RASHTRIYA CHEMICALS AND FERTILIZERS LTD. CHEMBUR, MUMBAI-400 074 TECHNICAL SERVICES CIN No: L24110MH1978GOI020185 NIT NO: TS/MPNA-HPNA/E.A/2015 NIT is issued to invite the offers to line up one time Contract to carry out comprehensive energy audit of High Pressure Nitric Acid plant (HPNA) and Medium Pressure Nitric Acid (MPNA) plants at RCF Trombay unit. NIT ISSUE DATE: 22.07.2015 Page 1 of 2
INDEX THIS TENDER DOCUMENT CONTAINS: 1 ANNEXURE-I Letter inviting bid 2 ANNEXURE-II General terms and conditions 3 ANNEXURE-III Scope of Work 4 4 ANNEXURE-IV Price Schedule 5 ANNEXURE-V pre-qualification criteria 6 ANNEXURE-VI Check list for Commercial/Technical Terms & Conditions 7 ANNEXURE-VII Tender Form Page 2 of 2
LETTER INVITING BID ANNEXURE I LETTER INVITING BID Page 1 of 3
LETTER INVITING BID NIT reference TS/MPNA-HPNA/E.A/2015 (Please quote this NIT reference in all future correspondence) Dear Sir, Sub: NIT is issued to invite the offers for lining up of one time Contract to carry out comprehensive energy audit of High Pressure Nitric Acid plant (HPNA) and Medium Pressure Nitric Acid (MPNA) plant at RCF Trombay unit. Herewith NIT for subject job is enclosed. All bidders are requested to read all the NIT documents attached herewith before submitting the bids. OFFERS INVITED IN TWO BID SYSTEM Offers from the experienced bidders who are BEE accredited energy auditors and BEE empanelled in fertilizer Sector are invited in two stage bidding system for the above mentioned job as below. 1) Technical Bid and 2) Priced Bid. SUBMISSION OF BIDS The Bidder must submit the bids in two parts each in separate sealed cover prominently superscribed as Envelope I and II and also indicating on each of the envelope the NIT reference and opening date. These two envelopes shall contain the details of the bid in the following manners: 1. ENVELOPE-I. Envelope - I shall contain the TECHNICAL BID. This shall contain the signed and stamped copy of each page of the NIT document with corrigendum issued if any. The Technical and Un-priced commercial bid shall also contain the Priced bid copy with prices blanked off in the given format of Price Schedule attached as Annexure-IV of this NIT. 2. ENVELOPE-II Envelope-II shall contain the PRICED BID completely filled giving all the details as per the attached format with this NIT as Price Schedule attached as Annexure-IV of this NIT. Page 2 of 3
LETTER INVITING BID Note: Each envelope will be separately sealed and super scribed with the NIT reference and bid opening date. The envelope II shall also be super scribed as NOT TO BE OPENED with TECHNICAL BID. These two envelops shall be enclosed in the outer envelope and this outer envelope shall be super scribed with the NIT number and bid opening date. BID SUBMISSION LOCATION The bids are to be dropped in the tender box kept in the Technical Service Building at the Ground floor. Technical services building, Rashtriya Chemicals and fertilizers, Chembur 400074. If the tender box is not available, the bids are to be handed over to C.M (T.S), room no.18 first floor or to Sr. Manager (T.S) room no-1, ground floor, Technical services building, Rashtriya Chemicals and fertilizers, Chembur 400074. If the offers are sent by courier, the courier shall be addressed to C.M (T.S), room no.18 first floor or to Sr. Manager (T.S) room no-1, ground floor, Technical services building, Rashtriya Chemicals and fertilizers, Chembur 400074. THE BID SUBMISSION DATE The bids are to be submitted on or before 14.00 Hrs. on 12.08.2015 OPENING OF THE TECHNICAL BID ENEVELOP The envelope containing Technical bid will be opened at 14.30 Hrs on 12.08.2015 Bidder is requested to submit with the bid the following documents a) Certificate of BEE accredited energy auditor. b) Certificates of BEE certified energy auditors. DETAILS OF CONTACT PERSON CHIEF MANAGER (TECHNICAL SERVICES) PHONE: +91 (22) 2552 2466/2404 FAX: + 91 (22) 25522235 E-mail sdawalkar@rcfltd.com Thanking you, Yours faithfully, Chief Manager (TS). Page 3 of 3
GENERAL TERMS AND CONDITIONS ANNEXURE-II GENERAL TERMS AND CONDITIONS Page 1 of 4
GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS 1. Bids received after the closing date shall be rejected without any further consideration. 2. Canvassing in connection with tender is strictly prohibited. Tenders submitted by bidders who resort to canvassing will be rejected out rightly. 3. Bidders shall submit their duly completed tender form attached as Annexure-VII with the following documents: a) All the tender documents signed on each page. b) Name and address of the organization with Telephone, Fax Nos., Email Address and Contact Persons, PAN No., Service Tax Registration No. c) Auditors coming for energy audit in RCF premises shall be compensated by party s firm in case of any injury or unprecedented event or accident during the job. RCF shall provide only first aid. d) RCF reserves the rights to assess bidder s capability and capacity to perform the contract. Bids are liable to be rejected, if complete documentary evidence in support of above criteria is not furnished along with the bid. 4. Details of Bid documents: NIT Reference: TS/MPNA-HPNA/E.A/2015 a) Bid documents available on: www.rcfltd.com b) Bid submission due date: 21 days from the date of up-loading of NIT on Rashtriya Chemicals and Fertilizers Ltd (RCF) Website-www.rcfltd.com and CPP Portal. The submission date is given in letter inviting bid. Bid documents (Nontransferable) can be obtained from RCF s Web site as indicated. In case of any problem in down loading the documents, bidder may contact to: CHIEF MANAGER (TECHNICAL SERVICES) PHONE: +91 (22) 2552 2466/2404 FAX: + 91 (22) 25522235 E-mail sdawalkar@rcfltd.com Page 2 of 4
GENERAL TERMS AND CONDITIONS 5. Validity of bids : The submitted bids shall remain valid for 120 days from the date of submission bids. 6. The validity of Work order. The Work Order issued to successful bidder shall remain valid for one year from the date of issue of Work Order. 7. Scope of work: The scope of work is given in the Annexure-III. All the activities mentioned therein are to be followed strictly. 8. Schedule: The energy audit shall be started within a week from the date of issue of Work Order. Party shall submit draft report of MPNA plant within 15 days from the start date of field study and submit final report of MPNA plant within one month from the start date of field study. Similarly for HPNA plant Party shall submit draft report within 15 days from the start date of field study and submit final report of MPNA plant within one month from the start date of field study. 9. Billing and Payment Terms: 9.1 Payment shall be released as follows: a) 40% of the amount shall be paid on submission of draft report. b) 40% of the amount shall be paid on the submission of the final report. c) Balance 20% amount shall be paid after completion of entire job of energy audit of both MPNA and HPNA plants. 9.2 Service tax shall be paid extra as applicable. 9.3 Payment shall be made within 30 days from the date of receipt of invoice in the office of C.M (T.S). 9.4 Party has to indicate PAN No. & Service tax number on invoice. Page 3 of 4
GENERAL TERMS AND CONDITIONS 9.5 Taxes & levies shall be deducted at source as applicable from time to time. 9.6 RCF Ltd. will pay e-payment to the party. The successful bidder has to communicate the details about the bank account numbers and bank details for the same after issue of W.O. 9.7 The party has to make own arrangement for lodging, boarding and travelling. Accommodation may be provided in RCF JET guest house on chargeable basis subject to availability of rooms in the guest house. 10. Liquidated Damages clause: If there is delay in completion of job beyond the stipulated time period mentioned in the schedule (clause no.8) LD shall be levied @ 1% per day subject to a maximum of 10% of the basic work order value. 11. Safety Measures: Auditors shall observe all safety rules and regulations within factory area as directed by RCF safety department. Page 4 of 4
SCOPE OF WORK ANNEXURE -III SCOPE OF WORK Page 1 of 6
SCOPE OF WORK INTRODUCTION Rashtriya Chemicals & Fertilizers Limited, Mumbai, is a leading central Government public sector undertaking in fertilizers and industrial chemicals. RCF Trombay unit has one Medium Pressure Nitric Acid (MPNA) plant (750 MTPD capacity), one High Pressure Nitric Acid (HPNA) plant (350 MTPD capacity), three nos. service boilers having capacity of 170 TPH each. There is one turbo generator of 18 MW design capacity. RCF Trombay unit also consists of two Ammonia plants, one Urea plant, complex fertilizers plants (S-15:15:15 and S-20:20:0), specialty fertilizers, Ammonium Bicarbonate, Sulphuric Acid, Phosphoric Acid, Methanol, Methylamines plants. Other industrial chemicals and supporting different utilities plants. Scope of Work: The Energy Audit shall cover major equipment s performance evaluation for energy efficiency as per scope of work. Proposals regarding use of energy efficient technology shall form part of the audit. All recommendations for Energy Conservation should be with cost benefit analysis. The audit report containing mutually agreed Energy conservation suggestions shall be as per BEE format. The report shall be complete in all respects and shall be sufficient to comply with provisions of Energy Conservation Act-2001. The energy audit of both the plants shall include all the major equipments listed under each plant which is mentioned in the scope of work. The current energy level (Yearly basis), of both the plants as on 31 st May 2015 is given in the table below: S. No. Name of plant Specific energy, Mkcal/MT 1 Medium Pressure Nitric Acid Plant 2.842 (MPNA) 2 High Pressure Nitric Acid Plant (HPNA) 2.974 Against current energy level of both the plants, i.e., MPNA plant and HPNA plant party shall give new base line energy level achievable after incorporating energy conservation suggestions. Page 2 of 6
SCOPE OF WORK The detail about the plants for which Energy Audit is to be carried out is given below: 1. HPNA plant: HPNA plant has capacity to produce 350 MTPD of equivalent 100% nitric acid produced as 57% - 58.5 % aqueous solutions. The process adopted in this plant is high pressure process (7.73 Kg/cm2) in which Ammonia is catalytically oxidized to nitric oxide over platinum-rhodium catalyst. The nitric oxide produced is further oxidized to nitrogen dioxide and absorbed in water to form 57% - 58.5 % concentrated nitric acid. The technology supplier is M/s Uhde India. Major equipments for energy audit in HPNA plant are: 1. Reactor : shell diameter = 2900 mm, cylindrical height = 2660 mm, catalyst for burner knitted type catalyst recovery gauze woven filling rings Raschig rings 2. Waste heat boiler (1 No. Capacity 23 MTPH) 3. Boiler feed water pumps (2 Nos. motor driven, 1 No. turbine driven, and capacity: 30 m 3 /hr). 4. BFW circulation pumps (2 Nos. motor driven and capacity: 210 m 3 /hr). 5. SCR selective catalyst reactor: De-NOx reactor 6. Process Air Compressor: bull gear type driven by tail gas turbine and steam turbine. 7. Ammonia evaporators (E01,E02 & E03) 8. Ammonia super heater (E04) 9. Economizer (E06) 10. Acid cooler condenser (E07) 11. Tail gas heaters (EO10,EO 11 & EO12) 12. Absorption towers 2 nos. C-001A & C- 001B: Height= 30 meters I.D = 3.2 meters No. of trays = 26 absorption and 4 bleaching trays Design pressure = 7.8 kg/cm 2 g Page 3 of 6
SCOPE OF WORK 13. Cooling tower: 3 Nos. pumps ( Capacity 1365 m3/hr*3) & 2 Nos. fans 14. Acid storage area pumps (3 Nos. Capacity 15 m3/hr) 15. Steam network. 2. MPNA plant: MPNA Plant has 750 MTPD (100% basis) capacity. This utilizes Medium Pressure Ammonia Oxidation Process for manufacture of Nitric Acid of 57-58.5% strength. In 1997 Selective Catalytic Reactor (Abatement System) was installed to reduce NOx emission further below 300 PPM and render the stack colorless. The process adopted in this plant is medium pressure process ( 4.0 Kg/cm2). The technology supplier is M/s Davy Power gas. Major equipments for energy audit in MPNA plant are: 1. Reactor : shell diameter = 4350 mm, cylindrical height = 2660 mm, catalyst for burner knitted type catalyst recovery gauze woven filling rings Raschig rings 2. Waste heat boiler (1 No. Capacity 52 MTPH) 3. Boiler feed water pumps (2 Nos. motor driven, 1 No. turbine driven, and capacity: 80 m3/hr). 4. BFW circulation pumps (2 Nos. motor driven). 5. SCR selective catalyst reactor: De-NOx reactor 6. Process Air Compressor: Axial compressor driven by tail gas turbine and steam turbine. 7. Ammonia evaporator (E01) and Ammonia stripper (E02) 8. BFW pre heater (E03) 9. Ammonia super heater (E04) 10. BFW pre heater (E06) 11. Acid cooler condenser (E07) 12. Tail gas heaters (E04 & E05) 13. Absorption towers: 2 Nos. C-01 (height 52 meters) & C- 02 (height 53 meters) Page 4 of 6
SCOPE OF WORK 14. Cooling tower: 4 Nos. pumps and 2 Nos. CT fans Capacity of A, B & C pumps =2000 m3/hr each & pump D capacity 1600 m3/hr. 15. Acid storage area pumps (2 Nos. Capacity 70 m3/hr). 16. Steam network. Scope of Work for HPNA and MPNA Plants: The Energy Audit of the Nitric acid Plants will essentially review the performance of major heat and power consuming production equipments & Utilities w.r.t. Design / PGT values. They would include, Reactor - Ammonia Efficiency Process Air Compressor - Air Power Output - Polytropic Efficiency Steam Turbine Drives - Efficiency of Condensing System - Effectiveness of Condensers Tail Gas Turbine Drives - Efficiency Waste heat Boilers - Thermal Efficiency - Heat Recovery Performance Evaluation of major Pumps in Service - BFW Pumps - Cooling Water Pumps - Process Water Pumps - Acid Product and supply pumps Cooling Towers - Heat Duty / Cooling Load - Tower Effectiveness - Optimization of Operations Page 5 of 6
Overall Steam Balance - Generations at Different Pressures - Export/Import - Used for Process Heating - Used in Turbines - Used in Utilities SCOPE OF WORK Effectiveness of Steam Utilization & Condensate Recovery Thermal Insulation Survey of Steam lines & Process Equipments On-line Power Analysis of all HT and important LT Power driven Equipments with due consideration to Duty Conditions - Process Air Compressors - Process Pumps Water Cooled Heat Exchangers - Heat Exchanger Duty - Terminal Temperature Profile - Effectiveness Performance evaluation of evaporators and pre heaters - Ammonia evaporators - Tail gas heaters - BFW pre heaters Performance evaluation of absorption towers. Review of Metering & Monitoring Systems. Other critical equipments not mentioned above, if any. RCF Scope: 1. RCF shall depute a coordinator for the above energy audit, who will help the team of auditors in collection of data and coordinating with various department personnel. Page 6 of 6
PRICE SCHEDULE ANNEXURE-IV PRICE SCHEDULE Page 1 of 3
PRICE SCHEDULE PRICE SCHEDULE Price shall be quoted in the following format:- Description of job Cost Quoted In Rs. Basic cost for conducting comprehensive energy audit of HPNA plant (A) In Figures: In words: Basic cost for conducting comprehensive energy audit of MPNA plant (B) In Figures: In words: Total basic cost for conducting comprehensive energy audit of both MPNA and HPNA plants.(a) + (B) = ( C ) Applicable Service tax extra ( D) on total basic cost (C) In Figures: In words: In Figures: In words: In Figures: Total cost E = (C) + ( D ) In words: Note: work order will be issued on over all lowest basis for both the plants. Official Stamp of the Tenderer. Signature: Name : Page 2 of 3
PRICE SCHEDULE Page 3 of 3
M/s RASHTRIYA CHEMICALS & FERTILIZERS LIMITED PRE QUALIFICATION CRITERIA ANNEXURE-V PRE-QUALIFICATION CRITERIA Page 1 of 3
M/s RASHTRIYA CHEMICALS & FERTILIZERS LIMITED PRE QUALIFICATION CRITERIA PRE-QUALIFICATION CRITERIA A. Technical/Experience Criteria: 1. The bidder must have successfully completed similar capacity work of comprehensive Energy Audit, as mentioned in scope of work, in either fertilizer or chemical plants during the last 7 years (ending last day of month previous to the one in which applications are invited). The bidder should submit work orders with completion certificates as a proof of carrying out energy audit which is as follows. a. Three similar completed works costing not less than the amount Rs.3.20 lakhs OR b. Two similar completed works costing not less than the amount Rs. 4.00 lakhs OR c. One similar completed work costing not less than the amount Rs. 6.40 lakhs 2. The bidder firm shall be Bureau of Energy Efficiency (BEE) empanelled in fertilizers or chemicals sector. 3. The audit shall be carried out by accredited energy auditor. 4. The bidder shall have at least 3 to 4 no. of BEE certified and experienced Energy Auditors. 5. The bidder shall have sufficient no. of tools and instruments for carrying out energy audit. 6. The bidder shall have experience in carrying out Thermal, Electrical energy audit and preferably audit of instrument air network also. Page 2 of 3
M/s RASHTRIYA CHEMICALS & FERTILIZERS LIMITED PRE QUALIFICATION CRITERIA B. Financial Criteria: 1. The bidder shall submit its financial statement and balance sheet of last three years, ending 31st March of the previous financial year. 2. The bidder shall submit documents related to income tax returns of last three years. Page 3 of 3
CHEKLIST FOR TECHNICAL & NON PRICED COMMERCIAL TERMS & CONDITIONS ANNEXURE-VI CHEKLIST FOR TECHNICAL & NON PRICED COMMERCIAL TERMS & CONDITIONS 1 Page 1 of 3
CHEKLIST FOR TECHNICAL & NON PRICED COMMERCIAL TERMS & CONDITIONS CHEKLIST FOR TECHNICAL & NON PRICED COMMERCIAL TERMS & CONDITIONS S. No Activity Remarks 1 Taxes and applicable duties are clearly mentioned in the price bid. Yes/No 2 Income Tax PAN No. Given/Not Given 3 Service Tax Registration No. Given/Not Given 4 5 6 Names of energy auditors and copies of their certificates issued by BEE. Copy of certificate of empanelled energy audit firm (for fertilizer or chemical sector) from BEE Copy of certificate of Accredited energy auditor from BEE Yes/No Yes/No Yes/No VALIDITY OF OFFER - Your Offer shall be 7 valid and firm for at 120 days from the date of Technical bid opening. 8 WORK ORDER VALIDITY- The Work Order shall be valid for a period of one year. COMPLETION TIME / PERIOD- Entire job 9 shall be completed within the stipulated time period as mentioned in Annexure-II (Schedule) LIQUIDATED DAMAGES (LD) - In case of delay in completion of the job beyond the 10 stipulated time period mentioned in the scope of work, LD shall be levied @ 1% per day subject to a maximum of 10% of the basic work order value. Agreed / Not Agreed Agreed / Not Agreed Agreed / Not Agreed Agreed / Not Agreed Page 2 of 3
CHEKLIST FOR TECHNICAL & NON PRICED COMMERCIAL TERMS & CONDITIONS If any deviations, these are given on separate 11 sheet marked as deviation. Deviations given else shall not be considered. 12 Photo copy of Price Bid with prices blanked off is attached with Technical bid. PAYMENT TERMS- Payments shall be 13 released on successful completion of job and its acceptance by RCF & within 30 days from the date of submission of invoice. 14 List of tools and instruments required to carry out energy audit. 15 Copies of Work Orders with completion certificates All terms & conditions of NIT are accepted. 16 (NIT copy to be stamped, signed and submitted along with supporting documents) Agreed / Not Agreed Agreed / Not Agreed Agreed / Not Agreed Given/Not Given Given/Not Given Agreed / Not Agreed Page 3 of 3
NIT Reference TS/MPNA-HPNA/E.A/2015 TENDER FORM ANNEXURE-VII TENDER FORM Page 1 of 2
NIT Reference TS/MPNA-HPNA/E.A/2015 TENDER FORM RASHTRIYA CHEMICALS AND FERTILIZERS LIMITED (GOVERNMENT OF INDIA UNDERTAKING) TROMBAY T E N D E R FORM I / We hereby offer to execute the under mentioned work for the Rashtriya Chemicals And Fertilizers Ltd. at Trombay, Marvali Church, Chembur, Mumbai 400 074 as per the NIT conditions and at the rates entered in the prescribed PRICE SCHEDULE sent herewith duly signed by me / us. Name of Work: to carry out comprehensive energy audit of High Pressure Nitric Acid plant (HPNA) and Medium Pressure Nitric Acid (MPNA) plants at RCF Trombay unit. I / We have examined the nature of the work and details at all the portions of the work and have carefully noted the conditions of contract and specifications with all stipulations with which I / We will undertake to complete the above mentioned audit as per scope of work given in NIT. I / We hereby agree to abide by and fulfil all the terms and directions contained in the Tender Documents which have been read by me/us. On award of the contract, I / We shall abide by the NIT clauses as mentioned by M/s. RCF Ltd. Mumbai. Signature of the Tenderer with Seal Page 2 of 2