to be maintained. The DM plant

has one bore well connected to its RCC tank. There is also a water line laid to supply water from reservoir to

Water treatment plant. The plant is primarily designed for river water and Borewell shall be used only when

reservoir water is not available or there is any problem in water supply from central system. The chemicals

resin etc shall be arranged by the owner however the requirements shall be provided in advance. Handling

of this shall be in bidder scope.

7. The water treatment plant Laboratory is equipped with all facility to do tests for water quality and effluent /

blowdown quality etc. The test shall be done minimum per shift 1 and everytime when errors are reported

or other departments seek for it. The report of water / condenasate etc shall be maintained. This will be in

addition to online test reports available in DCS thru online analysers available in unit.

8. A pump house is at river bank and operation of this pump house to have sufficient water supply to all units is

in bidder scope. The reservoir is of capacity to handle water for 4 days of all units requirement.

9. DCS operation shall be handled by experience operator and he shall be capable of coordinating with field

staff and communicating in routine and crisis / adverse time.

10. Bidder should co ordinate with the bagasse handling contractor to ensure contirnuous flow of appropriate

quantity of bagasse through the conveyor to the boiler house. Conveyor operation, magnetic particle

separator operation etc shall be thoroughly supervised. Loading and collection of return bagasse / spillage

shall be supervised to meet unit requirement.

11. The surplus power export to BSEB grid will be up to approx. 13 MW during season and approx. 17 MW

during off-season. The import of power from BSEB grid or available DG to start after black out is in bidder

scope. The manpower deployed in substation and 132 KV export import facility shall be possessing all

licenses as per statutory requirements.

12. Lighting DG shall be operated by bidder as and when required.

13. Bidder shall co ordinate with BSEB sub station personnel for the export of power as indicated above and the

import of power required by the plant from time to time. The commercial billing and other issues shall be in

owner’s scope.

14. ID/FD fans and ash handling shall strictly be carried out to meet the environment requirement. The

pollution control emissions norms shall be followed.

15. The ESP operation shall be monitored by bidder so as to meet the MOEF guidelines for mitigating pollution

effects.

16. Air sample collection and testing shall be carried out by bidder as per specified norms and frequency, as and

when required. All such reports shall be prepared, maintained and submitted to unit in charge, if required.

17. The cooling tower operation along with its auxiliaries shall be carried out by bidder as per plant

requirement. Testing the PH parameter for the cooling tower reservoir and addition of lime / chemicals to

maintain the PH in acceptable zone shall be in bidder scope.

Signature and Seal of the Bidder Page 56 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

18. The lube system and its centrifuge shall be closely monitored and operated to meet the OEM parameters.

19. Bidder to remove the ash from the boiler area to the designated area on a continuous basis without

accumulating at any place. Handling contractor for ash transportation shall be in owner’s scope.

20. Bidder shall ensure smooth operation of the unit within its design limits.

15 Most of the equipments have VFD to ensure optimal power consumption and this shall be run and its bypass

shall be avoided.

16 Bidder shall ensure the Boiler is hydro tested and certificate is taken from the inspecting authority for

running the Boiler throught the season.

17 The fire fighting pump shall be operated by bidder during emergency when called. The shift engineer of

bidder shall be contacted during emergency and he shall respond immediately.

Routine Maintenance during Season & planned maintenance during non operation of equipments & unit

Cogen Plant :

This plant is having following major section for which routine maintenance, preventive maintenance and shut down /

breakdown maintenance is in scope of Bidder.

1. Steam generator ( Boiler)

2. Fuel handling System

3. Ash Conveyor system

4. Turbine /Power house

5. Cooling Tower

6. Water treatment Plant

7. Switch yard

8. DG set for blackout

The preventive maintenance schedule for important pumps and compressors shall be in place and strictly followed. The

maintenance activity listed below is covering most of the jobs and those not covered but requires to keep the system

healthy and running is in scope of bidder.

Maintenance during running / season

Boiler

• Lube oil of gearbox of shoot blower should be monitored and refilled as and when required.

• Lube oil of gearbox of bagasse drum feeder should be monitored and refilled as and when required.

• Lube oil in piston cylinder of travelling grate to be monitored and refilled as and when required.

• Lube oil in bearing housing of SA fan should be monitored and refilled as and when required.

• Lube of gear box of Rotary Air Lock Valve should be monitored and refilled as and when required.

• Ash in the chute of the economizer, APH and ESP should regularly monitored and action taken so that

operation is not affected..

• Monitoring the bearing temperature of ID fan SA fan & FD fan and greasing to be done

Signature and Seal of the Bidder Page 57 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

• Ash in the chute of wind box of boiler should be monitored.

• If the bearing temperature exceed beyond the specified limit then fresh grease to be provided in the

bearing of FD fan, ID fan, bagasse screw feeder, ash screw feeder& bagasse drum feeder.

• All gate valves gland packs and servicing as and when required.

• Soot blowers shall be regularly operated and serviced.

FUEL & ASH Handling system

• Monitoring of bearing temperature of plumber block in conveyors to be done.

• Lube oil in gear box to be checked.

• Chute of SC-2 returning bagasse to be checked.

• Greasing of all conveyors bearing to be doenas and when required.

• Belt alignment of all conveyors to be checked and rectified incase of problems seen.

• Looseness of conveyors belt to be checked.

• The system shall be continuously monitored and miscellaneous jobs arising shall be immediately attended

during no cane or any othe stoppages.

Turbine /Alternator / condenser

• This a Seimens Turbine with TDPS alternator. The routine maintenance and off season maintenance shall

be done strictly as per the Operating manual of the turbine and alternator which will be provided by the

owner to successful bidder..

• The lube oil system checks and its preventive schedule is to be maintained.

• All auxiliary shall be checked on routine basis and its preventive maintenance schedule agreed with

owner shall be strictly adhered too.

• All coolers shall be cleaned as and when opportunity is there to maintain its performance.

• Vibration checks shall be done and all online monitoring shall be used. Jobs arising out of vibration

report shall be carried out.

Cooling tower

Preventive checks and lube filling to all pumps

The fan vibration shall be monitored and bearing temperature shall be monitored.

Cooling tower internals shall be refixed incase of any disruption when the shell is not in use.

Forbays shall be regularily maintained.

Any leaks found in civil structures shall be arrested.

Substation & switch yard

All jobs to maintain the switch yard and substation equipments shall be carried out. A separate electrical job

details are enclosed and will be valid for all equipments.

Water treatment plant

• The leaks shall be immediately attended and no leaking chemicals and water shall be observed in the

plant.

• The dosing facility area shall be properly maintained.

Signature and Seal of the Bidder Page 58 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

• The HRCC tanks all equipments shall be maintained.

• The pumps and motor in the area shall be under the preventive maintenance schedule.

• The boiler feed water pump maintenance and its strainer cleaning is in vendor scope.

• De-areator / feed tanks and connected pipelines of utility / air / steam

• Jobs arising on these equipments shall be attended. Opening of manways and servicing of valves shall be

in vendor scope for any internal jobs.

The plant is having a lighting / emergency DG. Its maintenance and running is vendor scope.

Breakdown / Shutdown Maintenance

Boilers

All internal inspection and repairs shall be inline with IBR and ASME guidelines.

Through cleaning of tubes to make it free from all deposits shall be done.

Thickness gauging of tubes shall be done at 3 locations per tube and and records shall be maintained.

The drum internals shall be cleaned

The control valves shall be dropped serviced and installed.

The soot blowers shall be attended.

Internal cleaning of Economiser and Air pre-heater shall be done.

ESP shall be thoroughly inspected and checked. The repairs shall be taken up in coordination with owner.

Emitting rods shall be checked. Electrodes and rods any internals shall be replaced if required. Rapping

arrangement shall be checked and rectified if any problems are observed to ensure smooth working during .

All electrical systems connected to ESP shall be put in service.

Boiler Feed water Pumps ; As per maintenance schedule mentioned in its OEM manual.

Turbine :

As per Operating manuals the covers shall be opened and attended. Incase of any major problems on alignment

etc Owner may take support from manufacturer. All support by manpower , tools & tackle etc. shall be extended

by bidder at site to execute the job.

• Condition of lube oil in oil tank to be checked.

• Lube oil Filter to be cleaned.

• Surface condenser tube to be cleaned and hydro test to be carried out.

• Preventive maintenance of all steam trap to be done.

• Preventive maintenance of of PRDS.

• Vacuum in ejector to be checked.

• Cleaning of 3ata & 8 ata header to be done.

• Water cooler of alternator to be cleaned.

• Bearing Oil cooler exchanger to be cleaned.

• Servicing of Control valves, gate valves, globe valves to be done.

Fuel /Ash Handling System

• Complete inspection of conveyor system to be done and detail report with repair shall be

prepared.

Signature and Seal of the Bidder Page 59 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

• All junction towers termination points shall be checked.

• Preventive maintenance of gear box & motors of all conveyors are to be done.

• Bolt Looseness of flappers of SC-2 to be checked.

• Complete cleaning & Repairs on belt , rollers, idlers of BC-1,SC-2,BC-3,BC-4,BC-5,BC-6,BC-7 and

all ash conveyor to to be done.

• Magnetic particle separator shall be checked and attended.

Electrical Substation and switch yard

All panels , VFDs , Circuit breakers ,cable connections loose connections , transformers etc shall be attended. All

procedures and safety norms shall be followed.

The energising and denergising procedure to be strictly followed. The CT / PT , metering unit shall be monitored

and attended as per electrical equipment maintenance..

ELECTRICAL ITEMS SCOPE

a) Lightining Fixtures : All such fixtures shall be maintained and replaced as and when required. The

replacement of bulbs , switches etc to keep the illumination is in bidder scope. This also includes the high

mast towers.

b) Battery banks : Check all battery banks for loose connections, terminals worn out, water level etc. The

charger system and all connected equipments to UPS shall be checked and maintained to ensure healthy

working. If replacement of battery bank is required it shall also be carried out.

c) Operating gear/switches : This shall be checked and maintained in lock condition to avoid unwanted use.

Sign of flashover etc shall be checked.Loose connection etc shall also be checked and remedial action shall

be taken.

d) Check mounting bases, insulator blades and contacts , ground terminals , earth pits etc. Rectifications shall

be done incase any problems are seen.

e) Temperature and pressure relays shall be attended.

f) Cable clamps , Instrument transformer shall be monitored for heat etc.

g) Check running currents and vibrations of all motors. Remeidal action to be done to bring it in normal range.

h) Electrical rooms a/ vaults shall be maintained

i) Physical checks of cables, wring , conduits shall be done and damages shall be rectified.

j) Cable testing and fault detection shall be done effectively as accepted norms and practices

k) Switchgear maintenance : Ensure that all enclosure panels, doors, and structures are well-maintained in

accordance with the manufacturer’s specifications. During de-energized maintenance, enclosures are to be

vacuum cleaned of all loose dirt and debris — use of compressed air is not recommended since this may

cause foreign particles to become embedded in the insulation or damage insulators. Any buildup of dirt or

other contaminates that will not come off with vacuuming should be cleaned with lint free rags using

cleaning solvents recommended by the manufacturer. All vents and fan grills are to be cleaned of all dust

and/or dirt accumulations. Ensure that ventilation openings are not obstructed. Where seals and/or gaskets

are installed, these should be examined and repaired or replaced as necessary. All doors and access panels

should be properly secured during operation. Where heater elements are installed, these should be

cleaned, examined for damage and/or deterioration, and tested. Repair or replace heater elements as

necessary. In environments where there is an extreme exposure to adverse conditions, the frequency of

maintenance for enclosures should be increased as conditions warrant.Electrical equipment rooms or vaults

should be kept cleaned of dirt and/or dust accumulations on a regular basis. Doors and windows should be

maintained in proper working order and kept closed during routine operation. Access doors should be

clearly marked to alert personnel that live electrical equipment is in use. Where ventilation and/or air

conditioning is used, all fan motors should be cleaned and examined for signs of wear and deterioration.

Fan blades should be cleaned of dirt and dust and bearings should be properly lubricated. Vent openings

should be cleaned of all dust and dirt accumulations. Filters should be cleaned and/or changed as

Signature and Seal of the Bidder Page 60 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

recommended by the manufacturer, or more often if conditions warrant. Electrical equipment rooms

should never be used as storage areas.

Electrical equipment rooms or vaults should be examined for evidence of water seepage. The tops of

electrical equipment enclosures should be examined for evidence of water since this is a common entryway

that often goes undetected until a failure occurs. The source of the water should be immediately identified

and corrective measures taken to permanently correct the condition.

Air / Vacuum Circuit Breakers /Molded swith breakers

Remove and clean interphase barriers. Clean all insulating materials with vacuum and/or clean lint free rags. If

it is necessary to use cleaning solvents, use only solvents recommended by the manufacturer. Inspect for signs

of corona, tracking, arcing, or thermal or physical damage. Ensure that insulation is left clean and dry.

All maintenance is similar to that performed on air circuit breakers. OEM recommended test shall be

done.

Motors :

Mostly OEM recommended practice shall be carried out for all motors checks and tests. Agency to

ensure that motors of big or small capcity are checked and tested. Rotor shafts etc shall be checked

and repaired.

All area of units shall have sufficient qualified electricians to take care of routine and emergency

situations

All fuse replacements, connectors etc shall be in bidder scope.

All safety procedure and energizing and deenergising procedure with due approvals shall be done.

Instruementation Items repairs for all units :

Bidder to ensure that all instrument items in all the section of cogen unit is properly maintained and any

alarm, non functional or equipment giving no reading shall be attended immediately. All PLCs, DCS , control

valves, Pressure transmitters , RTD s , Flowmeters etc shall be maintained and calibrated.

Where ever AMC are required shall be provided by Owner but the site assistance to them has to be extended

as and when required.

Note:-Maintenance of all equipment / equipments accessories installed and required for operation of the plant will be

the responsibility of the party except the work scope identify by OWNER.

Signature and Seal of the Bidder Page 61 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

GENERAL TERMS & CONDITIONS OF CONTRACT

NOTE: This shall be read in conjunction to all the above Annexures/Special terms and conditons,

BQC, ITB , scope of work etc. In case there is contradiction between clauses of General Terms and

Conditions of Contract and with any other terms and condition like Special Terms and Conditions,

BQC & Instruction to bidders clauses, scope of work etc. then the clause of Special terms and

conditons, BQC and Instruction to bidders, scope of work etc. shall override the clauses of General

Terms and Conditions of contract.

1 PRELIMINARY

1.1 This is a Contract for execution of __________________________ work at _______________________.

(Please fill up the blanks)

1.2 The tenderer for the abovementioned item of work is ____________________________. (Please

give the name and address of the tenderer)

1.3 The terms and conditions mentioned hereunder are the terms and conditions of the Contract

for the execution of the work mentioned under item 1.1 above.

1.4 It is the clear understanding between HPCL Biofuels Limited and the tenderer

______________________________________ that (name and address of the tenderer) in case the

tender of ______________________________________________________________ is (name and

address of the tenderer) accepted by HPCL Biofuels Limited and an intimation to that effect is

so issued and also a Purchase Order is placed with

________________________________________________________ (name and address of the tenderer)

this document will be termed as a Contract between the parties and terms and conditions

hereunder would govern the parties interest.

1.5 Interpretation of Contract Documents: All documents forming part of the Contract are to be

taken mutually explanatory. Should there be any discrepancy, inconsistency, error or mission in

the contract, the decision of the Owner/Engineer-in-Charge/Site-in-Charge shall be the final

and the contractor shall abide by the decision. The decision shall not be arbitrable. Works

shown upon the drawings but not mentioned in the specification or described in the

specifications without being shown on the drawings shall nevertheless be deemed to be

included in the same manner as if they are shown in the drawings and described in the

specifications.

1.6 Special conditions of Contract : The special conditions of contract, if any provided and

whenever and wherever referred to shall be read in conjunction with General Terms and

Conditions of contract, specifications, drawings, and any other documents forming part of this

contract wherever the context so requires. Notwithstanding the subdivision of the documents

into separate sections, parts volumes, every section, part or volume shall be deemed to be

supplementary or complementary to each other and shall be read in whole. In case of any

misunderstanding arising the same shall be referred to decision of the Owner/ Engineer-in-

Charge/Site-in-Charge and their decision shall be final and binding and the decision shall not

be arbitrable. It is the clear understanding that wherever it is mentioned that the Contractor

Signature and Seal of the Bidder Page 62 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

shall do/perform a work and/or provide facilities for the performance of the work, the doing or

the performance or the providing of the facilities is at the cost and expenses of the work not

liable to be paid or reimbursed by the Owner.

2. DEFINITIONS

In this contract unless otherwise specifically provided or defined and unless a contrary

intention appears from the contract the following words and expressions are used in the

following meanings;

2.1 The term "Agreement" wherever appearing in this document shall be read as contract"

2.2 The "Authority" for the purpose of this Contract shall be the Chairman or any other person so

appointed or authorised by him.

2.3 The "Chairman " shall mean the Chairman of HPCL BIOFUELS LIMITED or any person so

appointed, nominated or designated and holding the office of Chairman & Managing

Director.

2.4 The "Change Order" means an order given in writing by the Engineer-in-Charge or by Owner to

effect additions to or deletion from or alterations into the Work.

2.5 The "Construction Equipment" means all appliances and equipment of whatsoever nature for

the use in or for the execution, completion, operation or maintenance of the work except

those intended to form part of the Permanent Work.

2.6 The "Contract" between the Owner and the Contractor shall mean and include all documents

like enquiry, tender submitted by the contractor and the purchase order issued by the owner

and other documents connected with the issue of the purchase order and orders, instruction,

drawings, change orders, directions issued by the Owner/Engineer-in-Charge/Site-in-Charge

for the execution, completion and commissioning of the works and the period of contract

mentioned in the Contract including such periods of time extensions as may be granted by

the owner at the request of the contractor and such period of time for which the work is

continued by the contractor for purposes of completion of the work.

2.7 "The Contractor" means the person or the persons, firm or Company whose tender has been

accepted by the Owner and includes the Contractor's legal heirs, representative, successor(s)

and permitted assignees.

2.8 The "Drawings" shall include maps, plans and tracings or prints thereof with any modifications

approved in writing by the Engineer-in-Charge and such other drawings as may, from time to

time, be furnished or approved in writing by the Engineer-in-Charge.

2.9 The "Engineer-in-Charge or Site-in-Charge" shall mean the person appointed or designated as

such by the Owner and shall include those who are expressly authorised by the owner to act

for and on its behalf.

Signature and Seal of the Bidder Page 63 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

2.10 "The Owner" means the HPCL BIOFUELS LIMITED incorporated in India having its Registered

office at Building No. 271, Road No. 3E, New Patliputra coliny, Patna - 800013 or their

successors or assignees.

2.11 The "Permanent Work" means and includes works which form a part of the work to be handed

over to the Owner by the Contractor on completion of the contract.

2.12 The "Project Manager" shall mean the Project Manager of HPCL BIOFUELS LIMITED, or any

person so appointed, nominated or designated.

2.13 The "Site" means the land on which the work is to be executed or carried out and such other

place(s) for purpose of performing the Contract.

2.14 The "Specifications" shall mean the various technical and other specifications attached and

referred to in the tender documents. It shall also include the latest editions, including all

addenda/corrigenda or relevant Indian Standard Specifications and Bureau of Indian

Standards.

2.15 The "Sub-Contractor" means any person or firm or Company (other than the Contractor) to

whom any part of the work has been entrusted by the Contractor with the prior written

consent of the Owner/Engineer-in-Charge/Site-in- Charge and their legal heirs,

representatives, successors and permitted assignees of such person, firm or Company.

2.16 The "Temporary Work" means and includes all such works which are a part of the contract for

execution of the permanent work but does not form part of the permanent work confirming to

practices, procedures applicable rules and regulations relevant in that behalf.

2.17 The "Tender" means the document submitted by a person or authority for carrying out the work

and the Tenderer means a person or authority who submits the tender offering to carry out the

work as per the terms and conditions.

2.18 The "Work" shall mean the works to be executed in accordance with the Contract or part

thereof as the case may be and shall include extra, additional, altered or substituted works as

maybe required for the purposes of completion of the work contemplated under the

Contract.

3. SUBMISSION OF TENDER

3.1 Before submitting the Tender, the Tenderer shall at their own cost and expenses visit the site,

examine and satisfy as to the nature of the existing roads, means of communications, the

character of the soil, state of land and of the excavations, the correct dimensions of the work

facilities for procuring various construction and other material and their availability, and shall

obtain information on all matters and conditions as they may feel necessary for the execution

of the works as intended by the Owners and shall also satisfy of the availability of suitable

water for construction of civil works and for drinking purpose and power required for

fabrication work etc. Tenderer, whose tender may be accepted and with whom the Contract

is entered into shall not be eligible and be able to make any claim on any of the said counts in

Signature and Seal of the Bidder Page 64 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

what so ever manner for what so ever reasons at any point of time and such a claim shall not

be raised as a dispute and shall not be arbitrable.

A pre-bid meeting may be held as per the schedule mentioned in the tender.

3.2 The Tenderer shall be deemed to have satisfied fully before tendering as to the correctness

and sufficiency of his tender for the works and of the rates and prices quoted in the schedule

of quantities which rates and prices shall except as otherwise provided cover all his obligations

under the contract.

3.3 It must be clearly understood that the whole of the conditions and specifications are intended

to be strictly enforced and that no work will be considered as extra work and allowed and

paid for unless they are clearly outside the scope, spirit, meaning of the Contract and intent of

the Owner and have been so ordered in writing by Owner and/or Engineer-in-Charge/Site-in-

Charge, whose decision shall be final and binding.

3.4 Before filling the Tender the Contractor will check and satisfy all drawings and materials to be

procured and the schedule of quantities by obtaining clarification from the Owner on all the

items as may be desired by the Tenderer. No claim for any alleged loss or compensation will

be entertained on this account, after submission of Tender by the Tenderer/Contractor and

such a claim shall not be arbitrable.

3.5 Unless specifically provided for in the tender documents or any special conditions, no

escalation in the Tender rates or prices quoted will be permitted throughout the period of

contract or the period of completion of the job whichever is later on account of any variation

in prices of materials or cost of labour or due to any other reasons. Claims on account of

escalation shall not be arbitrable.

3.6 The quantities indicated in the Tender are approximate. The approved schedule of rates of the

contract will be applicable for variations upto plus or minus 25% of the contract value. No

revision of schedule of rates will be permitted for such variations in the contract value,

including variations of individual quantities, addition of new items, alterations,

additions/deletions or substitutions of items, as mentioned above. Quantities etc. mentioned

and accepted in the joint measurement sheets shall alone be final and binding on the parties.

3.7 Owner reserves their right to award the contract to any tenderer and their decision in this

regard shall be final. They also reserve their right to reject any or all tenders received. No

disputes could be raised by any tenderer(s) whose tender has been rejected.

3.8 The Rates quoted by the Tenderer shall include Costs and expenses on all counts viz. cost of

materials, transportation of machine(s), tools, equipments, labour, power, Administration

charges, price escalations, profits, etc. etc. except to the extent of the cost of material(s), if

any, agreed to be supplied by Owner and mentioned specifically in that regard in condition

of Contract, in which case, the cost of such material if taken for preparation of the

Contractor's Bill(s) shall be deducted before making payment of the Bill(s) of the Contractor.

The description given in the schedule of quantities shall unless otherwise stated be held to

include wastage on materials, carriage and cartage, carrying in and return of empties,

Signature and Seal of the Bidder Page 65 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

hoisting, setting, fitting and fixing in position and all other expenses necessary in and for the full

and complete execution and completion of works and in accordance with good practice

and recognised principles in that regard.

3.9 Employees of the State and Central Govt. and employees of the Public Sector Undertakings,

including retired employees are covered under their respective service conditions/rules in

regard to their submitting the tender. All such persons should ensure compliance to the

respective/applicable conditions, rules etc. etc. Any person not complying with those rules

etc. but submitting the tender in violation of such rules, after being so noticed shall be liable

for the forfeiture of the Earnest Money Deposit made with the tender, termination of Contract

and sufferance on account of forfeiture of Security Deposit and sufferance of damages arising

as a result of termination of Contract.

3.10 In consideration for having a chance to be considered for entering in to a contract with the

Owner, the Tenderer agrees that the Tender submitted by him shall remain valid for the period

prescribed in the tender conditions, from the date of opening of the tender. The Tenderer

shall not be entitled during the said validity period , to revoke or cancel the tender without the

consent in writing from the Owner.

In case the tenderer revokes or cancels the tender or varies any of terms of the tender without

the Consent of the Owner, in writing, the Tenderer forfeits the right to the refund of the Earnest

Money paid along with the tender.

3.11 The prices quoted by the tenderer shall be firm during the validity period of the bid and

Tenderer agrees to keep the bid alive and valid during the said period.. The tenderer shall

particularly take note of this factor before submitting their tender(s).

3.12 The works shall be carried out strictly as per approved specifications. Deviations, if any, shall

have to be authorised by the Engineer-in-Charge/Site-in-Charge in writing prior to

implementing deviations. The price benefit, if any, arising out of the accepted deviation shall

be passed on to the Owner. The decision of Engineer-in-Charge shall be final in this matter.

3.13 The contractor shall make all arrangements at his own cost to transport the required materials

outside and inside the working places and leaving the premises in a neat and tidy condition

after completion of the job to the satisfaction of Owner. All materials except those agreed to

be supplied by the Owner shall be supplied by the contractor at his own cost and the rates

quoted by the Contractor should be inclusive of all royalties, rents, taxes, duties, octroi,

statutory levies, if any, etc. etc.

3.14 The Contractor shall not carry on any work other than the work under this Contract within the

Owners premises without prior permission in writing from the Engineer-in-Charge/Site-in-charge.

3.15 The Contractor shall be bound to follow and ensure compliance to all the safety and security

regulations and other statutory rules applicable to the area. In the event of any damage or

loss or sufferance caused due to non-observance of such rules and regulations, the contractor

shall be solely responsible for the same and shall keep the Owner indemnified against all such

losses and claims arising from the same.

Signature and Seal of the Bidder Page 66 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

3.16 At any time after acceptance of tender, the Owner reserves the right to add, amend or

delete any work item, the bill of quantities at a later date or reduce the scope of work in the

overall interest of the work by prior discussion and intimation to the Contractor. The decision of

Owner, with reasons recorded therefore, shall be final and binding on both the Owner and the

Contractor. The Contractor shall not have right to claim compensation or damage etc. in that

regard. The Owner reserves the right to split the work under this contract between two or more

contractors without assigning any reasons.

3.17 Contractor shall not be entitled to sublet, sub contract or assign, the work under this Contract

without the prior consent of the Owner obtained in writing.

3.18 All signatures in tender document shall be dated as well as all the pages of all sections of the

tender documents shall be initialled at the lower position and signed, wherever required in the

tender papers by the Tenderer or by a person holding Power of Attorney authorizing him to

sign on behalf of the tenderer before submission of tender.

3.19 The tender should be quoted in English, both in figures as well as in words. The rates and

amounts tendered by the Tenderer in the Schedule of rates for each item and in such a way

that insertion is not possible. The total tendered amount should also be indicated both in

figures and words with the signature of tenderer.

If some discrepancies are found between the rates given in words and figures of the amount

shown in the tender, the following procedure shall be applied:

(a) When there is a difference between the rates in figures and words, the rate which corresponds to the amount worked out by the tenderer shall be taken as correct.

(b) When the rate quoted by the tenderer in figures and words tallies but the amount is incorrect, the rate quoted by the tenderer shall be taken as correct.

(c) When it is not possible to ascertain the correct rate in the manner prescribed above the rate as quoted in words shall be adopted.

3.20 All corrections and alterations in the entries of tender paper will be signed in full by the

tenderer with date. No erasures or over writings are permissible.

3.21 Transfer of tender document by one intending tenderer to the another one is not permissible.

The tenderer on whose name the tender has been sent only can quote.

3.22 The Tender submitted by a tenderer if found to be incomplete in any or all manner is liable to

be rejected. The decision of the Owner in this regard is final and binding. In case of any

error/discrepancy in the amount written in words and figures, the lower amount between the

two shall prevail.

Signature and Seal of the Bidder Page 67 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

4. DEPOSITS

a) EARNEST MONEY DEPOSIT (EMD) –Rs. 16 Lacs.

The tenderer will be required to pay a sum as specified in the covering letter, as earnest

money deposit alongwith the tender either thru a crossed demand draft or a non-revokable

Bank Guarantee in favour of HPCL Biofuels Limited, from any Scheduled Bank (other than a

Co-Operative Bank) payable at Patna in the proforma enclosed. The earnest money deposit

will be refunded after finalisation of the contract.

Note: Public sector enterprises and small scale units registered with National Small Scale

Industries are exempted from payment of Earnest Money Deposit. Small scale units registered

with National Small Scale Industries should enclose a photocopy of their registration certificate

with their quotation to make their quotation eligible for consideration. The Registration

Certificate should remain valid during the period of the contract that may be entered into

with such successful bidder. Such tenderers should ensure validity of the Registration

Certificate for the purpose.

b) SECURITY DEPOSIT

The tenderer, with whom the contract is decided to be entered into and intimation is so given

will have to make a security deposit of one percent (1%) of the total contract value in the form

of account payee crossed demand draft drawn in favour of HPCL Biofuels Limited payable at

Patna, within 15 days from the date of intimation of acceptance of their tender, failing which

the Owner reserves the right to cancel the Contract and forfeit the EMD.

1% of PO/Contract value as Security deposit will be acceptable in the form of Demand draft

up to Rs. 50,000/- and in the form of Demand draft / Bank guarantee beyond Rs. 50,000/-.

Composite PBG for 10% of PO value towards Security Deposit and Performance bank

guarantee shall be accepted; which shall be valid up to a period of 3 months beyond the

expiry of Defect liability period.

Demand Draft should be drawn on Scheduled Banks, other than Co-operative bank.

5. EXECUTION OF WORK

All the works shall be executed in strict conformity with the provisions of the contract

documents and with such explanatory details, drawings, specifications and instructions as may

be furnished from time to time to the Contractor by the Engineer-in-Charge/ Site-in-Charge,

whether mentioned in the Contract or not. The Contractor shall be responsible for ensuring

that works throughout are executed in the most proper and workman- like manner with the

quality of material and workmanship in strict accordance with the specifications and to the

entire satisfaction of the Engineer-in-Charge/Site-in-Charge. The completion of work may

entail working in monsoon also.

Signature and Seal of the Bidder Page 68 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

The contractor must maintain the necessary work force as may be required during monsoon

and plan to execute the job in such a way the entire project is completed within the

contracted time schedule. No extra charges shall be payable for such work during monsoon.

It shall be the responsibility of the contractor to keep the construction work site free from water

during and off the monsoon period at his own cost and expenses. For working on

Sundays/Holidays, the contractor shall obtain the necessary permission from Engineer In-

charge/Site In-charge in advance. The contractor shall be permitted to work beyond the

normal hours with prior approval of Engineer-In-Charge/Site-In-Charge and the contractors

quoted rate is inclusive of all such extended hours of working and no extra amount shall be

payable by the owner on this account.

5.a. SETTING OUT OF WORKS AND SITE INSTRUCTIONS

5.a.1 The Engineer-in-Charge/Site-in-Charge shall furnish the Contractor with only the four corners of

the work site and a level bench mark and the Contractor shall set out the works and shall

provide an efficient staff for the purpose and shall be solely responsible for the accuracy of

such setting out.

5.a.2. The Contractor shall provide, fix and be responsible for the maintenance of all necessary

stakes, templates, level marks, profiles and other similar things and shall take all necessary

precautions to prevent their removal or disturbance and shall be responsible for

consequences of such removal or disturbance should the same take place and for their

efficient and timely reinstatement. The Contractor shall also be responsible for the

maintenance of all existing survey marks, either existing or supplied and fixed by the

Contractor. The work shall be set out to the satisfaction of the Engineer-in-Charge/Site-in-

Charge. The approval thereof or joining in setting out the work shall not relieve the Contractor

of his responsibility.

5.a.3. Before beginning the works, the Contractor shall, at his own cost, provide all necessary

reference and level posts, pegs, bamboos, flags ranging rods, strings and other materials for

proper layout of the work in accordance with the scheme, for bearing marks acceptable to

the Engineer-in-Charge/Site-in-Charge. The Centre longitudinal or face lines and cross lines

shall be marked by means of small masonary pillars. Each pillar shall have distinct marks at the

centre to enable theodolite to be set over it. No work shall be started until all these points are

checked and approved by the Engineer-in-Charge/Site-in-Charge in writing. But such

approval shall not relieve the contractor of any of his responsibilities. The Contractor shall also

provide all labour, materials and other facilities, as necessary, for the proper checking of

layout and inspection of the points during construction.

5.a.4. Pillars bearing geodetic marks located at the sites of units of works under construction should

be protected and fenced by the Contractor

5.a.5. On completion of works, the contractor shall submit the geodetic documents ccording to

which the work was carried out.

5.a.6. The Engineer-in-Charge/Site-in-Charge shall communicate or confirm his instructions to the

contractor in respect of the executions of work in a "work site order book" maintained in the

Signature and Seal of the Bidder Page 69 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

office having duplicate sheet and the authorised representative of the contractor shall

confirm receipt of such instructions by signing the relevant entries in the book.

5.a.7. All instructions issued by the Engineer-in-Charge/Site-in-Charge shall be in writing. The

Contractor shall be liable to carry out the instructions without fail.

5.a.8. If the Contractor after receipt of written instruction from the Engineer-in-Charge/ Site-in-

Charge requiring compliance within seven days fails to comply with such drawings or

'instructions' or both as the Engineer-in-Charge/Site-in-Charge may issue, owner may employ

and pay other persons to execute any such work whatsoever that may be necessary to give

effect to such drawings or `instructions' and all cost and expenses incurred in connection

therewith as certified by the Engineer-in-Charge/ Site-in-Charge shall be borne by the

contractor or may be deducted from amounts due or that may become due to the

contractor under the contract or may be recovered as a debt.

5.a.9. The Contractor shall be entirely and exclusively responsible for the horizontal and vertical

alignment, the levels and correctness of every part of the work and shall rectify effectually any

errors or imperfections therein. Such rectifications shall be carried out by the Contractor, at his

own cost.

5.a.10. In case any doubts arise in the mind of the Contractor in regard to any expressions,

interpretations, statements, calculations of quantities, supply of material rates, etc. etc., the

contractor shall refer the same to the Site-in-Charge/ Engineer-in-Charge for his clarification,

instructions, guidance or clearing of doubts. The decision of the Engineer-in-Charge/Site-in-

Charge shall be final and the contractor shall be bound by such a decision.

5.a.11. "The Contractor shall take adequate precautions, to ensure that his operations do not create

nuisance or misuse of the work space that shall cause unnecessary disturbance or

inconvenience to others at the work site".

5.a.12. "All fossils, coins articles of value of antiquity and structure or other remains of geological or

archaeological discovered on the site of works shall be declared to be the property of the

Owner and Contractor shall take reasonable precautions to prevent his workmen or any other

persons from removing or damaging any such articles or thing and shall immediately inform

the Owner/ Engineer-in-Charge/Site-in-Charge."

5.a.13 "Contractor will be entirely and exclusively responsible to provide and maintain at his expenses

all lights, guards, fencing, etc. when and where even necessary or/as required by the

Engineer-in-Charge/Site-in-Charge for the protection of works or safety and convenience to all

the members employed at the site or general public."

5.b. COMMENCEMENT OF WORK

The contractor shall after paying the requisite security deposit, commence work within 15 days

from the date of receipt of the intimation of intent from the Owner informing that the contract

is being awarded. The date of intimation shall be the date/day for counting the starting

day/date and the ending day/date will be accordingly calculated. Penalty, if any, for the

Signature and Seal of the Bidder Page 70 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

delay in execution shall be calculated accordingly. Contractor should prepare detailed

fortnightly construction programme for approval by the Engineer-in-Charge within one month

of receipt of Letter Of Intent. The work shall be executed strictly as per such time schedule. The

period of Contract includes the time required for testing, rectifications, if any, re-testing and

completion of work in all respects to the entire satisfaction of the Engineer-in-Charge.

# A Letter of Intent is an acceptance of offer by the Owner and it need not be accepted by

the contractor. But the contractor should acknowledge a receipt of the purchase order within

15 days of mailing of Purchase Order and any delay in acknowledging the receipt will be a

breach of contract and compensation for the loss caused by such breach will be recovered

by the Owner by forfeiting earnest money deposit/bid bond.

5.c. SUBLETTING OF WORK

5.c.1. No part of the contract nor any share or interest thereof shall in any manner or degree be

transferred, assigned or sublet, by the Contractor, directly or indirectly to any firm or

corporation whatsoever, without the prior consent in writing of the Owner.

5.c.2. At the commencement of every month the Contractor shall furnish to the Engineer-in-

charge/Site-in-Charge list of all sub-contractors or other persons or firms engaged by the

Contractor.

5.c.3 The contract agreement will specify major items of supply or services for which the Contractor

proposes to engage sub-Contractor/sub-Vendor. The contractor may from time to time

propose any addition or deletion from any such list and will submit the proposals in this regard

to the Engineer-in-charge/Designated officer-in-charge for approval well in advance so as not

to impede the progress of work. Such approval of the Engineer-in-charge/Designated officer-

in-charge will not relieve the contractor from any of his obligations, duties and responsibilities

under the contract.

5.c.4. Notwithstanding any sub-letting with such approval as re-said and notwithstanding that the

Engineer-in-Charge shall have received copies of any sub-contract, the Contractor shall be

and shall remain solely to be responsible for the quality and proper and expeditious execution

of the works and the performance of all the conditions of the contract in all respects as if such

subletting or sub-contracting had not taken place and as if such work had been done directly

by the Contractor.

5.c.5 Prior approval in writing of the Owner shall be obtained before any change is made in the

constitution of the contractor/Contracting agency otherwise contract shall be deemed to

have been allotted in contravention of clause entitled “sub-letting of works” and the same

action may be taken and the same consequence shall ensue as provided in the clause of

“sub- letting of works”.

5.d EXTENSION OF TIME

1) If the contractor anticipates that he will not be able to complete the work within the

contractual delivery/completion date(CDD), then the contractor shall make a request for

Signature and Seal of the Bidder Page 71 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

grant of time extension clearly specifying the reasons for which he seeks extension of time and

demonstrating as to how these reasons were beyond the control of the contractor or

attributable to the Owner. This request should be made well before the expiry of the

Contractual Delivery/Completion Date CDD).

2) If such a request for extension is received with a Bank Guarantee for the full Liquidated

Damages amount calculated on the Total Contract Value, the concerned General Manager

of the owner shall grant a Provisional extension of time, pending a decision on the request.

3) The concerned General Manager of the owner shall expeditiously decide upon the request

for time extension and in any case not later than 6 months from the CDD or date of receipt of

the request, whichever is later.

4) Grant of any extension of time shall be by means of issuance of a Change Order.

5) In order to avoid any cash crunch to the contractor, a Bank Guarantee could be

accepted against LD, as stated above. Once a decision is taken, the LD shall be recovered

from any pending bills or by encashment of the BG.. Any balance Sum of Contractor or the

BG (if LD is fully recovered from the bills) shall be promptly Refunded/returned to the

Contractor.

5.e. SUSPENSION OF WORKS

5.e.1. Subject to the provisions of this contract, the contractor shall if ordered in writing by the

Engineer- in-Charge/Site-in-Charge/plant incharge for reasons recorded suspend the works or

any part thereof for such period and such time so ordered and shall not, after receiving such,

proceed with the work therein ordered to suspend until he shall have received a written order

to re-start. The Contractor shall be entitled to claim extension of time for that period of time

the work was ordered to be suspended. Neither the Owner nor the Contractor shall be entitled

to claim compensation or damages on account of such an extension of time.

5.e.2. In case of suspension of entire work, ordered in writing by Engineer-in-Charge/Site-in-Charge,

for a period of 30 days, the Owner shall have the option to terminate the Contract as

provided under the clause for termination. The Contractor shall not be at liberty to remove

from the site of the works any plant or materials belonging to him and the Employer shall have

lien upon all such plant and materials.

5.e.3. The contract shall, in case of suspension have the right to raise a dispute and have the same

arbitrated but however, shall not have the right to have the work stopped from further

progress and completion either by the owner or through other contractor appointed by the

owner.

5.f. OWNER MAY DO PART OF WORK

Not withstanding anything contained elsewhere in this contract, the owner upon failure of the

Contractor to comply with any instructions given in accordance with the provisions of this

contract, may instead of Contract and undertaking charge of entire work, place additional

Signature and Seal of the Bidder Page 72 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

labour force, tools, equipment and materials on such parts of the work, as the Owner may

decide or engage another Contractor to carryout the balance of work. In such cases, the

Owner shall have the right to deduct from the amounts payable to the Contractor the

difference in cost of such work and materials with ten percent overhead added to cover all

departmental charges. Should the total amount thereof exceed the amount due to the

contractor, the Contractor shall pay the difference to the Owner within 15 days of making

demand for payment failing which the Contractor shall be liable to pay interest at 24% p.a. on

such amounts till the date of payment.

5.g. INSPECTION OF WORKS

5.g.1. The Engineer-in-Charge/Site-in-Charge and Officers from Central or State Government will

have full power and authority to inspect the works at any time wherever in progress, either on

the site or at the Contractor's premises/workshops of any person, firm or corporation where

work in connection with the contract may be in hand or where the materials are being or are

to be supplied, and the Contractor shall afford or procure for the Engineer-in-Charge/Site-in-

Charge every facility and assistance to carryout such inspection. The Contractor shall, at all

times during the usual working hours and at all other times at which reasonable notice of the

intention of the Engineer-in-Charge/Site-in-Charge or his representative to visit the works shall

have been given to the Contractor, either himself be present to receive orders and

instructions, or have a responsible agent, duly accredited in writing, present for the purpose.

Orders given to the Contractor's agent shall be considered to have the same force as if they

had been given to the Contractor himself. The Contractor shall give not less than seven days

notice in writing to the Engineer-in-Charge/Site-in-Charge before covering up or otherwise

placing beyond reach of inspection and measurement any work in order that the same may

be inspected and measured. In the event of breach of above, the same shall be uncovered

at Contractor's expense for carrying out such measurement and/or inspection.

5.g.2. No material shall be removed and despatched by the Contractor from the site without the

prior approval in writing of the Engineer-in-charge. The contractor is to provide at all times

during the progress of the work and the maintenance period proper means of access with

ladders, gangways, etc. and the necessary attendance to move and adapt as directed for

inspection or measurements of the works by the Engineer-in-Charge/Site-in-Charge.

5.h. SAMPLES

5.h.1. The contractor shall furnish to the Engineer-in-charge/Site-in-Charge for approval when

requested or required adequate samples of all materials and finishes to be used in the work.

5.h.2. Samples shall be furnished by the Contractor sufficiently in advance and before

commencement of the work so as the Owner can carry out tests and examinations thereof

and approve or reject the samples for use in the works. All material samples furnished and

finally used/applied in actual work shall fully be of the same quality of the approved samples.

5.i. TESTS FOR QUALITY OF WORK

Signature and Seal of the Bidder Page 73 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

5.i.1. All workmanship shall be of the respective kinds described in the contract documents and in

accordance with the instructions of the Engineer-in-Charge / Site-in- Charge and shall be

subjected from time to time to such tests at Contractor's cost as the Engineer-in-Charge/Site-

in-Charge may direct at the place of manufacture or fabrication or on the site or at all or any

such places. The Contractor shall provide assistance, instruments, labour and materials as are

normally required for examining, measuring and testing any workmanship as may be selected

and required by the Engineer-in-Charge/Site-in-Charge.

5.i.2. All the tests that will be necessary in connection with the execution of the work as decided by

the Engineer-in- charge/Site-in-Charge shall be carried out at the contractors cost and

expenses.

5.i.3. If any tests are required to be carried out in connection with the work or materials or

workmanship to be supplied by the owner, such tests shall be carried out by the Contractor as

per instructions of Engineer-in-Charge/Site-in-Charge and expenses for such tests, if any,

incurred by the contractor shall be reimbursed by the Owner. The contractor should file his

claim with the owner within 15 (fifteen) days of inspection/test and any claim made beyond

that period shall lapse and be not payable.

5.j. ALTERATIONS AND ADDITIONS TO SPECIFICATIONS, DESIGNS

AND WORKS

5.j.1. The Engineer-in-Charge/Site-in-Charge shall have powers to make any alterations, additions

and/or substitutions to the schedule of quantities, the original specifications, drawings, designs

and instructions that may become necessary or advisable or during the progress of the work

and the Contractor shall be bound to carryout such altered/extra/new items of work in

accordance with instructions which may be given to him in writing signed by the Engineer-in-

Charge/Site- in-Charge. Such alterations, omissions, additions or substitutions shall not

invalidate the contract. The altered, additional or substituted work which the Contractor may

be directed to carryon in the manner as part of the work shall be carried out by the

Contractor on the same conditions in all respects on which he has agreed to do the work. The

time for completion of such altered added and/or substituted work may be extended for that

part of the particular job. The rates for such additional altered or substituted work under this

Clause shall, be worked out in accordance with the following provisions:

5.j.2. If the rates for the additional, altered or substituted work are specified in the contract for

similar class of work, the Contractor is bound to carryout the additional, altered or substituted

work at the same rates as are specified in the contract.

5.j.3. If the rates for the additional, altered or substituted work are not specifically provided in the

contract for the work, the rates will be derived from the rates for similar class of work as are

specified in the contract for the work. In the opinion of the Engineer-in- Charge/Site-in-Charge

as to whether or not the rates can be reasonably so derived from the items in this contract, will

be final and binding on the Contractor.

Signature and Seal of the Bidder Page 74 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

5.j.4. If the rates for the altered, additional or substituted work cannot be determined in the manner

specified above, then the Contractor shall, within seven days of the date of receipt of order to

carry out the work, inform the Engineer-in-Charge/ Site-in-Charge of the rate at which he

intends to charge for such class of work, supported by analysis of the rate or rates claimed

and the Engineer-In-Charge/ Site-in-Charge shall determine the rates on the basis of the

prevailing market rates for both material and labour plus 10% to cover overhead and profit of

labour rates and pay the Contractor accordingly. The opinion of the Engineer-in- Charge/Site-

in-Charge as to current market rates of materials and the quantum of labour involved per unit

of measurement will be final and binding on the contractor.

5.j.5. The quantities indicated in the Tender are approximate. The approved schedule of rates of the

contract will be applicable for variations of upto +25% of the estimated contract value. No

revision of schedule of rates will be permitted for such variations in the contract value, even for

variations of individual quantities, addition of new items, alterations, additions/deletions or

substitutions of items, as mentioned above.

5.j.6. In case of any item of work for which there is no specification supplied by the Owner and is

mentioned in the tender documents, such work shall be carried out in accordance with Indian

Standard Specifications and if the Indian Standard Specifications do not cover the same, the

work should be carried out as per standard Engineering Practice subject to the approval of

the Engineer-in-Charge/ Site-in-Charge.

5.k. PROVISIONAL ACCEPTANCE

Acceptance of sections of the works for purposes of equipment erection, piping, electrical

work and similar usages by the Owner and payment for such work or parts of work shall not

constitute a waiver of any portion of this contract and shall not be construed so as to prevent

the Engineer from requiring replacement of defective work that may become apparent after

the said acceptance and also shall not absolve the Contractor of the obligations under this

contract. It is made clear that such an acceptance does not indicate or denote or establish

to the fact of execution of that work or the Contract until the work is completed in full in

accordance with the provisions of this Contract.

5.l. COMPLETION OF WORK AND COMPLETION CERTIFICATE

As soon as the work is completed in all respects, the contractor shall give notice of such

completion to the site in charge or the Owner and within thirty days of receipt of such notice

the site in charge shall inspect the work and shall furnish the contractor with a certificate of

completion indicating:

a) defects, if any, to be rectified by the contractor

b) items, if any, for which payment shall be made in reduced rates

c) the date of completion.

5.m. USE OF MATERIALS AND RETURN OF SURPLUS MATERIALS

Signature and Seal of the Bidder Page 75 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

5.m.1. Notwithstanding anything contained to the contrary in any or all of the clauses of this

contract, where any materials for the execution of the contract are procured with the

assistance of Government either by issue from Government stocks or purchase made under

orders or permits or licences issued by Government, the contractor shall use the said materials

economically and solely for the purpose of the contract and shall not dispose them of without

the permission of the Owner.

5.m.2. All surplus (serviceable or unserviceable) materials that may be left over after the completion

of the contract or at its termination for any reason whatsoever, the Contractor shall deliver the

said product to the Owner without any demur. The price to be paid to the Contractor, if not

already paid either in full or in part, however, shall not exceed the amount mentioned in the

Schedule of Rates for such material and in cases where such rates are not so mentioned, shall

not exceed the CPWD scheduled rates. In the event of breach of the aforesaid condition the

contractor shall become liable for contravention of the terms of the Contract.

5.m.3. The surplus (serviceable and unserviceable) products shall be determined by joint

measurement. In case where joint measurement has failed to take place, the Owner may

measure the same and determine the quantity.

5.m.4. It is made clear that the Owner shall not be liable to take stock and keep possession and pay

for the surplus and unserviceable stocks and the Owner may direct the Contractor to take

back such material brought by the Contractor and becoming surplus and which the Owner

may decide to keep and not to pay for the same.

5.n. DEFECT LIABILITY PERIOD

The contractor shall guarantee the work executed for a period of 12 months from the date of

completion of the job. Any damage or defect that may arise or lie undiscovered at the time of

completion of the job shall be rectified or replaced by the contractor at his own cost. The

decision of the Engineer In-charge/Site-in-charge/Owner shall be the final in deciding whether

the defect has to be rectified or replaced.

# Equipment or spare parts replaced under warranty/guarantees shall have further warranty

for a mutually agreed period from the date of acceptance.

The owner shall intimate the defects noticed in writing by a Registered A.D. letter or otherwise

and the contractor within 15 days of receipt of the intimation shall start the rectification work

and complete within the time specified by the owner failing which the owner will get the

defects rectified by themselves or by any other contractor and the expenses incurred in

getting the same done shall be paid by the Contractor under the provision of the Contract.

Thus, defect liability is applicable only in case of job/works contract (civil, mechanical,

electrical, maintenance etc. ) where any damage of defect may arise in future (i.e. within 12

months from the date of completion of job) or lie undiscovered at the time of completion of

job. In other words, in case of service contracts (like car hire etc.) where there is no question of

damage or defect arising in future, the defect liability clause is not applicable.

Signature and Seal of the Bidder Page 76 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

5.o DAMAGE TO PROPERTY

5.o.1. Contractor shall be responsible for making good to the satisfaction of the Owner any loss of

and any damage to all structures and properties belonging to the Owner or being executed

or procured by the Owner or of other agencies within the premises of the work of the Owner, if

such loss or damage is due to fault and/or the negligence or willful acts or omission of the

Contractor, his employees, agents, representatives or sub-contractors.

5.o.2. The Contractors shall indemnify and keep the Owner harmless of all claims for damage to

Owner's property arising under or by reason of this contract.

6. DUTIES AND RESPONSIBILITIES OF CONTRACTOR

6.a. EMPLOYMENT LIABILITY TOWARDS WORKERS EMPLOYED BY THE

CONTRACTOR

6.a.1 The Contractor shall be solely and exclusively responsible for engaging or employing persons

for the execution of work. All persons engaged by the contractor shall be on Contractor's

payroll and paid by Contractor. All disputes or differences between the Contractor and

his/their employees shall be settled by Contractor.

6.a.2. Owner has absolutely no liability whatsoever concerning the employees of the Contractor. The

Contractor shall indemnify Owner against any loss or damage or liability arising out of or in the

course of his/their employing persons or relation with his/their employees. The Contractor shall

make regular and full payment of wages and on any complaint by any employee of the

Contractor or his sub contractor regarding non-payment of wages, salaries or other dues,

Owner reserves the right to make payments directly to such employees or sub- contractor of

the Contractor and recover the amount in full from the bills of the Contractor and the

contractor shall not claim any compensation or reimbursement thereof. The Contractor shall

comply with the Minimum Wages Act applicable to the area of work site with regard to

payment of wages to his employees and also to employees of his sub contractor.

6.a.3. The Contractor shall advise in writing or in such appropriate way to all of his employees and

employees of sub-contractors and any other person engaged by him that their

appointment/employment is not by the Owner but by the Contractor and that their present

appointment is only in connection with the construction contract with Owner and that

therefore, such an employment/appointment would not enable or make them eligible for any

employment/appointment with the Owner either temporarily or/and permanent basis.

6.b. NOTICE TO LOCAL BODIES

The contractor shall comply with and give all notices required under any Government

authority, instruction, rule or order made under any act of parliament, state laws or any

regulations or by-laws of any local authority relating to the works.

Signature and Seal of the Bidder Page 77 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

6.c. FIRST AID AND INDUSTRIAL INJURIES

6.c.1 Contractor shall maintain first aid facility for his employees and those of his sub-contractors.

6.c.2. Contractor shall make arrangements for ambulance service and for the treatment of all types

of injuries. Names and telephone numbers of those providing such services shall be furnished

to Owner prior to start of construction and their name board shall be prominently displayed in

Contractor's field office.

6.c.3. All industrial injuries shall be reported promptly to owner and a copy of contractor's report

covering each personal injury requiring the attention of a physician shall be furnished to the

Owner.

6.d. SAFETY CODE

6.d.1. The Contractor shall at his own expenses arrange for the Safety provisions as may be

necessary for the execution of the work or as required by the Engineer-in-Charge in respect of

all labours directly or indirectly employed for performance of the works and shall provide all

facilities in connections therewith. In case the contractor fails to make arrangements and

provide necessary facilities as aforesaid, the Owner shall be entitled to do so and recover the

cost thereof from the Contractor.

6.d.2. From the commencement to the completion of the works, the contractor shall take full

responsibility for the care thereof and of all the temporary works (defined as meaning all

temporary works of every kind required in or for the execution, completion or maintenance of

the works). In case damage, loss or injury shall happen to the works or to any part thereof or to

temporary works or to any cause whatsoever repair at his (Contractor's) own cost and make

good the same so that at the time of completion, the works shall be in good order and

condition and in conformity in every respect with the requirement of the contract and

Engineer-in-Charge's instructions.

6.d.3. In respect of all labour, directly or indirectly employed in the work for the performance of the

Contractor's part of this agreement, the contractor shall at his own expense arrange for all the

safety provisions as per relevant Safety Codes of C.P.W.D Bureau of Indian Standards, the

Electricity Act/I.E. Rules. The Mines Act and such other Acts as applicable.

6.d.4. The Contractor shall observe and abide by all fire and safety regulations of the Owner. Before

starting construction work, the Contractor shall consult with Owner's Safety Engineer or

Engineer-in-Charge/Site-in-Charge and must make good to the satisfaction of the Owner any

loss or damage due to fire to any portion of the work done or to be done under this

agreement or to any of the Owner's existing property.

6.d.5. The Contractor will be fully responsible for complying with all relevant provisions of the

Contract Labour Act and shall pay rates of Wages and observe hours of work/conditions of

employment according to the rules in force from time to time.

6.d.6. The Contractor will be fully responsible for complying with the provision including

documentation and submission of reports on the above to the concerned authorities and shall

Signature and Seal of the Bidder Page 78 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

indemnify the Corporation from any such lapse for which the Government will be taking

action against them.

6.d.7. Owner shall on a report having been made by an inspecting Office as defined in the Contract

Labour Regulations have the power to deduct from the money due to the Contractor any sum

required or estimated to be required for making good the loss suffered by a worker(s) by

reasons of non-fulfilment of conditions of contract for the benefit of workers no-payment of

wages or of deductions made from his or their wages which are not justified by the terms of

contract or non observance of the said contractor's labour Regulation.

6.e. INSURANCE AND LABOUR

Contractor shall at his own expense obtain and maintain an insurance policy with a

Nationalised Insurance Company to the satisfaction of the Owner as provided hereunder.

6.e.1 EMPLOYEES STATE INSURANCE ACT

i. The Contractor agrees to and does hereby accept full and exclusive liability for the

compliance with all obligations imposed by Employees State Insurance Act, 1948, and the

Contractor further agrees to defend indemnify and hold Owner harmless from any liability or

penalty which may be imposed by the Central, State or local authority by reason of any

asserted violation by Contractor, or sub-contractor of the Employees' State Insurance Act,

1948 and also from all claims, suits or proceedings that may be brought against the Owner

arising under, growing out of or by reason of the work provided for by this contract whether

brought by employees of the Contractor, by third parties or by Central or State Government

authority or any political sub-division thereof.

ii. The Contractor agrees to file with the Employees State Insurance Corporation, the Declaration

forms and all forms which may be required in respect of the Contractor's or sub-contractor's

employee whose aggregate remuneration is within the specified limit and who are employed

in the work provided or those covered by ESI Act under any amendment to the Act from time

to time. The Contractor shall deduct and secure the agreement of the sub-contractor to

deduct the employee's contribution as per the first schedule of the Employee's State Insurance

Act from wages and affix the employee's contribution cards at wages payment intervals. The

Contractor shall remit and secure the agreement of the sub contractor to remit to the State

Bank of India, Employee's State Insurance Corporation Account, the Employee's contribution

as required by the Act.

iii. The Contractor agrees to maintain all records as required under the Act in respect of

employees and payments and the Contractor shall secure the agreement of the sub

contractor to maintain such records. Any expenses incurred for the contributions, making

contribution or maintaining records shall be to the Contractor's or sub-contractor's account.

iv. The Owner shall retain such sum as may be necessary from the total contract value until the

Contractor shall furnish satisfactory proof that all contributions as required by the Employees

State Insurance Act, 1948, have been paid.

Signature and Seal of the Bidder Page 79 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

v. WORKMAN'S COMPENSATION AND EMPLOYEE'S LIABILITY INSURANCE

Provide Insurance for all the Contractor's employees engaged in the performance of this

contract. If any of the work is sublet, the Contractor shall ensure that the sub contractor

provides workmen's compensation and Employer's Liability Insurance for the latter's employees

who are not covered under the Contractor's insurance.

vi. AUTOMOBILE LIABILITY INSURANCE

Contractor shall take out an Insurance to cover all risks to Owner for each of his vehicles plying

on works of this contract and these insurances shall be valid for the total contract period. No

extra payment will be made for this insurance. Owner shall not be liable for any damage or

loss not made good by the Insurance Company, should such damage or loss result from un-

authorised use of the vehicle. The provisions of the Motor Vehicle Act would apply.

Vii FIRE INSURANCE

Contractor shall within two weeks after award of contract insure the Works, Plant and

Equipment and keep them insured until the final completion of the Contract against loss or

damage by accident, fire or any other cause with an insurance company to be approved by

the Employer/Consultant in the joint names of the Employer and the Contractor (name of the

former being placed first in the Policy). Such Policy shall cover the property of the Employer

Only.

6.e.2. ANY OTHER INSURANCE REQUIRED UNDER LAW OR REGULATION OR BY OWNER

i. Contractor shall also provide and maintain any and all other insurance which may be required

under any law or regulations from time to time. He shall also carry and maintain any other

insurance which may be required by the Owner.

ii. The aforesaid insurance policy/policies shall provide that they shall not be cancelled till the

Engineer-in-Charge has agreed to their cancellation.

iii. The Contractor shall satisfy to the Engineer-in-Charge/Site-in-Charge from time to time that he

has taken out all insurance policies referred to above and has paid the necessary premium for

keeping the policies alive till the expiry of the defects liability period.

iv. The contractor shall ensure that similar insurance policies are taken out by his sub-contractor (if

any) and shall be responsible for any claims or losses to the Owner resulting from their failure to

obtain adequate insurance protections in connection thereof. The contractor shall produce or

cause to be proceed by his sub-contractor (if any) as the case may be, the relevant policy or

policies and premium receipts as and when required by the Engineer-in-Charge/Site-in-

Charge.

6.e.3 LABOUR AND LABOUR LAWSi.

The contractor shall at his own cost employ persons during the period of contract and the persons so

appointed shall not be construed under any circumstances to be in the employment of the Owner.

Signature and Seal of the Bidder Page 80 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

ii. All payments shall be made by the contractor to the labour employed by him in accordance

with the various rules and regulations stated above. The contractor shall keep the Owner

indemnified from any claims whatsoever inclusive of damages/costs or otherwise arising from

injuries or alleged injuries to or death of a person employed by the contractor or damages or

alleged damages to the property.

iii. No labour below the age of eighteen years shall be employed on the work. The Contractor

shall not pay less than what is provided under the provisions of the contract labour

(Regulations and Abolition) Act, 1970 and the rules made thereunder and as may be

amended from time to time. He shall pay the required deposit under the Act appropriate to

the number of workman to be employed by him or through sub contractor and get himself

registered under the Act. He shall produce the required Certificates to the Owner before

commencement of the work. The Owner recognises only the Contractor and not his sub

contractor under the provisions of the Act. The Contractor will have to submit daily a list of his

workforce. He will also keep the wage register at the work site or/and produce the same to

the Owner, whenever desired. A deposit may be taken by the Owner from the Contractor to

be refunded only after the Owner is satisfied that all workmen employed by the Contractor

have been fully paid for the period of work in Owner's premises at rates equal to or better than

wages provided for under the Minimum Wages Act. The contractor shall be responsible and

liable for any complaints that may arise in this regard and the consequences thereto.

iv. The Contractor will comply with the provisions of the Employee's Provident Fund Act and the

Family Pension Act as may be applicable and as amended from time to time.

v. The Contractor will comply with the provisions of the payment of Gratuity Act, 1972, as may be

applicable and as amended from time to time.

vi. IMPLEMENTATION OF APPRENTICES ACT, 1961

The Contractor shall comply with the provisions of the Apprentices Act, 1961 and the Rules and

Orders issued thereunder from time to time. If he fails to do so, his failure will be a breach of the

contract and the Engineer-in-Charge may, at his discretion, cancel the contract. The

Contractor shall also be liable for any pecuniary liability arising on account of any violation by

him of the provision of the Act.

vii MODEL RULES FOR LABOUR WELFARE

The Contractor shall at his own expenses comply with or cause be complied with Model rules

for Labour Welfare as appended to those conditions or rules framed by the Government from

time to time for the protection of health and for making sanitary arrangements for worker

employed directly or indirectly on the works. In case the contractor fails to make

arrangements as aforesaid the Engineer-in-Charge/Site-in-Charge shall be entitled to do so

and recover the cost thereof from the contractor.

6.f. DOCUMENTS CONCERNING WORKS

Signature and Seal of the Bidder Page 81 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

6.f.1. All documents including drawings, blue prints, tracings, reproducible models, plans,

specifications and copies, thereof furnished by the Owner as well as all drawings, tracings,

reproducibles, plans, specifications design calculations etc. prepared by the contractor for

the purpose of execution of works covered in or connected with this contract shall be the

property of the Owner and shall not be used by the contractor for any other work but are to

be delivered to the Owner at the completion or otherwise of the contract.

6.f.2. The Contractor shall keep and maintain secrecy of the documents, drawings etc. issued to

him for the execution of this contract and restrict access to such documents, drawings etc.

and further the Contractor shall execute a SECRECY agreement from each or any person

employed by the Contractor having access to such documents, drawings etc. The Contractor

shall not issue drawings and documents to any other agency or individual without the written

approval by the Engineer-in-Charge/Site-in- Charge.

6.f.3. Contractor will not give any information or document etc. concerning details of the work to

the press or a news disseminating agency without prior written approval from Engineer-in-

charge/Site-in-Charge. Contractor shall not take any pictures on site without written approval

of Engineer-in-Charge/Site-in-Charge.

7. PAYMENT OF CONTRACTOR'S BILLS

7.1. Payments will be made against Running Accounts bills certified by the Owner's Engineer-in-

Charge/Site-in-Charge within 15 days from the date of receipt of the certified bill by the

Disbursement Section of the Owner.

7.2. Running Account Bills and the final bill shall be submitted by the Contractor together with the

duly signed measurements sheet(s) to the Engineer-in-Charge/Site-in-Charge of the Owner in

quadruplicate for certification. The Bills shall also be accompanied by quantity calculations in

support of the quantities contained in the bill along with cement consumption statement,

actual/theoretical, wherever applicable duly certified by the Engineer-in-Charge/ Site-in-

Charge of the Owner.

7.3. All running account payments shall be regarded as on account payment(s) to be finally

adjusted against the final bill payment. Payment of Running Account Bill(s) shall not determine

or affect in any way the rights of the Owner under this Contract to make the final adjustments

of the quantities of material, measurements of work and adjustments of amounts etc.etc. in

the final bill.

7.4. The final bill shall be submitted by the Contractor within one month of the date of completion

of the work fully and completely in all respects. If the Contractor fails to submit the final bill

accordingly Engineer-in-Charge/Site-in-Charge may make the measurement and determine

the total amount payable for the work carried out by the Contractor and such a certification

shall be final and binding on the Contractor. The Owner/Engineer- in-Charge/Site-in-Charge

may take the assistance of an outside party for taking the measurement, the expenses of

which shall be payable by the Contractor.

Signature and Seal of the Bidder Page 82 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

7.5. Payment of final bill shall be made within 45 days from the date of receipt of the certified bill

by the Disbursement Section of the owner.

7.a. MEASUREMENT OF WORKS – Not appicable

7.a.1. All measurements shall be in metric system. All the works will be jointly measured by the

representative of the Engineer-in-Charge/Site-in-Charge and the Contractor or their

authorised agent progressively. Such measurement will be recorded in the Measurement

Book/Measurement Sheet by the Contractor or his authorised representative and signed in

token of acceptance by the Owner or their authorised representative.

7.a.2. For the purpose of taking joint measurement, the Contractor/representative shall be bound to

be present whenever required by the Engineer-in-Charge/Site-in-Charge. If, however, they are

absent for any reasons whatsoever, the measurement will be taken by the Engineer-in-

Charge/Site-in-Charge or his representative and the same would be deemed to be correct

and binding on the Contractor.

7.a.3. In case of any dispute as to the mode of measurement for any item of work, the latest Indian

Standard Specifications shall be followed. In case of any further dispute on the same the same

shall be as per the certification of an outside qualified Engineer/ Consultant. Such a

measurement shall be final and binding on the Owner and the Contractor.

7.b. BILLING OF WORKS EXECUTED

The Contractor will submit a bill in approved proforma in quadruplicate to the Engineer-in-

Charge/Site-in-Charge of the work giving abstract and detailed measurement for the various

items executed during a month, before the expiry of the first week of the succeeding month.

The Engineer-in-Charge/Site-in-Charge shall take or cause to be taken the requisite

measurements for the purpose of having the bill verified and/or checked before forwarding

the same to the disbursement office of the Owner for further action in terms of the Contract

and payment thereafter. The Engineer-in-Charge/Site-in-Charge shall verify the bills within 7

days of submission of the Bill by the Contractor.

7.c. RETENTION MONEY –AS PER SCC

10% of the total value of the Running Account and Final Bill will be deducted and retained by

the Owner as retention money on account of any damage/defect liability that may arise for

the period covered under the defect liability period clause of the Contract free of interest.

Any damage or defect that may arise or lie undiscovered at the time of issue of completion

certificate connected in any way with the equipment or materials supplied by contractor or in

workmanship shall be rectified or replaced by the contractor at his own expense failing which

the Owner shall be entitled to rectify the said damage/defect from the retention money. Any

excess of expenditure incurred by the Owner on account of damage or defect shall be

payable by the Contractor. The decision of the Owner in this behalf shall not be liable to be

questioned but shall be final and binding on the Contractor. Thus, deduction towards

retention money is applicable only in case of job/works contracts (civil, mechanical, electrical,

maintenance etc.,) where any damage or defect may arise in future (i.e. within 12 months

Signature and Seal of the Bidder Page 83 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

from the date of completion of job) or lie undiscovered at the time of issue of completion

certificate.

7.d. TAXES, DUTIES, OCTROI ETC.

7.d.1 The Contractor accepts full and exclusive liability for the payment of any and all taxes, duties,

octroi, rates, cess, levies, and statutory payments payable under all or any of the statutes etc.

Variations of taxes and duties arising out of the amendments to the Central/State Enactments, in

respect of sale of goods/services covered under this bid shall be to HPCL’s account, so long as:

• They relate to the period after the opening of the price bid, but before the Contracted completion period ( excluding permitted extensions due to delay on account of the contractors, if any) or the actual completion period, whichever is earlier; and

• The vendor furnishes documentary evidence of incurrence of such variations, in addition to the invoices/documents for claiming Cenvat / Input Tax credit, wherever applicable.

All contributions and taxes for unemployment compensation, insurance and old age pensions

or annuities now or hereafter imposed by Central or State Governmental authorities which are

imposed with respect to or covered by the wages, salaries or other compensations paid to the

persons employed by the Contractor and the Contractor shall be responsible for the

compliance with all obligations and restrictions imposed by the Labour Law or any other law

affecting employer-employee relationship and the Contractor further agrees to comply and

to secure the compliance of all sub-contractors with all applicable Central, State, Municipal

and local laws, and regulations and requirements of any Central, State or Local Government

agency or authority.

Contractor further agrees to defend, indemnify and hold harmless from any liability or penalty

which may be imposed by the Central, State or Local authorities by reason of any violation by

Contractor or sub-contractor of such laws, regulations or requirements and also from all claims,

suits or proceedings that may be brought against the Owner arising under, growing out of, or

by reasons of the work provided for by this contract by third parties, or by Central or State

Government authority or any administrative sub-division thereof. The Contractor further agrees

that in case any such demand is raised against the Owner, and Owner has no way but to pay

and pays/makes payment of the same, the Owner shall have the right to deduct the same

from the amounts due and payable to the Contractor. The Contractor shall not raise any

demand or dispute in respect of the same but may have recourse to recover/receive from the

concerned authorities on the basis of the Certificate of the Owner issued in that behalf.

7.d.2. The rates quoted should be inclusive of all rates, cess, taxes and sales tax on works contracts

wherever applicable. However, wherever the sales tax on works contract is applicable and is

to be deducted at source, the same will be deducted from the bills of the Contractor and

paid to the concerned authorities. The proof of such payments of sales tax on works contract

will be furnished to the contractor.

Signature and Seal of the Bidder Page 84 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

7.d.3. Income tax will be deducted at source as per rules at prevailing rates, unless certificate, if any,

for deduction at lesser rate or nil deduction is submitted by the Contractor from appropriate

authority.

7.e. MATERIALS TO BE SUPPLIED BY CONTRACTOR- Not applicable

7.e.1. The Contractor shall procure and provide the whole of the materials required for construction

including tools, tackles, construction plant and equipment for the completion and

maintenance of the works except the materials viz. steel and cement which may be agreed

to be supplied as provided elsewhere in the contract. The contractor shall make arrangement

for procuring such materials and for the transport thereof at their own cost and expenses.

7.e.2. The Owner may give necessary recommendation to the respective authority if so desired by

the Contractor but assumes no responsibility of any nature. The Contractor shall procure

materials of ISI stamp/certification and supplied by reputed suppliers borne on DGS&D list.

7.e.3. All materials procured should meet the specifications given in the tender document. The

Engineer-in-charge may, at his discretion, ask for samples and test certificates for any batch of

any materials procured. Before procuring, the Contractor should get the approval of Engineer-

in-Charge/Site-in-Charge for any materials to be used for the works.

7.e.4. Manufacturer's certificate shall be submitted for all materials supplied by the Contractor. If,

however, in the opinion of the Engineer-in-Charge/Site-in-Charge any tests are required to be

conducted on the material supplied by the Contractor, these will be arranged by the

Contractor promptly at his own cost.

7.f. MATERIALS TO BE SUPPLIED BY THE OWNER- Not applicbale

7.f.1. Steel and Cement maybe supplied by the Owner to the contractor against payment by

Contractor from either godown or from the site or within work premises itself and the

contractor shall arrange for all transport to actual work site at no extra cost.

7.f.2. The contractor shall bear all the costs including loading and unloading, carting from issue

points to work spot storage, unloading, custody and handling and stacking the same and

return the surplus steel and cement to the Owner's storage point after completion of job.

7.f.3. The contractor will be fully accountable for the steel and cement received from the Owner

and contractor will give acknowledgement/receipt for quantity of steel and cement received

by him each time he uplifts cement from Owner's custody.

7.f.4. For all computation purposes, the theoretical cement consumption shall be considered as per

CPWD standards.

7.f.5. Steel and Cement as received from the manufacturer/stockists will be issued to the

contractor. Theoretical weight of cement in a bag will be considered as 50 Kg. Bags weighing

upto 4% less shall be accepted by the contractor and considered as 50 Kg. per bag. Any

shortage in the weight of any cement bag by more than 4% will be to the Owner's account

Signature and Seal of the Bidder Page 85 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

only when pointed out by the Contractor and verified by Engineer-in-Charge/Site in Charge at

the time of Contract or taking delivery.

7.f.6. The contractor will be required to maintain a stock register for receipt, issuance and

consumption of steel and cement at site. Cement will be stored in a warehouse at site.

Requirement of cement on any day will be taken out of the warehouse. Cement issued shall

be regulated on the basis of FIRST RECEIPT to go as FIRST ISSUE.

7.f.7. Empty cement bag shall be the property of the Contractor. Contractor shall be penalised for

any excess/under consumption of cement. The penal rate will be twice the rate of issue of

cement for this work.

7.f.8. All the running bills as well as the final bills will be accompanied by cement consumption

statements giving the detailed working of the cement used, cement received and stock-on-

hand.

7.f.9. The Contractor will be fully responsible for safe custody of cement once it is received by him

and during transport. Owner will not entertain any claims of the contractor for theft, loss or

damage to cement while in their custody.

7.f.10. The contractor shall not remove from the site any cement bags at any time.

7.f.11. The Contractor shall advise Engineer-in-charge/Site-in-charge in writing atleast 21 days before

exhausting the Cement stocks already held by Contractor to ensure that such delays do not

lead to interruptions in the progress of work.

7.f.12. Cement shall not be supplied by the Owner for manufacturing of mosaic tiles, precast cement

jali and any other bought out items which consume cement and for temporary works.

7.f.13. Cement in bags and in good usable condition left over after the completion of work shall be

returned by the contractor to the Owner. The Owner shall make payment to the Contractor at

the supply rate for such stocks of cement they accept and receive. Any refused stock of

cement shall be removed by the Contractor from the site at his cost and expenses within 15

days of completion of the work.

8. PAYMENT OF CLAIMS AND DAMAGES

8.1. Should the Owner have to pay money in respect of claims or demands as aforesaid the

amount so paid and the costs incurred by the Owner shall be charged to and paid by the

Contractor and the Contractor shall not be entitled to dispute or question the right of the

Owner to make such payments notwithstanding the same may have been without his consent

or authority or in law or otherwise to the contrary.

8.2. In every case in which by virtue of the provisions of Workmen's Compensation Act, 1923, or

other Acts, the Owner is obliged to pay Compensation to a Workman employed by the

Contractor in execution of the works, the Owner will recover from the Contractor the amount

of compensation so paid and without prejudice to the rights of Owner under the said Act.

Owner shall be at liberty to recover such amount or any part thereof by deducting it from the

Signature and Seal of the Bidder Page 86 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

security deposit or from any sum due to the Contractor whether under this contract or

otherwise. The Owner shall not be bound to contest any claim made under Section 12 sub

section (1) of the said Act, except on the written request of the Contractor and upon his giving

to the Owner full security for all costs for which the owner might become liable in

consequence of contesting such claim.

8.a. ACTION AND COMPENSATION IN CASE OF BAD WORK

If it shall appear to the Engineer-in-Charge/Site-in-Charge that any work has been executed

with bad, imperfect or unskilled workmanship, or with materials, or that any materials or articles

provided by the Contractor for execution of the work are not of standards specified/inferior

quality to that contracted for, or otherwise not in accordance with the contract, the

CONTRACTOR shall on demand in writing from the Engineer-in-Charge/Site-in-Charge or his

authorised representative specifying the work, materials or articles complained of,

notwithstanding that the same may have been inadvertently passed, certified and paid for,

forthwith rectify or remove and reconstruct the work so specified and at his own charge and

cost and expenses and in the event of failure to do so within a period of 15 days of such

intimation/ information/knowledge, the Contractor shall be liable to pay compensation

equivalent to the cost of reconstruction by the Owner. On expiry of 15 days period mentioned

above, the Owner may by themselves or otherwise rectify or remove and re-execute the work

or remove and replace with others, the materials or articles complained of as the case may

be at the risk and expenses in all respects of the Contractor. The decision of the Engineer-in-

Charge/ Site-in-Charge as to any question arising under this clause shall be final and

conclusive and shall not be raised as a dispute or shall be arbitrable.

8.b. INSPECTION AND AUDIT OF CONTRACT AND WORKS

This project is subject to inspection by various Government agencies of Government of India.

The contractor shall extend full cooperation to all the Government and other agencies in the

inspection of the works, audit of the Contract and the documents of Contract Bills,

measurements sheets etc. etc. and examination of the records of works and make enquiries

interrogation as they may deem fit, proper and necessary. Upon inspection etc. by such

agencies if it is pointed out that the contract work has not been carried out according to the

prescribed terms and conditions as laid down in the tender documents and if any recoveries

are recommended, the same shall be recovered from the contractors running bills/final

bill/from ordered/suggested Security Deposit/retention money. The Contractor shall not rise

any dispute on any such account and the same shall not be arbitrable.

9. CONTRACTOR TO INDEMNIFY THE OWNER

The Contractor shall indemnify the Owner and every member, officer and employee of the

Owner, also the Engineer-in-Charge/Site-in-Charge and his staff against all the actions,

proceedings, claims, demands, costs, expenses, whatsoever arising out of or in connection

with the works and all actions, proceedings, claims, demands, costs, expenses which may be

made against the Owner for or in respect of or arising out of any failure by the Contractor in

the performance of his obligations under the contract. The Contractor shall be liable for or in

Signature and Seal of the Bidder Page 87 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

respect of or in consequence of any accident or injury to any workmen or other person in the

employment of the Contractor or his sub contractor and Contractor shall indemnify and keep

indemnified the Owner against all such damages, proceedings, costs, charges and expenses

whatsoever in respect thereof or in relation thereto.

10. LIQUIDATED DAMAGES-NOT APPLICABLE

i) In case of any delay in completion of the work beyond the CDD, the Owner shall be Entitled

to be paid Liquidated Damages by the Contractor. The liquidated damages shall be initially

at the rate of 0.5% (half percent) of the total contract value for every week of the delay

subject to a maximum of 5% of the total contract value. The liquidated damages shall be

recovered by the Owner out of the amounts payable to the Contractor or from any Bank

Guarantees or Deposits furnished by the Contractor or the Retention Money retained from the

Bills of the Contractor, either under this contract or any other contract.

ii) The Contractor shall be entitled to give an acceptable unconditional bank Guarantee in lieu of such a deduction if Contractor desires any decision on a request for time extension.

iii) Once a final decision is taken on the request of the Contractor or otherwise, the LD shall be applicable only on the basic cost of the contract and on each full completed week(s) of delay ( and for part of the week, a pro-rata LD amount shall be applicable).

iv) This final calculation of LD shall be only on the value of the unexecuted portion/quantity of

work as on the CDD.

v) Contractor agrees with the Owner, that the above represents a genuine pre-estimate of the damages which the owner will suffer on account of delay in the performance of the work by contractor. The Contractor further agrees that the LD amount is over and above any right which owner has to risk purchase under Clause 12.4 and any right to get the defects in the work rectified at the cost of the contractor.

11. DEFECTS AFTER TAKING OVER OR TERMINATION OF WORK CONTRACT BY OWNER

The Contractor shall remain responsible and liable to make good all losses or damages that

may occur/appear to the work carried out under this Contract within a period of 12 months

from date of issue of the Completion Certificate and/or the date of Owner taking over the

work, which ever is earlier. The Contractor shall issue a Bank Guarantee to the Owner in the

sum of 10% of the work entrusted in the Contract, from any nationalised Bank acceptable to

the Owner and if however, the Contractor fails to furnish such a Bank Guarantee the Owner

shall have right to retain the Security Deposit and Retention Money to cover the 10% of the

Guarantee amount under this clause and to return/refund the same after the expiry of the

period of 12 months without any interest thereon.

12. TERMINATION OF CONTRACT

12.1 The owner may terminate the contract at any stage of the construction/service for reasons to

be recorded in the letter of termination.

12.2 The Owner inter alia may terminate the Contract for any or all of the following reasons that the contractor

Signature and Seal of the Bidder Page 88 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

a) has abandoned the work/Contract.

b) has failed to commence the works, or has without any lawful excuse under these conditions suspended the work for 15 consecutive days.

c) has failed to remove materials from the site or to pull down and replace the work within 15 days after receiving from the Engineer written notice that the said materials or work were condemned and/or rejected by the Engineer under specified conditions.

d) has neglected or failed to observe and perform all or any of the terms acts, matters or things under this Contract to be observed and performed by the Contractor.

e) has to the detriment of good workmanship or in defiance of the Engineer's instructions to the contrary sub-let any part of the Contract.

f) has acted in any manner to the detrimental interest, reputation, dignity, name or prestige of the Owner.

g) has stopped attending to work without any prior notice and prior permission for a period of 15 days.

h) has become untraceable.

i) has without authority acted in violation of the terms and conditions of this contract and has committed breach of terms of the contract in best judgement of the owner.

j) has been declared insolvent/bankrupt.

k) in the event of sudden death of the Contractor.

12.3 The owner on termination of such contract shall have the right to appropriate the Security

Deposit, Retention Money and invoke the Bank Guarantee furnished by the contractor and to

appropriate the same towards the amounts due and payable by the contractor as per the

conditions of Contract and return to the contractor excess money, if any, left over.

12.4 In case of Termination of the contract, owner shall have the right to carry out the unexecuted portion of the work either by themselves or through any other contractor(s) at the risk and cost of the Contractor. In view of the paucity of time, owner shall have the right to place such unexecuted portion of the work on any nominated contractor(s).However, the overall liability of the Contractor shall be restricted to 100% of the total contract value.

12.5 The contractor within or at the time fixed by the Owner shall depute his authorized

representative for taking joint final measurements of the works executed thus far and submit

the final bill for the work as per joint final measurement within 15 days of the date of joint final

measurement. If the contractor fails to depute their representative for joint measurement, the

owner shall take the measurement with their Engineer-in-Charge/Site-in-Charge or any other

outside representatives. Such a measurement shall not be questioned by the Contractor and

no dispute can be raised by the Contractor for purpose of Arbitration.

12.6 The Owner may enter upon and take possession of the works and all plant, tools, scaffoldings,

sheds, machinery, power operated tools and steel, cement and other materials of the

Contract at the site or around the site and use or employ the same for completion of the work

Signature and Seal of the Bidder Page 89 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

or employ any other contractor or other person or persons to complete the works. The

Contractor shall not in any way object or interrupt or do any act, matter or thing to prevent or

hinder such actions, other Contractor or other persons employed for completing and finishing

or using the materials and plant for the works. When the works shall be completed or as soon

thereafter the Engineer shall give a notice in writing to the Contractor to remove surplus

materials and plant, if any, and belonging to the Contractor except as provided elsewhere in

the Contract and should the Contractor fail to do so within a period of 15 days after receipt

thereof the Owner may sell the same by public auction and shall give credit to the contractor

for the amount realised. The Owner shall thereafter ascertain and certify in writing under his

hand what (if anything) shall be due or payable to or by the Owner for the value of the plant

and materials so taken possession and the expense or loss which the Owner shall have been

put to in procuring the works, to be so completed, and the amount if any, owing to the

Contractor and the amount which shall be so certified shall thereupon be paid by the Owner

to the Contractor or by the Contractor to the Owner, as the case may, and the Certificate of

the Owner shall be final and conclusive between the parties.

12.7 When the contract is terminated by the Owner for all or any of the reasons mentioned above

the Contractor shall not have any right to claim compensation on account of such

termination.

13. FORCE MAJEURE

13.1 Any delay in or failure of the performance of either part hereto shall not constitute default

hereunder or give rise to any claims for damage, if any, to the extent such delays or failure of

performance is caused by occurrences such as Acts of God or an enemy, expropriation or

confiscation of facilities by Government authorities, acts of war, rebellion, sabotage or fires,

floods, explosions, riots, or strikes. The Contractor shall keep records of the circumstances

referred to above and bring these to the notice of the Engineer-in-Charge/Site-in-Charge in

writing immediately on such occurrences. The amount of time, if any, lost on any of these

counts shall not be counted for the Contract period. One decision of the Owner arrived at

after consultation with the Contractor, shall be final and binding. Such a determined period of

time be extended by the Owner to enable the Contractor to complete the job within such

extended period of time.

13.2 If Contractor is prevented or delayed from the performing any of its obligations under this

Agreement by Force Majeure, then Contractor shall notify Owner he circumstances

constituting the Force Majeure and the obligations performance of which is thereby delayed

or prevented, within seven days of the occurrence of the events.

14. ARBITRATION

14.1 All disputes and differences of whatsoever nature, whether existing or which shall at any time

arise between the parties hereto touching or concerning the agreement, meaning, operation

or effect thereof or to the rights and liabilities of the parties or arising out of or in relation

thereto whether during or after completion of the contract or whether before after

determination, foreclosure, termination or breach of the agreement (other than those in

Signature and Seal of the Bidder Page 90 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

respect of which the decision of any person is, by the contract, expressed to be final and

binding) shall, after written notice by either party to the agreement to the other of them and

to the Appointing Authority hereinafter mentioned, be referred for adjudication to the Sole

Arbitrator to be appointed as hereinafter provided.

14.2 The appointing authority shall either himself act as the Sole Arbitrator or nominate some office/retired officer of HBL/ Hindustan Petroleum Corporation Ltd (referred to as owner or HBL) or any other Government Company, or any retired officer of the Central Government now below the rank of a Director, to act as the Sole Arbitrator to adjudicate the disputes and differences between the parties. The contractor/vendor shall not be entitled to raise any objection to the appointment of such person is/was an officer and/or shareholder of the owner, another Govt. Company or the Central Government or that he/she has to deal or had dealt with the matter to which the contract relates or that in the course of his/her duties, he/she has/had expressed views on all or any of the matters in dispute or difference.

14.3 In the event of the Arbitrator to whom the matter is referred to, does not accept the appointment or is unable or unwilling to act or resigns to vacates his office for any persons which over, the Appointing Authority aforesaid, shall nominate another person as aforesaid, to act as the Sole Arbitrator.

14.4 Such another person nominated as the Sole Arbitrator shall be entitled to proceed with the Arbitration from the stage at which it was left by his predecessor. It is expressly agreed between the parties that no person other than the Appointing Authority or a person nominated by the Appointing Authority as a aforesaid, shall act as an Arbitrator. The failure on the part of the Appointing Authority to make an appointment made and not To have any other person appointed as the Sole Arbitrator.

14.5 The Award of the Sole Arbitrator shall be final and binding on the parties to the Agreement.

14.6 The work under the Contract shall, however, continue during the Arbitration proceedings and

no payment due or payable to the concerned party shall be withheld (except to the extent

disputed) on account of initiation, commencement or pendency of such proceedings.

14.7 The Arbitrator may give a composite or separate Award(s) in respect of each dispute or

difference referred to him and may also make interim award(s) if necessary.

14.8 The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the

parties unless the Sole Arbitrator otherwise directs in his award with reasons. The Award of the

Sole Arbitrator shall be final and binding on both the parties.

14.9 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or any

statutory modification or re-enactment thereof and the rules made there under, shall apply to

the Arbitration proceedings under this Clause.

14.10 The Contract shall be governed by and constructed according to the laws in force in

India.The parties hereby submit to the exclusive jurisdiction of the Courts situated at Patna for

all purposes. The Arbitration shall be held at Patna and conducted in English language.

14.11 The Appointing Authority is the Chairman of HPCL Biofuels Limited.

Signature and Seal of the Bidder Page 91 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

15. GENERAL

15.1. Materials required for the works whether brought by the (or) supplied by the Owner shall be

stored by the contractor only at places approved by Engineer-in-Charge/Site-in-Charge.

Storage and safe custody of the material shall be the responsibility of the Contractor.

15.2. Owner and/or Engineer-in-Charge/Site-in-Charge connected with the contract, shall be

entitled at any time to inspect and examine any materials intended to be used in or on the

works, either on the site or at factory or workshop or at other place(s) manufactured or at any

places where these are laying or from which these are being obtained and the contractor

shall give facilities as may be required for such inspection and examination.

15.3. In case of any class of work for which there is no such specification supplied by the owner as is

mentioned in the tender documents, such work shall be carried out in accordance with Indian

Standard Specifications and if the Indian Standard Specifications do not cover the same the

work should be carried out as per standard Engineering practice subject to the approval of

the Engineer-in-Charge/Site-in-Charge.

15.4. Should the work be suspended by reason of rain, strike, lockouts or other cause the contractor

shall take all precautions necessary for the protection of the work and at his own expense shall

make good any damages arising from any of these causes.

15.5 The contractor shall cover up and protect from injury from any cause all new work also for

supplying all temporary doors, protection to windows and any other requisite protection for

the whole of the works executed whether by himself or special tradesmen or sub-contractors

and any damage caused must be made good by the contractors at his own expense.

15.6 If the contractor has quoted the items under the deemed exports, then it will be the

responsibility of the contractor to get all the benefits under deemed exports from the

Government. The Owner’s responsibility shall only be limited to the issuance of required

certificates. The quotation will be unconditional and phrases like “subject to availability of

deemed exports benefit” etc. will not find place in it.

16. Integrity Pact:

Effective 1st September.2007, all tenders and contracts shall comply with the requirements of

the Integrity Pact(IP) if the value of such tenders or contract Exceed Rs.1 crore. Failure to sign

the Integrity Pact shall lead to outright rejection of bid.

17.0 GRIEVANCE REDRESSAL MECHANISM

To deal with references / grievances if any that are received from parties who participated / intend

to participate in the Corporation Tenders, The party should write to Chief Operating Officer (Opns) of

HPCL Biofuels Office at Patna.

Signature and Seal of the Bidder Page 92 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

ANNEXURE

ATTACHMENT I

The Integrity Pact duly signed by the authorized official of HBL and the Contractor , will form part of this

contract / supply order.

Proforma of Integrity Pact ( provided as under ) shall be returned by the bidder along with technical bid, duly

signed by the same signatory who signs the bid i.e.who is duly authorized to sign the bid. All the pages of the

Integrity Pact shall beduly signed by the same signatory. Bidder’s failure to return the Integrity Pact along with

the bid, duly signed, shall lead to outright rejection of such bid.

If the Bidder has been disqualified from the tender process prior to the award of contract according to the

provisions under Integrity Pact, HBL shall be entitledto demand and recover from bidder Liquidated damages

amount by forfeiting theEMD/Bid security (Bid Bond) as per provisions of Integrity Pact.If the contract has

been terminated according to provisions of the Integrity Pact,or if HBL is entitled to terminate the contract

according to provisions of Integrity Pact, HBL shall be entitled to demand and recover from the Contractor

liquidated damages amount by forfeiting the Performance Bank Guarantee /Security Deposit as per Integrity

Pact.

Name , Seal & Signature

Signature and Seal of the Bidder Page 93 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

ATTACHMENT II

AGREEMENT

No. Dated

To,

HPCL BIOFUELS LIMITED

Sub : Purchase of Bidding Documents

Ref. Tender no.

HBL and the Bidder agree that the Notice Inviting Tender (NIT) is an offer made on the condition that the

bidder will sign the Integrity Pact and the Bid would be kept open in its original form without variation or

modification for a period of (state the number of days from the last date for the receipt of tenders stated in the

NIT) ………. days and the making of the bid shall be regarded as an unconditional and absolute acceptance of

this condition of the NIT.

We confirm acceptance and compliance with the Integrity Pact in letter and spirit.

We further agree that the contract consisting of the above conditions of NIT as the offer and the submission of

Bid as the Acceptance shall be separate and distinct from the contract which will come into existence when bid

is finally accepted by HBL.

The consideration for this separate initial contract preceding the main contract is that HBL is not agreeable to

sell the NIT to the Bidder and to consider the bid to be made except on the condition that the bid shall be kept

open for ……… days after the last date fixed for the receipt of the bids and the Bidder desires to make a

bid on this condition and after entering into this separate initial contract with HBL.

HBL promises to consider the bid on this condition and the Bidder agrees to keep the bid open for the required

period. These reciprocal promises form the consideration for this separate initial contract between the parties.

If Bidder fails to honour the above terms and conditions , HBLshall have unqualified , absolute and unfettered

right to encash / forfeit the bid security submitted in this behalf.

Yours faithfully, Yours

faithfully

(BIDDER) (PURCHASER)

(One copy of this agreement duly signed must be returned alongwith offer).

Name , Seal & Signature

Signature and Seal of the Bidder Page 94 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

ATTACHMENT III

INTEGRITY PACT

Between

HPCL Biofuels Limited (HBL) hereinafter referred to as “The

Principal”,

and

………………………………………………………. hereinafter referred to as

“The

Bidder/Contractor”

Preamble

The Principal intends to award, under laid down organization procedures,

contract/s for ………………………………………… The Principle values full compliance with all relevant

laws and regulations, and the principles of economic use of resources, and of fairness and transparency in its

relations with its Bidders/s and Contractor/s.

In order to achieve these goals, the Principal cooperates with the renowned international Non-Governmental

Organisation “Transparency International” (TI).Following TI’s national and international experience, the

principal will appoint an external independent Monitor who will monitor the tender process and the execution of

the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the

following principles:

1. No employee of the Principal, personally or through family members, will in connection with the tender for,

or the execution of a contract, demand, take a promise for or accept, for him/herself or third person, any

material or immaterial benefit which he/she is not legally entitled to.

2. The principal will, during the tender process treat all Bidders with equity and reason. The Principal will in

particular, before and during the tender process, provide to all Bidders the same information and will not

provide to any Bidder confidential / additional information through which the Bidder could obtain an

advantage in relation to the tender process or the contract execution.

The principal will exclude from the process all known prejudiced persons.

If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the

relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will

inform its Vigilance Office and in addition can initiate disciplinary actions.

Section 2 – Commitments of the Bidder / Contractor

(1) The Bidder / Contractor commits itself to take all measures necessary to prevent corruption. He commits

himself to observe the following principles during his participation in the tender process and during the contract

execution.

1. The Bidder / Contractor will not, directly or through any other person or firm, offer, promise or give to any of

the Principal’s employees involved in the tender process or the execution of the contract or to any third person

any material or immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange any

advantage of any kind whatsoever during the tender process or during the execution of the contract.

Signature and Seal of the Bidder Page 95 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

2. The Bidder / Contractor will not enter with other Bidders into any undisclosed agreement or understanding,

whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary

contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to

introduce cartelisation in the bidding process.

3. The Bidder / Contractor will not commit any offence under the relevant Anti-corruption Laws of India;

further the Bidder / Contractor will not use improperly, for purposes of competition or personal gain, or pass on

to others, any information or document provided by the Principal as part of the business relationship, regarding

plans, technical proposals and business details, including information contained or transmitted electronically.

4. The Bidder / Contractor will, when presenting his bid, disclose any and all payment he has made, is

committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of

the contract.

5. The Bidder / Contractor will not instigate third persons to commit offences outlined above or be an accessory

to such offences.

Section 3 Disqualification from tender process and exclusion from future contracts

If the Bidder, before contract award has committed a transgression through a violation of Section 2 or in any

other form such as to put his reliability or credibility as Bidder into question, the Principal is entitled to

disqualify the Bidder from the tender process or to terminate the contract, if already signed, for such reason.

(1) If the Bidder/Contractor has committed a transgression through a violation of Section 2 such as to put his

reliability or credibility into question, the Principal is entitled also to exclude the Bidder / Contractor from

future contract award processes. The imposition and duration of the exclusion will be determined by the

severity of the transgression. The severity will be determined by the circumstances of the case, in particular the

number of transgressions, the position of the transgressors within the company hierarchy of the Bidder and the

amount of the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years.

(2) A transgression is considered to have occurred if the Principal after due consideration of the available

evidence, concludes that no reasonables doubt is possible.

(3) The Bidder accepts and undertakes to respect and uphold the Principal’s absolute right to resort to and

impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any

ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This

undertaking is given freely and after obtaining independent legal advice.

(4) If the Bidder / Contractor can prove that he has restored / recouped the damage caused by him and has

installed a suitable corruption prevention system, the Principal may revoke the exclusion prematurely.

Section 4 – Compensation for Damages

(1) If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3,

the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to Earnest

Money Deposit / BidSecurity.

(2) If the Principal has terminated the contract according to Section 3, or if the Name , Seal & Signature 45

Principle is entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand

and recover from the Contractor liquidated damages equivalent to Security Deposit / Performance Bank

Guarantee.

(3) The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition

that if the Bidder / Contractor can prove and establish that the exclusion of the Bidder from the tender process

or the termination of the contract after the contract award has caused no damage or less damage than the amount

of the liquidated damages, the Bidder / Contractor shall compensate the Principal only to the extent of the

damage in the amount proved.

Signature and Seal of the Bidder Page 96 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

Section 5 – Previous Transgression

(1) The Bidder declares that no previous transgression occurred in the last 3years with any other Company in

any country conforming to the TI approach or with any other Public Sector Enterprise in India that could justify

his exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or the

contract, if already awarded, can be terminated for such reason.

Section 6 – Equal treatment of all Bidders / Contractors / Subcontractors

(1) The Bidder / Contractor undertakes to demand from all subcontractors a commitment in conformity with this

Integrity Pact, and to submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with all Bidders, Contractors

and Subcontractors.

(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its

provisions.

Section 7 – Criminal charges against violating

Bidders/Contractors/Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or ubcontractor, or of an employee or a

representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the

Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office.

Section 8 – External Independent Monitor / Monitors (three in number depending on the size of the

contract)

(to be decided by the Chairperson of the Principal)

(1) The Principal appoints competent and credible external independent Monitor for this Pact. The task of the

Monitor is to review independently and objectively, whether and to what extent the parties comply with the

obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions

neutrally and independently. He reports to the Chairperson of the Board of the Principal.

(3) The Contractors accepts that the Monitor has the right to access without restriction to all Project

documentation of the Principal including that provided by the Contractor. The Contractor will also grant the

Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to this

project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to

treat the information and documents of the Bidder / Contractor / Subcontractor with confidentiality.

(4) The Principal will provide to the Monitor sufficient information about all meetings among the parties related

to the Project provided such meetings could have an impact on the contractual relations between the Principal

and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the

Management of the Principal and request the Management to discontinue or heal the violation, or to take other

relevant action.

The Monitor can in this regard submit non-binding recommendation. Beyond this, the Monitor has no right to

demand from the parties that they act in a specific manner, refrain from action or tolerate action. However, the

Independent External Monitor shall give an opportunity to the bidder / contractor to present its case before

making its recommendations to the Principal.

(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10

weeks from the date of reference or intimation to

him by the ‘Principal’ and, should the occasion arise, submit proposals for correcting problematic situations.

Signature and Seal of the Bidder Page 97 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

(7) Monitor shall be entitled to compensation on the same terms as being extended to / provided to Outside

Expert Committee members / Chairman as prevailing with Principal.

(8) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under

relevant Anti-Corruption Laws of India, and the Chairperson has not, within reasonable time, taken visible

action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this

information directly to the Central Vigilance Commissioner, Government of India.

(9) The word ‘Monitor’ would include both singular and plural.

Section 9 – Pact Duration

This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last

payment under the respective contract, and for all other Bidders 6 months after the contract has been awarded.

If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the

lapse of this pact as specified above, unless it is discharged / determined by Chairperson of the Principal.

Section 10 – Other provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of

the Principal, i.e. Mumbai. The Arbitration clause provided in the main tender document / contract shall

not be applicable for any issue / dispute arising under Integrity Pact.

(2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have

not been made.

(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or

consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement

remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

For the Principal For the Bidder/Contractor

Place……………………… Witness 1: ……………

Date……………………… Witness 2: ………………

Signature and Seal of the Bidder Page 98 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

(SPECIMEN)

BANK GUARANTEE IN LIEU OF EARNEST MONEY

(On Non-Judicial stamp paper of appropriate value)

TO: HPCL Biofuels Limited

Building No. 271, Road No. 3E,

New Patliputra Colony,

Patna- 800013, Bihar.

In Consideration of Messrs. HPCL Biofuels Limited, (a Wholly Owned Subsidiary Company of Hindustan

Petroleum Corporation Limited ) registered under the companies Act 1956, having its registered

office at Building No. 271, Road No.3E, new Patliputra Colony, Patna-13 (hereinafter called "The

Corporation" which expression shall include its successor in business and assigns) issued a tender on

Messrs. ................................................ a partnership firm/sole proprietor business/a company registered

under the Companies Act, 1956 having its office at (hereinafter called "the Tenderer" which

expression shall include its executors, administrators and assigns) against Tender No............ dated

.................... (hereinafter called "the tender" which expression shall include any amendments/

alterations to "the tender" issued by "the Corporation") for the supply of goods to/execution of

services for "the Corporation" and "the Corporation" having agreed not to insist upon immediate

payment of Earnest Money for the fulfillment of the said tender in terms thereof on production of an

acceptable Bank Guarantee for an amount of Rs............(Rupees ................................. only)

1 We, ................................... Bank having office at..................................................... Bombay

(hereinafter referred to as "the Bank" which expression shall include its successors and assigns)

at the request and on behalf of "the Tenderer" hereby agree to pay to the Corporation

without any demur on first demand an amount not exceeding Rs........... (Rupees

...................................... only) against any loss or damage, costs, charges and expenses caused

to or suffered by "the Corporation" by reason of non performance and fulfillment or for any

breach on the part of "the Tenderer" of any of the terms and conditions of the said "tender".

2 We, ........................................ Bank further agree that "the Corporation" shall be sole Judge

whether the said "Tenderer" has failed to perform or fulfill the said "tender" in terms thereof or

committed breach of any of the terms and conditions of "the order" and the extent of loss,

damage, cost, charges and expenses suffered or incurred or would be suffered or incurred by

"the Corporation" on account thereof and we waive in favour of "the Corporation" all the rights

and defences to which we as guarantors and/or "the Tenderer" may be entitled to.

3 We, ................................. Bank further agree that the amount demanded by "the Corporation"

as such shall be final and binding on "the Bank" as to "the Bank" 's liability to pay and the

amount demanded and "the Bank" to undertake to pay "the Corporation" the amount so

demanded on first demand and without any demur notwithstanding any dispute raised by

"the Tenderer" or any suit or other legal proceedings including arbitration pending before any

Signature and Seal of the Bidder Page 99 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

court, tribunal or arbitrator relating thereto, our liability under this guarantee being absolute

and unconditional.

4 We, ....................................... Bank further agree with "the Corporation" that "the Corporation"

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 "tender"/or to extend

time of performance by "the Tenderer" from time to time or to postpone for any time to time

any of the powers exercisable by "the Corporation" against "the Tenderer" and to forbear to

enforce any of the terms and conditions relating to "the tender" and we shall not be relieved

from our liability by reason of any such variation or extension being granted to "the Tenderer"

or for any forbearance, act or omission on the part of "the Corporation" or any indulgence by

"the Corporation" to "the tenderer" or by any such matter or things whatsoever which under

the law relating to sureties would but for this provision have the effect of relieving us.

5 NOTWITHSTANDING anything hereinbefore contained, our liability under this Guarantee is

restricted to Rs. ......... (Rupees....................................... only). Our liability under this guarantee

shall remain in force until expiration of six months from the due date of opening of the said

"tender". Unless a demand or claim under this guarantee is made on us in writing within said

period, that is, on or before .................................... all rights of "the Corporation" under the said

guarantee shall be forfeited and we shall be relieved and discharged from all liabilities there

under.

6 We, ........................................ Bank further undertake not to revoke this guarantee during its

currency except with the previous consent of "the Corporation" in Writing.

7 We, ......................................... Bank lastly agree that "the Bank" 's liability under this guarantee

shall not be affected by any change in the constitution of "the Tenderer".

8 "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of the

documents and/or the Agreement/Contract or MOU entered into between "the Tenderer"

and "the Bank" in this regard.

IN WITNESS WHEREOF the Bank has executed this document on this .......................... day of

........................

For .................... Bank

(by its constituted attorney)

(Signature of a person authorized to sign on behalf of "the

Bank")

Signature and Seal of the Bidder Page 100 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

(SPECIMEN)

COMPOSITE BANK GUARANTEE FOR MOBILISATION ADVANCE, SECURITY

DEPOSIT/RETENTION MONEY/PERFORMANCE GUARANTEE

(On Non-Judicial stamp paper of appropriate value)

TO: HPCL Biofuels Limited

Building No. 271, Road No. 3E,

New Patliputra Colony,

Patna-800013, Bihar.

IN CONSIDERATION OF MESSRS. HPCL Biofuels Limited,( A wholly owned

Subsidiary Company of Hindustan Petroleum Corporation Limited) registered

under the Companies Act, 1956, having its registered office at House No.

271, Road No. 3E, New Patliputra Colony, Patna – 800013, Bihar.

(hereinafter called "The Corporation" (which expression shall include its

successor in business and assigns) having placed an order on Messers

............................ a partnership firm/sole proprietor business/a

company registered under the Companies Act,1956 having its office at

.............. (hereinafter called "the supplier" (which expression shall

include executors,administrators and assigns) vide order

No.......................dated.............. (hereinafter called "the

order" which expression shall include any amendments/alterations to "the

order" issued by "the Corporation") for the supply of goods to/execution

of services for "the Corporation" and "the Corporation" having agreed :

a) not to insist upon immediate payment of Security deposit for

the fulfillment and performance of the said order.

b) to pay "the supplier" as and by way of advance upto a sum of

Rupees__________ (Rupees _____________________________ only)

being ____% of the value of "the order";

c) that "the supplier" shall furnish a security for the

performance of "the supplier's" obligations and/or discharge

of "the supplier's" liability in connection with the said

"order"; and "the Corporation" having agreed with "the

supplier" to accept a composite Bank Guarantee for the

mobilisation advance, security deposit, retention money and

performance guarantee.

__________________________________________________________ We, .................................................... Bank

having office at ............................................

(hereinafter referred to as "the Bank" which expression shall

includes its successors and assigns) at the request and on behalf

of "the supplier" hereby agree to pay to "the Corporation" without

any demur on first demand an amount not exceeding Rs...........

(Rupees.............................only) against any loss or

damage, costs, charges and expenses caused to or suffered by "the

Corporation" by reason of non performance and fulfillment or for

Signature and Seal of the Bidder Page 101 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

any breach on the part of "the supplier" of any of the terms and

conditions of the said "order".

2. We, ............................. Bank further agree that

"the Corporation" shall be sole judge whether the said

"Supplier" has failed to perform or fulfill the said "order"

in terms thereof or committed breach of any terms and

conditions of "the order" and the extent of loss, damage,

cost, charges and expenses suffered or incurred or would be

suffered or incurred by "the Corporation" on account thereof

and we waive in the favour of "the Corporation" all the

rights and defences to which we as guarantors and/or "the

Supplier" may be entitled to.

3. We, ................................. Bank further agree

that the amount demanded by "the Corporation" as such shall

be final and binding on "the Bank" as to "the Bank" 's

liability to pay and the amount demanded and "the Bank"

undertake to pay "the Corporation" the amount so demanded on

first demand and without any demur notwithstanding any

dispute raised by "the Supplier" or any suit or other legal

proceedings including arbitration pending before any court,

tribunal or arbitrator relating thereto, our liability under

this guarantee being absolute and unconditional.

4. We, .................................. Bank further agree

with "the Corporation" that "the Corporation" 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 "order"/or to extend time of

performance by "the Supplier" from time to time or to

_____________________________________________________________________________

postpone for any time to time any of the powers exercisable

by "the Corporation" against "the Supplier" and to forbear to

enforce any of the terms and conditions relating to "the

order" and we shall not be relieved from our liability by

reason of any such variation or extension being granted to

"the Supplier" or for any forbearance, act or omission on

the part of "the Corporation" or any indulgence by "the

Corporation" to "the Supplier" or by any such matter or

things whatsoever which under the law relating to sureties

would but for this provision have the effect of relieving us.

5. However, it has been agreed between "the Supplier" and "the

Corporation" that there shall be only one Composite Bank

Guarantee for both the advance and security deposit

performance guarantee/Retention Money @ of ____% valid till

the end of the defects liability period as per the terms of

the P.O. No. _______________ dated ______________ and that in

proportion with the recovery of advance @ ______% per bill

the same amount/value automatically stands credited to the

defects liability account/security deposit or retention money

Signature and Seal of the Bidder Page 102 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

as the case may be and will continue to be credited/treated

till the entire advance of Rs._______________________ is

fully recovered from the running bills and from the date of

full recovery of the advance of Rs.__________________ this

guarantee automatically, shall stand valid towards the ____%

retention money/defects liability, fully valid in all

respects unto a further period of six months, as per the

Purchase Order of "the Corporation".

6. Not withstanding anything contained herein above :

i) Our liability under this guarantee shall not exceed

Rs..........

ii) This Bank Guarantee shall be valid upto and

including .......; and

iii) We are liable to pay the guarantee amount or any part

thereof under this Bank Guarantee only and only if you serve

upon us a written claim or demand on or # before the expiry of

30 days from the date of expiry of this guarantee.

_____________________________________________________________________________

7. We, ........................................ Bank further

undertake not to revoke this guarantee during its currency

except with the previous consent of "the Corporation" in

writing.

8. We, ......................................... Bank lastly

agree that "the Bank's” liability under this guarantee shall

not be affected by any change in the constitution of "the

Supplier".

9. "The Bank" has power to issue this guarantee in favour of

"the Corporation" in terms of the documents and/or the

Agreement/Contract or MOU entered into between "the Supplier"

and "the Bank" in this regard.

IN WITNESS WHEREOF the Bank has executed this document on this

............................. day of ...........................

For ........................ Bank

(by its constituted attorney) (Signature of a person authorised

to sign on behalf of "the Bank")*

Signature and Seal of the Bidder Page 103 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

ANNEXURE A LIST OF EXISTING PERMANENT MANPOWER AT SUGAULI ( EXCL. CANE, HR, ADMIN,

PURCHASE, WAREHOUSE, FINANCE, GM AND UNIT HEADS FOR SUGAR, ETHANOL & CO-GEN)

UNIT POSITION Nos of Existing permanent manpower

for Sugauli

SUGAR

1 DY/Sr. ENGINEER(SUGAR + ETP) 0

2 Supv. Juice/Evoporator 0

3 Pan Incharge 0

4 Mill Fitter 2

5 Boiling House Fitter 1

6 DCS Operator 3

7 Junior Engineer(Mill) 1

8 Junior Engineer(Process) 0

9 Manager SHE 0

10 Diffuser Eng. / Operator 0

11 Trainee Engineer 5

12 Chief Chemist cum production manager 1

Total 13 CO-GEN

1 Co-gen Supervisor/officer/Sr. Officer 1

2 Boiler Attendent(Ist class) 1

3 Weighbridge operator 2

4 Boiler Attendent(2nd class) 1

5 Turbine Operator 0

6 DCS Operator 0

7 Attendent (Electrical & Cooling) 0

8 F H S 1

9 Feed Pump Attendent/ Bagass Carrier Attdt.

3

10 Motor Attendent/Tubewell Attdt. 2

11 Trainee Engineer 3

Total 14

Signature and Seal of the Bidder Page 104 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

ANNEXURE A

UNIT POSITION Nos of Existing permanent manpower

for Sugauli

LABORATORY

1 Mfg. Chemist(Sugar Technology) 0

2 Micro-Biologist 0

3 Lab Chemist 3

4 Lab Incharge 0

5 QC- Sr. Analayst 0

Total 3 CENTRAL MAINTAINENCE

1 Electrical Manager 0

2 Instrument Manager 0

3 Instrument Engineer 0

4 Electrical Engineer 0

5 Mechanical Engineer 1

6 Electrician 2

7 Fitter 1

8 Welder 2

9 Instrument Mechanic 1

10 Chief engineer 0

Total 7 ETHANOL

1 Sr. Engineer(Ethanol+SHE) 0

2 Fermentation Operator 0

3 Distillation Operator 1

4 Evap. & Seperation Operator 0

5 Composting /Environment Officer 0

6 Weighbridge Operator 0

7 Helper(Fer. & Dist.) 0

8 Shift Chemist(Al. Tech.) 1

9 Lab Chemist (Al. Tech.) 0

10 Lab Attendent 4

11 Safety Officer 0

12 Trainee Engineer 5

13 Manager SHE 0

Total 11

Grand Total 48

Signature and Seal of the Bidder Page 105 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

ANNEXURE B

LIST OF SEASONAL EMPLOYEES OF SUGAULI (LIST OF SEASONAL MANPOWER AT SUGAULI ( EXCL. CANE, HR, ADMIN, PURCHASE,

WAREHOUSE, FINANCE)

SR NO. POST DEPARTMENT

1 ASSISTANT PUMP MAN CENTRAL MAINTENANCE

2 ASSISTANT PAN MAN SUGAR

3 ASSISTANT PAN MAN SUGAR

4 Helper RIGGER SUGAR

5 Helper RIGGER SUGAR

6 Helper RIGGER SUGAR

7 Helper RIGGER SUGAR

8 Helper RIGGER ETHANOL

9 Helper RIGGER ETHANOL

10 Helper RIGGER ETHANOL

11 Helper RIGGER ETHANOL

12 Helper RIGGER CO-GEN

13 Helper RIGGER CO-GEN

14 Helper RIGGER CO-GEN

15 Helper RIGGER CO-GEN

16 Assistant SPRAY INJECTION SUGAR

17 Assistant SPRAY INJECTION SUGAR

18 Assistant SWITCH BOARD OPTR CO-GEN

19 HELPER W B OPTR CENTRAL MAINT.

20 Helper Oliver/Sulphitation SUGAR

21 Helper Oliver/Sulphitation SUGAR

22 Helper Oliver/Sulphitation SUGAR

23 Helper Oliver/Sulphitation SUGAR

24 Helper Tube Well attendent CO-GEN

25 Helper Tube Well attendent CO-GEN

26 Helper ForkLift Optr CENTRAL MAINT

27 Helper ForkLift Optr CENTRAL MAINT

28 Peon-Godown SUGAR

29 CANE UNLOADER SUGAR

30 CANE UNLOADER SUGAR

31 CANE UNLOADER SUGAR

32 CANE UNLOADER SUGAR

33 CENTRIFUGAL MATE SUGAR

34 CENTRIFUGAL OPERATOR SUGAR

35 CENTRIFUGAL OPERATOR SUGAR

36 CENTRIFUGAL OPERATOR SUGAR

Signature and Seal of the Bidder Page 106 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

SR NO.

POST

DEPARTMENT

37 CRANE OPERATER CENTRAL MAINTENANCE

38 CRANE OPERATER CENTRAL MAINTENANCE

39 FEED TABLE OPERATOR SUGAR

40 FEED TABLE OPERATOR SUGAR

41 FEED TABLE OPERATOR SUGAR

42 FEED TABLE OPERATOR SUGAR

43 HYDRULIC OPERATOR CO-GEN

44 HYDRULIC OPERATOR SUGAR

45 LAB ATTENDANT SUGAR

46 LAB ATTENDANT SUGAR

47 LAB ATTENDANT SUGAR

48 LAB ATTENDANT ETHANOL

49 OIL MAN SUGAR

50 OIL MAN SUGAR

51 OIL MAN SUGAR

52 OIL MAN SUGAR

53 PUMP MAN CENTRAL MAINTENANCE

54 PUMP MAN SUGAR

55 PUMP MAN SUGAR

56 PUMP MAN SUGAR

57 RIGGERS SUGAR

58 RIGGERS SUGAR

59 SPRAY INJECTION CO-GEN

60 SPRAY INJECTION SUGAR

61 SWITCH BOARD OPERATOR CO-GEN

62 WEIGH BRIDGE OPERATOR CENTRAL MAINTENANCE

63 CLERK Co-Gen

64 CLERK Ethanol

65 CLERK Ethanol

66 CLERK Sugar

67 CLERK Weighing

68 DRIVER GEN MGT

69 ELECTRICIAN CO-GEN

70 ELECTRICIAN CO-GEN

71 ELECTRICIAN ETHANOL

72 ELECTRICIAN ETHANOL

73 ELECTRICIAN SUGAR

74 ELECTRICIAN SUGAR

75 ELECTRICIAN CENTRAL MAINTENANCE

76 ELECTRICIAN CENTRAL MAINTENANCE

77 EVAPORATION PUMPMAN SUGAR

78 FITTER SUGAR

Signature and Seal of the Bidder Page 107 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

SR NO.

POST

DEPARTMENT

79 FITTER CENTRAL MAINTENANCE

80 FITTER CENTRAL MAINTENANCE

81 FITTER CENTRAL MAINTENANCE

82 FITTER CENTRAL MAINTENANCE

83 FITTER SUGAR

84 FITTER CENTRAL MAINTENANCE

85 FITTER CENTRAL MAINTENANCE

86 FITTER CENTRAL MAINTENANCE

87 FITTER CO-GEN-BOILER

88 FITTER CO-GEN

89 FITTER CO-GEN

90 FITTER ETHANOL

91 FITTER ETHANOL

92 FITTER CENTRAL MAINTENANCE

93 MACHINIST CENTRAL MAINTENANCE

94 TURBINE OPTR CO-GEN

95 TURNER SUGAR

96 TURNER SUGAR

97 TURNER SUGAR

98 TURNER SUGAR

99 WELDER CENTRAL MAINTENANCE

100 WELDER CENTRAL MAINTENANCE

101 WELDER CENTRAL MAINTENANCE

102 WELDER CENTRAL MAINTENANCE

103 DRIVER Driver(General & Lab)

104 ELECTRICIAN Electricain Co-Gen

105 ELECTRICIAN Electricain Co-Gen

106 FIRE MAN Fire Man Co-Gen

107 FIRE-MAN Fire Man Co-Gen

108 FIRE-MAN Fire Man Co-Gen

109 FIREMEN Fire Man Co-Gen

110 HELPER Bag Marker

111 HELPER Bag Marker

112 HELPER Bag Marker

113 HELPER Bag Sewing

114 HELPER Bag Sewing

115 LAB CHEMIST Lab Chemist

NOTE: In additional to the above critical manpower are going to be recruited shortly by 15/09/2011

either as regular manpower or as fixed term contract for Sugauli.

Signature and Seal of the Bidder Page 108 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

Annexure C

(Schedule of imparting training classromm/on the job tranining)

Apart from imparting on the job training and knowledge sharing the bidder has to conduct the following for Sugauli.

• The Training schedule shall be designed as follows: Sugar: Sugar Operations and maintenance – 1 classroom session per 3 months / quarterly. Total 4 nos of classroom trainings in a year. The training should consists of classroom lectures, tests/questonaires, employee assesment etc at conference room of respective plants. The cost of infrastructure etc. other than traning materials shall be borne by HBL. Ethanol: Ethanol Operations and maintenance – 1 classroom session per 3 months / quarterly. Total 4 nos of classroom trainings in a year. The training should consists of classroom lectures, tests/questonaires, employee assesment etc at conference room of respective plants. The cost of infrastructure etc. other than training materials shall be borne by HBL. Co-gen: Cogen Operations and maintenance – 1 classroom session per 3 months / quarterly. Total 4 nos of classroom trainings in a year. The training should consists of classroom lectures, tests/questonaires, employee assesment etc at conference room of respective plants. The cost of infrastructure etc. other than training materials shall be borne by HBL.

Signature and Seal of the Bidder Page 109 of 109

Tender No. HBL/TEN/PUB/11-12/50 ( UNPRICED BID )

Annexure 2 (Format/specimen)

Bidders to give financial implications in the format below as per the list of newly recruits which will be provided by HBL to bidders in the period as indicated in the Special conditons of contract. To be opened along with priced bid.

Sl No. Name/designation post - Sugauli Nos of post recruited

Rates in (Rs/Nos.) both in figures and in words

SUGAR UNIT

1 2 3 4

COGEN UNIT

1 2 3 4

ETHANOL UNIT

1 2 3 4

LABORATORY UNIT

1

2 3 4

CENTRAL MAINTENANCE

1 2 3 4

GRAND TOTAL