Post on 06-Mar-2018
transcript
1
PANIPAT THERMAL POWER STATION (A Unit of Haryana Power Generation Corporation Ltd)
(An ISO: 9001, ISO: 14001 & OHSAS: 18001 Certified Company)
(Regd. Office: Urja Bhawan, Sector-6, Panchkula
Telefax 0180-2566768 Web site www. hpgcl.gov.in
HPGCL
Operation & maintenance of PLC based hydro pneumatic Ash Handling System
(wet& dry), Ash Water Recovery System & Computer System for Generating
Excise Invoices of Dry Fly Ash at Silos of 2X250 MW, Ash Handling Plant
Unit-7&8, PTPS, Panipat
NIT NO. 51/2012-13/BMD-8/146 Vol-III
ISSUED TO
____________________________
____________________________
____________________________
____________________________
XEN/BMD-VI UNIT-8
FOR CHIEF ENGINEER/PTPS-2
H.P.G.C.L, Panipat – 132105
TELEPHONE NO. 0180-2566859
January – 2013
2
HPGCL
INDEX
Sr. No. Description Page No.
1. NIT 3
2. Instructions to Bidders (Annexure-I) 4-6
3. Scope of Work (Annexure-II) 7-11
4. General Terms & Conditions (Annexure-III) 12-18
5. Technical Terms & Conditions (Annexure-IV) 19-20
6. Labour Laws (Annexure-V) 21-22
7. Rate Quoting Sheet (Annexure-VI) 23
3
PANIPAT THERMAL POWER STATION HPGCL (A Unit of Haryana Power Generation Corporation Ltd)
(An ISO: 9001, ISO: 14001 & OHSAS: 18001 Certified Company)
(Regd. Office: Urja Bhawan, Sector-6, Panchkula)
Telefax No. 0180-2566768 website : www.hpgcl.gov.in
NOTICE INVITING TENDER
Tender Enquiry No. NIT No 51/2012-13/BMD-8/146 Vol-III
Description of Item Operation & maintenance of PLC based hydro pneumatic Ash Handling System (wet & dry), Ash Water Recovery System & Computer System for Generating Excise Invoices of Dry Fly Ash at Silos of 2X250 MW, Ash Handling Plant Unit-7&8, PTPS, Panipat
Last date for receipt of request for issue of tender documents
15.02.2013 up to 1700 hrs
Last Date for sale of tender 16.02.2013 up to 1700 Hrs
Last date of submission of tender 18.02.2013 up to 13:00Hrs
Date of opening of qualifying criteria & Part-I 18.02.2013 at 15:00Hrs
Earnest Money Rs. 675000=00
QUALIFYING REQUIREMENT:
The bids from those reputed firms will be accepted who fulfills following qualifying criteria 1. The firm should have experience of operation & maintenance of complete automated PLC
based ash handling system of any thermal plant of 110 MW or above capacity for a period of minimum 2 years during last 3 years ending 31.12.2012. Firm has to submit Performance Certificate or copy of the repeat order from the same Power plant as a proof of satisfactory execution of work.
OR The firm should have carried out the work of erection, testing & commissioning of automated ash handling plant of 110 MW or above in the preceding five years.
2. The firm should have turnover of Rs. 2.0 crore during the financial year 2011-12. Firm has to supply copy of audited balance sheet showing the turnover or certificate from Chartered accountant in this regard.
3. The firm should have its own permanent EPF Account No & Service Tax No. GENERAL CONDITIONS;
1. Tender documents can also be purchased from the office of XEN/BMD-VI, Unit-8, PTPS on all working days on payment of Rs.1132/- (Non refundable) (cost of document: - Rs. 1000/- &S. Tax:- Rs.132/-) in cash at the counter or through DD in favour of Sr. A.O. (O&M-II), PTPS, Panipat payable on any scheduled bank at Panipat.
2. In case the last date of sale/submission/opening of Tender documents is declared as holiday, the tender documents can be purchased/submitted/opened on the next working day
3. Tender documents can also be downloaded from the website of HPGCL i.e.www.hpgcl.gov.in. Before submitting tenders, the detailed instructions and terms & conditions available on website may be read carefully. The bidder shall submit a separate demand draft towards cost of tender documents along with Part-I offer in case of use of downloaded tender set.
4. The firm should either be registered with Labour Commissioner, Haryana or have to get the registration immediately after award of work
5. The negotiations, if required will be held only with L-1 bidder. 6. For accepting tenders, the decision of HPGCL will be final in respect of qualifying
requirement 7. Chief Engineer / PTPS-2 reserve the right to cancel the NIT or to change qualifying
requirement without assigning any reason.
XEN / BMD-VI Unit-8 For CE/PTPS-2, Panipat
4
Annexure-I
HPGCL
INSTRUCTIONS TO BIDDERS
All tenderers must carefully observe the following instructions and offers/tenders not
strictly in accordance with these instructions will be liable to rejection:
1 QUALIFYING REQUIREMENT:
The bids from those reputed firms will be accepted who fulfills following qualifying criteria
i. The firm should have experience of operation & maintenance of complete automated PLC based ash handling system of any thermal plant of 110 MW or above capacity for a period of minimum 2 years during last 3 years ending 31.12.2012. Firm has to submit Performance Certificate or copy of the repeat order from the same Power plant as a proof of satisfactory execution of work.
OR The firm should have carried out the work of erection, testing & commissioning of automated ash handling plant of 110 MW or above in the preceding five years.
ii. The firm should have turnover of Rs. 2.0 crore during the financial year 2011-12. Firm has to supply copy of audited balance sheet showing the turnover or certificate from Chartered accountant in this regard.
iii. The firm should have its own permanent EPF Account No & Service Tax No.
2 Mode of Submission of offer:
The bids for allocation of dry fly ash shall be submitted in two Parts accordance with the
procedure detailed hereunder:-
(i) Part-I bid should be submitted in sealed envelope consisting of following sealed
envelopes & super scribing as ―Part-1 bid for NIT No. 51/2012-13/BMD-8/146
Vol-III”.
a. Envelope -1 should have cost of tender documents if tenders are downloaded
from web. The envelope should be super scribed as “cost of tender documents
for NIT No. 51/2012-13/BMD-8/146 Vol-III.”
b. Envalope-2 should have EMD. The envelope should be super scribed as
―EMD for NIT No. 51/2012-13/BMD-8/146 Vol-III.”
c. Envalope-3 should have self attested copies of proof of qualifying criteria. The
envelope should be super scribed as ―Qualifying Criteria for NIT No. 51/2012-
13/BMD-8/146 Vol-III”
d. Envalope-4 should have copy of the tender documents duly signed & stamped in
token of acceptance of terms & conditions. Bidders may also submit deviation if
any on a separate page clearly indicating as ―Deviations‖ otherwise it will be
presumed that bidders have accepted all the terms & condition of the NIT. The
envelope should be super scribed as ―Technical Bid for NIT No. 51/2012-
13/BMD-8/146 Vol-III.”
(ii) Part-II bid should be submitted in separate sealed envelope super scribing as
“Price bid for NIT No. 51/2012-13/BMD-8/146 Vol-III‖. The price bid is to be
submitted as per annexure-I. The Bids not quoted as per Annexure-I are likely to
be rejected.
(iii) Part-I & Part-II bid should be sealed in a separate Envelope of adequate size &
super scribed as ―Bid for. NIT No. 51/2012-13/BMD-8/146 Vol-III” and
addressed to XEN/BMD-VI Unit-8, PTPS, Panipat.
3 The qualifying criteria of only those firms will be considered who have deposited cost of
tender documents and EMD, otherwise the tender will be rejected out rightly.
4 In case the documents submitted in respect of qualifying criteria is not as per NIT, the
EMD deposited will be refunded in total and will be sent through speed post at the firms
address mentioned in the tender.
5 In case tenders are received after due date of opening the same will not be considered.
6 HPGCL will not be responsible for any postal delay in submission / receiving of tender
on any other account.
7 Telegraphic/telephonic tender will not be accepted.
5
8 The decision of HPGCL for consideration of tender will be final in respect of qualifying
criteria.
9 Tenders must be complete in all respects.
10 Offers/tenders should positively reach before last date prescribed for their receipt, those
received late will not be considered irrespective of whether the same was sent by Regd.
Post and place of posting.
11 The Offer/tender should be typed or written in ink. Offer/tender written in pencil shall be
ignored.
12 The Offers/tenders will be opened on the date & time prescribed in the Notice Inviting
Tender Documents. In case, the date of opening falls on a holiday or a holiday is
subsequently declared on that day, the tenders will be opened on the next working day
following the holiday.
13 The prices quoted by the tenderer should be competitive and as prevailing in the market.
Prices should be quoted on lump sum basis/month in Annexure-VI and should be firm.
14 Since the contractor will be handling sophisticated equipments, he must have proper
skilled staffs that have already worked on similar jobs. Qualification & experience of all
skilled workers as well as Engineers should be given in tenders. The period for which
these categories of people have been working with the firm and their experience on
similar jobs should be indicated distinctly.
15 STUDY OF TENDER DOCUMENTS
Before tendering, the tenderer shall carefully study all the clauses and specifications of
the tender documents. If tenderers have any doubt for the meaning of any portion of the
tender specifications or find discrepancies or omissions in the drawings or the tender
documents issued are incomplete or needs clarification aspects, scope of work etc., he
shall at once contact the authority inviting the tender for clarifications before submission
of tender. No arguments on this account whatsoever shall be entertained after the last
date & time of submission of tenders.
16 SITE OF WORK INSPECTION
Before tendering, the tenderer is advised to inspect the site of work & the environment
and make acquaint with actual work and other prevalent conditions, facilities available,
position of material and labour. No claim will be entertained later, on the ground of lack
of knowledge.
17 EARNEST MONEY
(a) The tenderer shall be required to deposit earnest money of Rs.675000/- in one of the
following forms:-
(i) Demand draft drawn on the State Bank of Patiala, payable at Thermal Plant, Panipat
or any scheduled Bank at Panipat in favour of Sr. AO/O&M-II, PTPS, Panipat-
132105.
(ii) Cash at counter of PTPS, Panipat in the form of BA-16. Earnest money in the name
of any officer other than the mentioned above and in any other form will not be
accepted.
(b) The earnest money of successful tenderer will be treated by the HPGCL as part of the
security deposit for faithful execution of the contract.
(c) The bank charges, if any, will be to the account of tenderer.
(d) No claim shall be entertained against the Corporation in respect of interest on earnest
money deposit or its depreciation in value.
(e) The failure on the part of successful tenderer to honor his commitment given in the
tender will constitute a default and in that event, his earnest money will stand forfeited by
the HPGCL.
18 The earnest money should be submitted in a separate envelope along with Part-I, which
should bear the words ‗‘ Earnest money amount Rs. 675000/- enclosed for Tender
enquiry No. NIT No. 51/2012-13/BMD-8/146 Vol-III. The envelope should be properly
sealed & signed by the tenderer.
19 RATE/PRICE QUOTING METHOD
The tenderer shall quote the prices in English language and international numerals. The
rates shall be in whole rupees and shall be entered in figures as well as in words. For
the purpose of tender, the metric system of units shall be used.
6
20 OVERWRITING
All entries in the tender shall either be typed or written in ink. Erasers and over-writing
are not permitted and may render tenders liable to summary rejection. The tenderer shall
duly attest all cancellations and insertions.
The power of attorney in the name of signatory on behalf of the company, for
signing the tender documents and other papers of the contract should be furnished with
Part-I tender.
21 DEVIATION
Tenderer‘s offer and remarks and any deviation shall be strictly with reference to
sections and clause numbers given in the tender schedule, which should be strictly.
adhered to.
22 RATE QUOTING SHEET
(i) The tenderers will quote their rates STRICTLY AS PER THE RATE QUOTING
SHEET AT ANNEXURE-VI.
(ii) CONDITIONAL DISCOUNT offered by any tenderer will not be considered for the
purpose of relative comparison of rates quoted by participating tenderers.
23 The officer inviting tenders reserves the right to modify the tender as a whole or in parts
and will not be responsible and not pay for any expenses or losses that may be incurred
by the tenderer in the preparation of the tender.
24 The officer inviting tenders reserves the right to accept or reject any or all tenders
without assigning any reasons and will not be responsible and will not pay for any
expenses or losses that may be incurred by the tenderers in the preparation of the
tenders.
25 VALIDITY
The validity of tenders should at least be for a period of 180 days from the date of
opening of Part-II tender.
26 The whole work against this tender shall be awarded to a single firm whose overall
quoted/equated prices are lowest for the complete package.
27 Any statutory taxes/levies, if to be charged extra, should be clearly indicated by tenderer
in their offer separately, failing which it will be presumed that their quoted prices are
inclusive of all such statutory taxes/levies.
XEN/BMD-VI, Unit-8,
For Chief Engineer/PTPS-2, PTPS, HPGCL, Panipat
7
Annexure-II
HPGCL
SCOPE OF WORK
ITEM-A OPERATION AND MAINTENANCE OF PLC BASED ASH HANDLING SYSTEM
(WET) EXCEPT MAINTENANCE OF DRY ASH EVACUATION SYSTEM FROM
BUFFER HOPPER (tee-off point of wet & dry ash conveying system) UNIT-7&8.
1.1 Continuous operation of PLC BASED Ash Handling System (Wet) of Unit-7&8 round the clock in three shifts by deploying experienced engineer, supervisors, operators and technicians, and other supporting staff in general shift for maintenance. The work shall be carried out in an approved manner and as directed by Engineer-in-charge. Operation and maintenance of the ash handling system (wet) involves the following activities:-
i) Operation of the ash handling plant (wet mode) for each unit broadly involves evacuation of bottom ash hopper (01 No.), ESP hoppers (56 No.), RAH hoppers (6 Nos.), Economizer hoppers (4 Nos.) by means of operating various pumps and auxiliaries of ash handling plant, vacuum pumps, fluidizing air blowers and BA overflow pumps etc.
ii) Maintenance of ash handling plant (excluding Mtc. of dry ash evacuation system from buffer hopper to silos) mainly involves all the concerned machinery and auxiliaries such as clinker grinders, seal trough, overflow pump, bottom ash discharge lines, material handling valves, segregating valves, fly ash lines, collector tanks, wetting head hydro ejectors, AD pumps, HP pumps, LP pumps, Eco. Pumps, Drain pumps, seal water pumps. Ash disposal lines up to ash disposal points on ash dyke, fluidizing air system, vacuum pumps, slurry valves, pneumatic cylinders, other valves along with their actuators etc.
iii) All the electrical inter locks, protections; control & instrumentation including PLC system etc. will be maintained by the contractor. Servicing/maintenance of the PLC system will be in the scope of the contractor whether it is done at PTPS or outside the PTPS .Only the spares required for the servicing/maintenances will be provided by HPGCL. Maintenance of the instruments like pressure gauges, solenoid valves, push buttons etc. will also be in the scope of contractor. However, for the replacement of the damaged equipments including indications lamps, control wires, pressure switches, solenoid valves or any other instruments etc. will be supplied by Electrical/C& I section of HPGCL and the work shall be carried out under supervision of respective Divisions. All the chemicals such as alum and lime for dosing in reactor clarifier shall be arranged by HPGCL at their own cost.
iv) Lifting of motors & pumps for maintenance and alignments/coupling of the pumps with motors shall be in the scope of contractor.
v) Removal of fallen foreign material and ash (Dry or wet) accumulated in various trenches & on floor below ESP hoppers due to leakage etc. and from BAH shall be in the scope of contractor. Removal of ash from peripheral drains of Unit-7&8 and its disposal to the ear marked area will be in the scope of contractor.
vi) Cleaning of all major equipments/pumps, instruments, electrical equipments and panels and housekeeping for complete system of A.H.S will be done by the contractor, oiling / greasing of mechanical equipments such as pumps/gear drives etc. shall be done regularly by the contractor as provided in the O& m manual or as directed by Engineer-In—charge.
vii) Arrangement of service engineer from OEM for maintenance of routine/breakdown maintenance of PLC or any other auxiliary as per requirement.
1.2 Monitoring of the performance of different components of ash handling system and the contractor is to intimate adequate measures to be taken to overcome actual or likely shortfall in performance.
1.3 Preparing and putting into implementation an effective operation and preventive Mtc. programme.
1.4 Carry out all needed maintenance of the ash handling system in routine as well as during shut down for any major overhaul/inspection. Overhauling of all equipments of all the above system will be carried out by the firm and no extra payment will be made on account of labour charges.
1.5 Furnishing adequate technical back up from the contractor‘s head office including periodic visits to the site by its senior Engineers to ensure smooth operation and maintenance of the plant.
1.6 Assisting HPGCL in timely procurement of all needed genuine spare parts.
8
1.7 The contractor will maintain daily logging of the progress made during each shift which includes preventive/break down/shut down/faults attended during the shift.
1.8 Transportation of spares/material/chemicals like alum from PTPS (O&M) store to site of work and dismantled materials from the site to back to PTPS (O&M) stores will be done by the contractor.
1.9 To carry out repair of all equipments in ash handling by means of welding as per the requirement and instruction of Engineer-in-charge shall also be in the contractor‘s scope. Work shop facility if available at PTPS shall be provided free of cost. However, planning & supervision of such repairs /machining job etc. to be carried out at PTPS work shop will deemed to be part of contractor‘s scope.
1.10 All required T&P including welding jobs, gas cutting set, chain pulley blocks, lifting & pulling machines & tackles, grinders, jacks, submersible pumps etc. required for maintenance, repair & overhauling jobs will be arranged by the contractor.
1.11 The contractor shall also be required to carry out Mtc. in evening/night shifts & holidays in case of emergent exigencies/breakdown.
1.12 Any other operation/maintenance work not included in the scope as detailed above but is needed for running of ash handling system is also included in the contractor‘s scope.
1.13 The contractor shall also bring the clear water samples to chemical lab of Unit-7&8 for testing and further dosing of chemicals in the reactor clarifier as advised by the chief chemist according to sample tested on day to day basis.
1.14 Carrying out refractory work in bottom ash hopper as & when required shall be in scope of the contractor.
1.15 Maintenance of EOT cranes installed in ash handling pump house, compressor/vacuum pump house etc. will be in the scope of the contractor.
1.16 Cleanliness in ash handling plant area should be as per guidelines of ISO 9001, ISO 14001 & OHSAS 18001.
1.17 Changing of ash disposal points & their extension as per requirement in ash dyke area will be in the scope of contractor.
ITEM-B: OPERATION AND MAINTENANCE OF ASH WATER RECOVERY SYSTEM OF
1100M3/HR. ASH WATER RECOVERY SYSTEM, UNIT-7&8. 2.1 Continuous operation of ash water recovery system of Unit-7&8 round the clock in
three shifts by deploying experienced engineer, supervisors, operators and technicians, and other supporting staff in general shift for maintenance. The work shall be carried out in an approved manner and as directed by Engineer-in-charge. Operation and maintenance of the ash water recovery system, involves the following activities:-
i) Operation of ash water recovery system for Unit-7& 8 broadly involves supplying 700 cubic meter /hr. clear water by means of operating ash water recovery pumps (2 Nos. working and 1 No. stand by) each of 350 cubic meter capacity. One no. reactor clarifier of 1100 cubic meter/hour capacity along with lime dozing pumps and alum dosing pumps & sludge disposal pumps and connected valves etc.
ii) Maintenance of ash water recovery system mainly involves all the concerned machinery and auxiliaries such as ash water recovery pumps and their seal water pumps, ash water lines from AWRS pump house to reactor clarifier etc.
iii) All the electrical inter locks, protections; control & instrumentation etc. will be maintained by the contractor. Only the spares required for the servicing/maintenances will be provided by HPGCL. Maintenance of the instruments like pressure gauges, solenoid valves, push buttons etc. will also be in the scope of contractor. However, for the replacement of the damaged equipments including indications lamps, control wires, pressure switches, solenoid valves or any other instruments etc. will be supplied by Electrical/C& I section of HPGCL and the work shall be carried out under supervision of respective Divisions.
iv) Lifting of motors & pumps for maintenance and alignments/coupling of the pumps with motors shall be in the scope of contractor.
v) Cleaning of all major equipments/pumps, instruments, electrical equipments and panels and housekeeping for complete system of AWRS will be done by the contractor, oiling / greasing of mechanical equipments such as pumps/gear drives etc. shall be done regularly by the contractor as provided in the O&M manual or as directed by Engineer-In—charge.
2.2 Monitoring of the performance of different components of ash water recovery system and the contractor is to intimate adequate measures to be taken to overcome actual or likely shortfall in performance.
2.3 Preparing and putting into implementation an effective operation and preventive Mtc. programme.
9
2.4 Carry out all needed maintenance of the ash water recovery system in routine as well as during shut down for any major overhaul/inspection. Overhauling of all equipments of all the above system will be carried out by the firm and no extra payment will be made on account of labour charges.
2.5 Furnishing adequate technical back up from the contractor‘s head office including periodic visits to the site by its senior Engineers to ensure smooth operation and maintenance of the plant.
2.6 Assisting HPGCL in timely procurement of all needed genuine spare parts. 2.7 The contractor will maintain daily logging of the progress made during each shift
which includes preventive/break down/shut down/faults attended during the shift. 2.8 Transportation of spares/material from PTPS (O&M) store to site of work and
dismantled materials from the site to back to PTPS (O&M) stores will be done by the contractor.
2.9 To carry out repair of all equipments in ash water recovery system by means of welding as per the requirement and instruction of Engineer-in-charge shall also be in the contractor‘s scope. Work shop facility if available at PTPS shall be provided free of cost. However, planning & supervision of such repairs /machining job etc. to be carried out at PTPS work shop will deemed to be part of contractor‘s scope.
2.10 All required T&P including welding jobs, gas cutting set, chain pulley blocks, lifting & pulling machines & tackles, grinders, jacks, submersible pumps etc. required for maintenance, repair & overhauling jobs will be arranged by the contractor.
2.11 The contractor shall also be required to carry out Mtc. in evening/night shifts & holidays in case of emergent exigencies/breakdown.
2.12 Any other operation/maintenance work not included in the scope as detailed above but is needed for running of ash water recovery system is also included in the contractor‘s scope.
2.13 Maintenance of EOT cranes installed in recovery pump house will be in the scope of the contractor.
2.14 Cleanliness in ash water recovery system should as per ISO 9001, ISO 14001 & OHSAS 18001.
ITEM-C: OPERATION AND MAINTENANCE OF PLC BASED DRY ASH HANDLING
SYSTEM /DRY ASH EVACUATION SYSTEM FROM BUFFER HOPPER (tee-off
point of Dry ash conveying system)TO ASH SILO OF UNIT-7&8.
3.1 Continuous operation and maintenance of PLC BASED Dry Ash evacuation system of Unit-7&8 round the clock in three shifts by deploying experienced engineers, supervisors, operators, welders, fitters and technicians and other supporting staff. The work shall be carried out in an approved manner and as directed by Engineer-in-charge. Operation and maintenance of the dry ash evacuation system involves broadly the following activities:-
i) Continuous operation of the PLC based dry ash evacuation system & local operation
of silos system of unit-7 & 8 round the clock in three shifts by deploying experienced
engineer, supervisors, operators and technicians, and other supporting staff.
ii) Maintenance of dry ash evacuation system from buffer hopper(Tee off point of dry ash conveying system)to silos including loading system mainly involves all the concerned machinery & auxiliaries installed for dry ash evacuation & loading system as well as other associated auxiliaries such as transport air compressors, instrument air compressors, blowers, dump gate valves /dome valves ,equalizing valves ,ash conveying pipe lines/valves & bends ,bag filters of buffer hoppers & ash silos etc, telescopic chutes for loading , de-dusting system & PLC system etc.
iii) Maintenance of compressors, air drier installed at silos. iv) Arrangement of service engineer from OEM for maintenance of routine/breakdown
maintenance of PLC, transport air compressors, Instrument air compressors or any other auxiliary as per requirement.
v) All the electrical inter locks, protections; control & instrumentation including PLC system etc. will be maintained by the contractor. Servicing/maintenance of the PLC system will be in the scope of the contractor whether it is done at PTPS or outside the PTPS .Only the spares required for the servicing/maintenances will be provided by HPGCL free of cost. Maintenance of the instruments like pressure gauges, solenoid valves, push buttons etc. will also be in the scope of contractor. However, for the replacement of the damaged equipments including indicating lamps, control wires, pressure switches, solenoid valves or any other instruments etc. will be supplied by Electrical/C& I section of HPGCL and the work shall be carried out under supervision of respective Divisions.
10
vi) Lifting of motors &compressors for maintenance and alignments/coupling of the compressors with motors shall be in the scope of contractor.
vii) Removal of fallen foreign material and ash from the buffer hopper & silos shall be in the scope of contractor. Contractor has to ensure proper cleaning at silo by deploying adequate manpower round the clock.
viii) Cleaning of all major equipments/compressors, instruments, electrical equipments and panels and housekeeping for complete system of silos area will be done by the contractor.
ix) Oiling / greasing of mechanical equipments such as compressors/gear drives etc. shall be done regularly by the contractor as provided in the O&M manual or as directed by Engineer-In-charge.
x) Any other work required for smooth running & proper maintenance of the dry ash evacuation & loading system except exclusions as mentioned in Item 5.0 will be in scope of contractor.
3.2 Providing at least two guards in proper uniform round the clock at the silos for ensuring smooth loading & movement of vehicles round the clock at silos.
3.3 Preparing and putting into implementation an effective operation and preventive Mtc. programme.
3.4 Carry out all needed maintenance of the dry ash evacuation system in routine as well as during shut down/overhaul/inspection. Overhauling of all equipments of all the above system will be carried out by the firm at no extra payment. Overhauling of the equipments is to be matched with overhauling of the units.
3.5 Furnishing adequate technical back up from the contractor‘s head office including periodic visits to the site by its senior executives to ensure smooth operation and maintenance of the system.
3.6 Assisting HPGCL in timely procurement of all needed genuine spare parts. 3.7 The contractor will maintain daily logging of the progress made during each shift
which includes preventive/break down/shut down/faults attended during the shift. 3.8 Transportation of spares/material from PTPS (O&M) store to the site of work and
dismantled materials from the site to back to PTPS (O&M) stores will be done by the contractor.
3.9 To carry out repair of all equipments in dry ash handling system by means of welding as per the requirement and instruction of Engineer-in-charge shall also be in the contractor‘s scope. Work shop facility if available at PTPS shall be provided free of cost. However machining job or any other job which cannot be carried out at PTPS workshop will be got carried out by HPGCL from outside agency at their own cost.
3.10 All required T&P including welding sets, gas cutting set, chain pulley blocks, lifting & pulling machines & tackles, grinders, jacks, submersible pumps etc. required for maintenance, repair & overhauling jobs will be arranged by the contractor.
3.11 The contractor shall also be required to carry out Mtc. in evening/night shifts & holidays round the clock in case of emergent exigencies/breakdown.
3.12 Maintenance of EOT cranes installed in dry ash handling area, compressor house will be in the scope of the contractor.
3.13 Monitoring of the performance of different components of dry ash handling system and the contractor is to intimate adequate measures to be taken to overcome actual or likely shortfall in performance.
3.14 Cleanliness in dry ash evacuation system & ash silos is to be maintained as per ISO
standards by the contractor.
ITAM-D:OPERATION & MANTENANCE OF COMPUTER SYSTEM FOR GENERATING
EXCISE INVOICES OF DRY FLY ASH AT SILOS UNIT-7&8.
4.1 To enter the input data of dry fly ash in computer system round the clock for generation of invoices & maintenance of record thereof.
4.2 Generation of Excise Invoices of dry fly ash of each and every truck round the clock. 4.3 Generation of daily report of lifting of dry fly ash. 4.4 Generation of monthly report of dry fly ash. 4.5 Maintenance of computer system installed at Silos Unit-7&8. 4.6 Operation and maintenance of computer system for generating excise invoices of dry
fly ash at silos of unit-7&8, PTPS, Panipat will broadly involve the following :- i) Specially trained Data Entry Operators and skilled helpers to be provided by the
contractor round the clock including Sundays/holidays and the contractor shall make all necessary arrangements without any extra claim.
ii) Specially trained service engineer to be provided by the contractor to attend any fault in computer system as and when required.
iii) Any other operation/maintenance work not included in the scope as detailed above but is needed for the system is also included in the contractor‘s scope.
11
5.0 EXCLUSION FROM THE SCOPE OF CONTRACTOR. 5.1 The firm will assist HPGCL in planning & procurement of all needed spares &
replacements but cost of all such spares & replacement shall be borne by the HPGCL.
5.2 The services of EOT crane where installed shall be provided free of cost. However mobile crane if available will be provided by HPGCL on chargeable basis for shifting of heavy spares from store/ warehouse to work place.
5.3 All spares, lubricants & consumables which go permanently into the equipment & form part of the equipment like jointing sheets, packing, nuts & bolts, V-belts, rubber sheets etc. & electrodes except ordinary MS electrodes required for the job shall be provided by the HPGCL free of the cost but the other consumables like DA/Oxygen gas cutting/grinding wheels, waste cotton, emery paper, diesel/rustoline, petrol, anabond etc. & ordinary MS electrodes and T&P required for the job shall be arranged by the contractor at their own cost.
5.4 Carrying out maintenance/repairs of electrical breakers, electrical modules & HT/LT motors is excluded. However, attending of routine faults of control panel will be in the scope of contractor.
5.5 Maintenance of following electrical equipments shall not be in the scope of contractor:-
i. 415 V MCC & its modules. ii. 6.6 KV breaker of HT motors. iii. Power transformers. iv. Lighting & lighting panels. v. HT/LT motors.
However, all the assistance for maintaining above system by electrical division shall be provided by the contractor.
5.6 Carrying out of cleaning of trenches, pits and plant area of Unit-7&8 are excluded. However cleaning of BAH pit & peripheral drains of Unit-7&8 will be in the scope of contractor. Fallen ash due to negligence of ash handling staff or ash taken out for carrying out maintenance shall be cleared by the contractor.
5.7 All works related to civil maintenance section are excluded. 5.8 Carrying out of all modification and renovation works not forming part of the normal
maintenance of ash handling (wet & dry) and AWR system is excluded. However planning and supervision of such works will be deemed to be part of contractor‘s scope of work.
5.9 Replacement and rotation of ash handling lines is excluded. 6.0 FACILITIES TO BE PROVIDED FREE OF COST BY HPGCL
` The following facilities shall be provided free of cost to the firm by HPGCL
6.1 Space for office accommodation will be provided near the working place if available. 6.2 Compressed air, water and electricity for the site & electricity for the office will be
provided free of cost. 6.3 Work shop facility as available at PTPS shall be provided free of cost. However
planning & supervision of such repairs/machining job etc. to be carried out at PTPS work shop will deem to be part of contractor‘s scope.
6.4 Six Nos., family quarters in PTPS colony if available, will be provided on chargeable basis.
6.5 Guest house accommodation to contractors visiting engineers on chargeable basis, if available.
6.6 Recommendations to co-operative society PTPS/Hindustan Petroleum for allotting gas connection to the employees of the contractor residing in colony will be made (if required) but the same will be provided as per the rules of the Society.
6.7 All the hardware & software for entering the data & generation of invoices shall be provided by HPGCL free of cost.
6.8 All the stationary required for generation of the invoices & reports shall be provided by HPGCL free of cost.
6.9 All the spares/ consumables required for the maintenance of computer system will be provided by the HPGCL free of cost.
XEN / BMD-VI, Unit-8,
For Chief Engineer / PTPS-2,
PTPS, HPGCL, Panipat
12
Annexure-III
HPGCL
GENERAL TERMS AND CONDITIONS 1. PRICES:-
The rates quoted shall be ―FIRM‖. 2. PERIOD OF CONTRACT:-
The period of contract shall be for two years from the date of commencement. The same can be extended for another one year at the discretion of HPGCL.
3. PANALITY/DEDUCTIONS:- i. In case of any leftover work/unsatisfactory work in the opinion of Engineer-in-
charge, the work will be got done from some other agency on contractor‘s risk and cost after giving one day notice.
ii. A penalty of 20% of the monthly contract value (total contract value) per day shall be levied if the plant generation is affected due to O&M fault in the Wet Ash Handling System.
iii. A penalty of 2% of the monthly charges of O&M of AWRS per day if the system remains out of order for more than 12 Hrs. in a day due to reasons attributed to contractor.
OR In case ash water recovery system remains non-operational for more than 15 days due to any reasons not attributed to contractor then only 60% of monthly O&M charges of AWRS will be paid. In case ash water recovery system remains non-operational for more than 20 days than only 35% of monthly O&M charges of AWRS will be paid.
iv. The payment will be made on pro-rata basis of monthly charges of O&M of Dry Ash Handling System if dry ash lifting is less than 65% of the total fly ash generated during a calendar month. However, the reasons for less evacuation of ash would be examined & decided on merit by project SPC.
v. A penalty of 5% of monthly contract value of each item per day shall be leviable in case of proper staff not posted for operation and maintenance of wet ash handling, ash water recovery system, dry ash handling system & computer system for generating excise invoices as per the opinion of Engineer-in-charge.
vi. A penalty of 1% monthly contract value per day shall be leviable in case proper cleaning of AHP (wet & dry) and AWRS is not carried out and frequent gland leakages/pipe leakage/ash leakages occur at same point due to non attending/improper attending of the same.
vii. The ash accumulated below the buffer hoppers, fallen on floor below the silo chutes, in BAH trench due to contractor‘s fault/leakages & fallen on ESP floor and ash not cleared from peripheral drains of Unit-7&8 will be got cleared by the contractor. In case of non-evacuation of ESP hoppers/accumulation of ash in hoppers beyond permissible limits, the ESP hopers will be got cleared by the contractor manually. If the contractor denies to do the above said work then the same will be got carried from other contractor at the risk & cost of ash handling contractor and an additional 10% amount of the monthly contract value will be deducted from the monthly bill of contractor.
viii. In case of forced shutdown of one Unit for more than 30 days, 15% of the monthly amount will be deducted and in case of forced shutdown of both the Unit for more than 30 days, 25% of the monthly amount will be deducted from the monthly bill of the contractor.
4. NEGLIGENCE:- If the contractor neglect to execute the work with due diligence and expedition or shall refuse to do work , then HPGCL may serve one day notice , in writing to the contractor to make good the failure within the stipulated time otherwise HPGCL shall be at liberty to take the work wholly or partially at the risk and cost of the contractor at a reasonable price, if shall be lawful for the HPGCL to retain any balance which may otherwise be due to the contractor on any account if dues of the contract are not sufficient to cover the amount thus recoverable from the contractor, it shall be lawful for the HPGCL to recover the whole of the balance of the amount from the contractor by action at law or otherwise. The remedy under this clause will be in addition to and without prejudice to rights available to the HPGCL under other clauses of the terms and conditions.
13
5. SUBLETTING NOT ALLOWED:- Contractor shall neither sublet the contract nor suspend the work at any time during the period of contract without any lawful excuse and without the earlier permission of the project authorities.
6. SECURITY DEPOSIT:- 5% of the contract value will be retained as security deposit from each running/monthly
bill of the contractor. However the earnest money deposited by the contractor shall be
converted into the security deposit. Security deposit shall be returned to the contractor
after the expiry of Guarantee/Warranty period and completion of all pending
documentary formalities. No claim of the contractor shall lie against the HPGCL in
respect of interest or returned to the contractor after the expiry of Guarantee/Warranty
period and completion of all pending documentary formalities. No claim of the contractor
shall lie against the HPGCL in respect of interest or any depreciation in the value of
security deposit due to any reason. If the contractor fails or neglects to observe or
perform any of his obligations under the contract, it shall be lawful for the HPGCL to
forfeit either in whole or in part in his absolute discretion, the security deposit furnished
by the contractor. The forfeiture of security deposit shall be without prejudice to the right
of the HPGCL to recover any further amount of any liquidated and/or damages, under
payments or over payments made to the contractor under this contract or any other
contract.
7. DOCUMENTATION/BILLING:-
All measurement shall be in metric system. All the works completed will be measured by
representative of the Engineer –in-charge. The contractor will submit the bill in triplicate
on approved Performa to the Engineer-in-charge.
8. ENGAGEMENT OF ADQUATE LABOUR:-
The contractor may employ such employees, as he may think fit to ensure the execution
of the work to the entire satisfaction of Engineer-in-charge. The employees should not
be deemed to be in the employment of HPGCL for any purpose whatsoever. The
contractor shall abide by the rules, laws and regulations that may be enforced from time
to time regarding the employment conditions of service of his employees. Under no
circumstances whatsoever, HPGCL shall have the right to pass on the responsibility on
the contractor together with any expenses incurred by HPGCL a result of certain dues
on the part of the employees of the contractor. HPGCL shall be entitled to recover/claim
dues/compensation from the contractor in that event.
Overall In-charge of the contractor for Ash Handling Plant should be having minimum 02
yrs experience of O&M of Automated Ash Handling Plant with B.E Qualification or
minimum 7 yrs experience of O&M of Automated Ash Handling Plant with Diploma
Qualification.
For operation of various equipments/system the following minimum staff is suggestive to
be deployed with minimum qualifications mentioned against each.
S. No.
Description Person per shift
Total Qualification
A Control Room of DRY & WET Ash Handling Plant
1 Shift In-charge 1 3 Diploma Holder with 2 year experience or ITI holder with 5 year experience
Wet Ash Handling System
B Control Room
1 Shift Operator 1 3 ITI with 2 year experience or Diploma Holder
2 Helper 1 3
C Ash Slurry Sump/AD Pump House/Seal Water Pump House
1 Shift Operator 1 3 ITI
2 Helper 1 3
D HP/LP Pump House
1 Helper 1 3
E Bottom Ash Hopper
1 Shift Operator 1 3 ITI
Ash Water Recovery System
F AWRS Pump House
1 Shift Operator 1 3 ITI
2 Helper 1 3
14
Dry Ash Handling System
G Control Room
1 Shift Operator 1 3 ITI with 2 year experience or Diploma Holder
2 Helper 1 3
H Silo
1 Shift Operator 1 3 ITI
2 Helper 1 3
I Loading & Movement of Vehicles
1 Guards 2 6 Matric Pass
Computer System for Generating Excise Invoices
J Data Entry Operator 1 3 Diploma Holder or BCA/Graduate with IT/Computer sciences or 10+2 with course in computer application.
For maintenance of various equipments/system the following minimum staff is
suggestive to be deployed with minimum qualifications mentioned against each.
S. No. Description Total Qualification
Mechanical
1 Fitter 2 10 year experience in same field or ITI with 4 year experience.
2 Asstt. Fitter 4 4 year experience in same field or ITI with 1 year experience
3 Helper 8
Electrical
1 Electrician 2 ITI with 2 year experience
C&I
1 Technician 1 Diploma in Electronics/ Instrumentation with 2 year experience in same field.
In addition to above, the contactor shall also deploy the sufficient manpower (if required)
such as operators, fitters, welders, gas cutters, riggers, electricians/C&I technicians and
helpers to assist engineer/supervisors in order to ensure smooth operation and
maintenance of ash handling plant and would deploy them in such a way that the
operation/maintenance works are carried out effectively and without any delay
round the clock. In case services of any expert from OEMs for sophisticated
equipments, the same shall be arranged by the firm.
The Firm would make assessment by itself and it would mention the manpower to
be deployed in a separate sheet.
9. TERMS OF PAYMENT:-
95% payment shall be made against monthly invoice by Sr.A.O./PTPS-II, Panipat after
making statutory deductions as applicable & balance 5% amount of running bill will be
retained as security, which will be refunded after three month of satisfactory completion
of contract.
10. CONTRACTOR TO REMOVE UNSUITABLE LABOUR:-
On instruction of the Engineer-in-charge, the contractor would immediately remove any
person employed on the work, who misbehaves or cause any nuisance or otherwise in
the opinion of the Engineer-in-charge, is not fit to be deployed on the work, such person
shall not be re-employed or allowed on the work without the prior written permission of
the Engineer-in-charge.
11. MODE OF PAYMENT:-
The payment shall be made through account payee cheque in favour of contracting firm
by the Sr. Accounts Officer/O&M-II, PTPS, Panipat. No Bank charges etc. of any kind
shall be paid by HPGCL in any case.
15
12. INCOME AND OTHER TAXES DEDUCTIONS:-
i) TDS, WST or any other statutory levies will be deducted by the DDO at source at the
rate applicable from time to time. Contractor will keep ready all the records as required
under aforesaid acts and the same shall be made available to the Site in-charge of the
work or authorized representative of the contractor for checking/inspection as and when
required by the officer in-charge, project authority or labour Department/Govt. of
Haryana. Non maintaining/ Non-production of the above registers/forms, in that case
under section 23-24 of the ibid Act will be treated as offence and the contractor will be
liable for prosecutions by the Labour Department Govt. of Haryana.
ii) Under section 71-72 of the Contract Labour Act-1970, the contractor is to ensure the
disbursement of wages of the workers in the presence of authorized representative of
the Principal Employer. The contractor is bound to pay the wages as fixed by the Labour
Commissioner, Haryana as per existing/revised rates from time to time.
iii) No labour below the prescribed limit of age i.e. 18 years and above 60 years shall be
employed by the contractor on his allotted work.
v) The contractor will engage labour after getting the character antecedents verified from
the police department and a copy of the same should be retained by the officer in charge
of the work for its record.
vi) The contractor shall abide by all the labour laws required to be followed and shall furnish
an undertaking on Non Judicial Stamp Paper of appropriate value duly attested by the
Notary public to the effect that ―he will comply with all the acts, laws and regulations as
may be applicable with regard to performance of work, including limited to Factory Act-
1948, Industrial Dispute Act-1947, Workmen Compensation Act-1923.,Employees State
Act-1943, EPF Act-1952, Payment of Wages Act-1936, Minimum Wages Act-1948,
Contract Labour Act (Regulation and Abolition Act-1970) and other rules and regulation
as framed by the Central/Haryana Govt. in this regard from time to time.‖
The contractor shall also specify in the above undertaking that all the labour/workmen
engaged by him for rendering the services under the contract, will be the employees of
the contactor for all the intent and purpose and shall have no claim/right on the HPGCL.
All risk responsibility and liability towards his labour shall be owned by him. The
contactor will take such steps as may be directly responsible for any dispute arising
between him and his labour/workmen and keep the HPGCL and its officers indemnified
from and against all losses, damages and any claim/liability arising there from. Under no
circumstances, what so ever HPGCL would be held responsible in respect of contractor
workers. In case any expenditure is incurred by HPGCL, as a result of certain dues on
the part of the contractors labour or otherwise the HPGCL is entitled to recover/claim
such dues/compensation from the con tractors pending payments or through court of
law.
Besides the above, the contractor shall obtain an affidavit on the Non judicial Stamp
paper of appropriate value duly signed and witnessed by him under his seal and duly
attested by the notary public from each and every of his individual worker/employee that
they will not claim any employment in HPGCL in lieu of services rendered by them to the
contractor.
13. SERVICE TAX:-
No service tax will be paid extra until and unless it is leviable on the service provided by
the contractor and specifically demanded for the same in his offer. However due to not
claiming of service tax from the HPGCL contractor cannot escape from his liability to the
Govt. against taxable service. The service tax is paid on submission of requisite
documents. Copy of service tax registration no. and cancelled cheque of firm A/C or
copy thereof to be submitted by the firm along with the bill
14. TAXES AND DUTIES:-
No taxes or duties will be paid extra unless the same has been demanded by the firm in
his offer specifically. In case the same is to be paid by the HPGCL, an undertaking is to
be submitted by the firm in this regard stating that the taxes or duties as claimed from
the HPGCL have been deposited with the relevant authority.
15. E.P.F. REGISTRATION:-
The contractor/firm should be registered with the Regional Employees Provident Fund
Commissioner, Govt. of India and should possess valid EPF Registration number;
contractor shall ensure the deposit of monthly EPF contribution of their workers engaged
16
on said works with EPF department in the accounts of the workers. Documentary
evidence in respect of the amount deposited for the previous month must be submitted
before submitting the bill for the following month by the contractor. Annual EPF
inspection from the respective inspector is also required to be submitted by the
contractor before closing of the contract.
16. INSURANCE:-
Immediately before the commencement of the work, a group insurance policy of
appropriate value valid for the term of the contract in respect of all the workers deployed
on work under workman compensation Act.1923 shall be obtained by the contractor to
cover up the risk of injury/death/fatal/non-fatal accident. The documentary proof of the
same shall have to be furnished with first running bill, the contractor shall be fully and
wholly responsible for any mishappening, injury Fatal/Non-fatal accident sustained by
him/their employee/worker at site during performance of the work under the contract and
HPGCL is forced to pay any compensation to any workman employee/engaged by the
contractor amount so paid shall be recovered from his pending dues against this
contract or any other contract with the HPGCL.
17. LABOUR LAWS:-
Labour laws to be followed are attached as per Annexure-III
18. SAFETY RULES:-
Contractor shall have to comply with all the previous of safety rules. The Chief Safety
Officer may impose penalty of Rs.200/- per day per head, if the workers of the contractor
are found to be working carelessly and/ or in violation of use of proper safety
equipments, against violation of any other clause a penalty of Rs.500/- per violation
(minimum) shall be levied in case of repeated violation of serious nature resulting in any
serious accident or direct loss to the corporation/threatens to cause severe
consequences, higher penalty rate may be imposed including suspension/ termination of
the contract. A safety clearance certificate from Chief Safety Officer has to be attached
along with the bills. Following undertaking is also required to be submitted by the
contractor.
―I/we have gone through all the terms & conditions on safety regulation and undertake to
strictly enforce the same during the execution of this work including mobilization period,
if any. In case of violation of these terms & conditions, the HPGCL is free to take action
as deemed fit.
In case of any fatal/non fatal accident or any other violation of Factory Act-1948, Pb. &
Hr. Factory Rules-1952 or under other industrial or labour Act are made by/ with the
worker of the contractor and if prosecution is launched by Chief Inspector of Factories,
Chandigarh against occupier/ Factory Manager or any other authority of the HPGCL the
contractor shall be liable to deposit the amount of fine/penalty decided by the court on
the same day.
In case of default the amount will be recovered from the outstanding dues/liabilities of
the contractor against the contract or any other contract at PTPS besides other action as
the HPGCL deemed fit like Black listing of the firm etc.
The liability of the injured person shall be borne by the contractor who has got issued the
gate pass. Whether accident is occurred at any other site of the plant, the responsibility
shall remains with the original contractor until the gate pass is cancelled.
19. LOSS OF PLANT/HPGCL PROPERTY DURING EXECUTION OF THE WORK:-
The contractor shall ensure that no damage or loss is done to HPGCL/Plant property or
any other agency in the jurisdiction of work site. In case it is found that there is any loss
to the plant equipment, HPGCL property or human being due to negligence of the
labour/worker of the contractor, the same shall be made good to HPGCL, by the
contractor at his own cost. The contractor shall make his own arrangement for all tools &
tackles, skilled and unskilled labour etc. required for the execution of contract. The work
shall be subject to inspection at all time by the Engineer-in-charge or his authorized
representatives(s). The contractor shall have to carry out the work to entire satisfaction
of the Engineer-in-charge.
20. BREACH OF CONTRACT:-
If the contract fails to adhere to the time schedule or if his services are found to be
unsatisfactory, the PTPS will be entitled at its option either:-
17
a. To re-cover damages as per penalty clause mentioned at Sr. No. 3 above, if the said
delay is not covered by the force majeure reasons.
OR
b. To get the work done from any other agency after serving a notice of 03 days to the
contractor at his risk and cost and without prejudice to the other provision of the work
order.
OR
c. To cancel the contract by giving 15 days notice & forfeit the security.
21. CONTRACT AGREEMENT:-
The contractor shall execute a contract agreement on specific Performa on Non Judicial
Stamp Paper of appropriate value within 7 days of date of issue of LOI/W.O. cost of the
stamp paper will be borne by the contractor. The person who has signed the tender
papers should have got authority to sign on behalf of the contractor. If it is discovered at
any time that the person so signing had no authority to do so, the HPGCL without
prejudice to any other right or remedy available to it, may cancel the contract and got the
work done from any other agency at the risk and cost of the contractor. The contractor
shall include the contractor‘s legal representatives, successors and assigns.
22. ARBITRATION:-
I. All matters, questions, disputes, differences and/or claims arising out of and/or
concerning and/or in connection with and/or in consequence of, and /or relating to
any contract under these Regulation, whether or not obligations of either or both the
Supplier and the Corporation under that contract be subsisting at the time of such
dispute and whether or not the contract has been terminated or purported to be
terminated or completed, shall be referred to the sole arbitrator of MD/HPGCL or
officer appointed by MD, HPGCL as his nominee. The award of the arbitrator shall be
final and binding on both parties to the contract.
The objection that the Arbitrator has to deal with matters, to which the contract
relates, in the course of his duties or, he has expressed his views on any or all of the
matters in dispute or difference, shall not be considered as a valid objection.
II. The Arbitration may, from time to time, with the consent of the parties to the contract
enlarge the time for making the award. The venue of the arbitration shall be the place
from which the acceptance of offer is issued or such other place as the Arbitrator, in
his discretion, may determine.
III. All arbitration proceedings under this Regulation shall be governed by the provisions
of the Arbitration and Conciliation Act, 1996 and the Rule thereunder, with any
statutory modifications thereof for the time being in force.
23. JURISDICTION:-
All legal proceedings in connection with contract shall be subject to the territorial
jurisdiction of local courts at Panipat (Haryana).
24. SUPERVISION OF WORK:-
a) The Engineer-in charge shall have the general supervision of work. The work shall have
to be started by the contractor as per instructions of Engineer-in –charge or his
authorized representative at any time on any working day. He has authority to stop the
work whenever such stoppage is necessary to ensure the proper execution of the
contract. He shall also have authority to reject all works or part thereof and give
necessary direction to carry out work again to his satisfaction. No claim whatsoever on
this account will be entertained.
b) The decision of Engineer-in-charge shall be final in regard to all matters relating to this
contract.
c) The decision of Engineer-in-charge for determining the category of the work with
reference to the items not maintained in the scope of the work shall be final.
d) The execution of the work may entail working at all the sites weather conditions and no
extra claim will be considered on this account. The contractor may have to carry out jobs
and work round the clock, as per the requirement to be decided by Engineer-in-charge.
No extra claim/over time will be paid on this account.
e) In case the contractor fails to do the extra and/or substitutory work, Engineer-in-charge
will have the option to get the work done through another agency at the risk & cost of the
contractor.
18
f) In case of any dispute, the contractor may represent in writing to the Engineer-in-charge
whose decision shall be final and binding.
25. TELEPHONE:-
The successful contractor shall provide the cell phone facility to his supervisor to
facilitate HPGCL for easy communication. The contact number shall be intimated by the
contractor, immediately after the award of the contract.
26. The firm will intimate (in writing) the name of authorized representatives at site of whom
necessary instruction regarding the works can be imparted.
27. Any other work relating to operation & maintenance of Ash Handling System (wet), Ash
Water Recovery System, Dry Ash Handling/evacuation System and computer system for
generating excise invoices in Annexure-I and is necessary for safe operation of the
plant, will also be in the scope of contractor. No extra payment on this account will be
made.
28. The proof of deposit of Labour welfare fund shall be submitted with the bill by the
contractor.
29. After issue of LOI, the firm shall takeover O&M of complete system from the date as
specified in LOI.
30. TERMINATION OF CONTRACT:-
If the Units are expected to be under shutdown for longer period, the project SPC would
decide about the fore closure of the contracts.
XEN / BMD-VI, Unit-8,
For Chief Engineer / PTPS-2,
PTPS, HPGCL, Panipat
19
Annexure-IV
HPGCL
TECHNICAL TERMS & CONDITIONS
1. Consumables like M.S welding electrodes (ESAB/ADVANI/ADOR/L&T/D&H/ or any
ISI marked), oxygen and acetylene gas, cloth, cotton waste, emery paper, RTV
sealants, kerosene oil, rustoline, hacksaw blades grinding wheel, teflon tapes, araldite,
soldering flux, solder, old dhoti, cleaning agent, metal putty, flexible pipes for cleaning
with service air & water etc. required for ash handling maintenance jobs will be
arranged/provided by the firm. In case contractor fails to bring sufficient
consumables to site without which HPGCL work is suffering, HPGCL shall be
procuring the same from the market and recover the cost from the contractor's bill
@1.5 times the purchase price of the item. However, special silicon grease, O-rings,
special electrodes for S.S/CI/alloy steel for hard facing/repairs will be provided by
HPGCL free of cost.
2. The firm should have minimum following T & P along with other sufficient essential T&P
so that simultaneous different sites could be handled at site for O & M work:
a. Welding machines 02 Nos.
b. Portable welding Machine 01 No.
c. Gas Cutting Set 02 Nos.
d. Chain Blocks 03 Nos.
e. Hydraulic Jack (50 T) 02 Nos.
f. Grinding Machine 01 No.
g. Drill Machine 01 No.
3. All tools & tackles like spanners, millimeters, tong tester, box-spanner, pull lift, hoisting
arrangement, portable grinding machine, personnel protective equipments for safety of
workers, safety belt, and other general purpose tools and tackles have to be arranged/
provided by the contractor. Scaffolding material, if required shall be provided by HPGCL
free of cost.
4. The entire work shall be completed by the contractor within the time given by
Engineer-in-Charge and to achieve this, contractor has to work round the clock.
5. All spares, bolts, nuts, grease, lubricants and gaskets, seals, ‗O‘ rings , electricity
supply for welding set / lighting, water and air etc. if required for any job will be
issued free of charge by HPGCL.
6. The work shall be started immediately after getting written/verbal instructions from
the authorized representative of the Engineer-in-Charge.
7. Any temporary Platform/scaffolding etc. required to execute any work shall be in the
scope of contractor.
8. The transportation of material from site to workshop & vice versa will be in the
scope of contractor. The contractor will assist the loading / unloading of spares, if
the same are to be got repaired from any private workshop.
9. The transportation of spares & other material from O&M store to site store or place
of work & transportation of scrap to store yard will be in the scope of contractor.
10. After attending the job, the area will have to be got cleaned / cleared and scrap etc.
to be removed from site. In case Engineer-in-Charge feels that the area has not
been cleaned / cleared properly, HPGCL has the right to get the above work done
from other agency at the risk and cost of the contractor.
11. If required, the space for office and store can be provided if available by HPGCL.
The site office should be well painted and constructed in such a way that it should
give an aesthetic look.
12. The chemicals for carrying out DP test wherever required will also be arranged by
the contractor.
13. In case spares are not available at site or in store and same are required to be
removed from any other unit, the contractor is bound to do same without any extra
cost.
14. At the start of contract; the contractor shall access the spare parts requirement of
20
various equipments and would advice the PTPS Engineer-in- Charge.
15. Cleaning of dust from equipment i.e. HP Pumps, LP pumps, Vacuum pumps,
Fluidizing blowers, Ash slurry pumps, TAC, IAC, Clinker grinder drives, overflow
pump, Ash Water recovery pumps & associated equipments, silo area, Compressor
house/MCC room/computer room/, weigh bridge at Silo, LP-HP piping, TAC line
and ash conveying line etc. will be done daily, preferably between 04:00 PM to 7:00
AM. All equipments shall be maintained adequately cleaned & dust free.
16. The dismantled spares, new spares, kept at site for emergency use should be
properly stacked, kept cleaned and covered properly in safe custody.
17. Contractor will arrange all measuring instruments like micrometers, vernier calipers,
scales, tong testers, millimeters, dial gauge, hydraulic testing pumps for coolers etc.
18. Additional manpower will be required to be mobilized during overhauling of any
unit and the contractor will ensure adequacy of manpower so that overhauling
works are completed in time.
19. The contractor shall make an arrangement so that his authorized representative is
available round the clock at specified location to take maintenance job on all days
including Sundays / Holidays.
20. The contractor will ensure the presence of their representative i.e.
Supervisor/contractor himself at the time running of equipment after completion of
work.
XEN / BMD-VI, Unit-8,
For Chief Engineer / PTPS-2,
PTPS, HPGCL, Panipat
21
Annexure-V
HPGCL
IMPLEMENTI ON OF LABOUR LAWS BY THE CONTRACTOR
1) Registration of Establishment (PTPS ) and obtaining the Labour License/
Renewal.
The Registration of Panipat Thermal Power Station with the list of working Contractors
is required under Section -7 of Contract Labour Act, 1970. The name of working Contractor
must be on the list of Contractors otherwise he (contractor) will not get Labour License/
Renewal from the labour Department, Haryana Govt. So as and when the work is awarded to
the contractors other then included in the list of contractors attached with the Registration of
Panipat Thermal Power Station, the contractor will ensure that his name on the prescribed
performa is intimated to the Centralized Agency by the officer incharge of the work for getting
his name including in the said list.
Further after the needful, the contractor will be under obligation to obtain labour
license/ its renewal under Section 12 of ibid Act from the Labour Department. Haryana Gov!. by
completing the requisite formalities.
2) Payment of wages to the workers deployed on the work Under Section 63 to 73 of
Contract Labour Act-I970.
The contractor will be bound to pay wages to the workers deployed by him on the work
as per minimum wages fixed by Labour Department, Haryana GOY1. , Chandigarh and follow
revision from time to time. He will display on the notice Board of his site office, the date of
making monthly wages payment which should be on or before 7th of every month. The payment
shall be made in currency & coins in the presence of authorized representative of the Principal
Employer! official from the Labour Department Haryana Govt. In case of default, the contractor
will be liable for prosecution under the ibid Act.
3) Maintaining the Registers and records Under Section – 74 to 78 (a to d) of
Contract Labour Act-1970.
The contractor shall maintain necessary records under the provisions of ibid Act vii.
Register of Workman employed (Section -75), Issuing of Employment Cards (Section 76),
Service Certificate (Section 77), Register of wages (Section 78 (a) to (d», Attendence Register,
Register of Over time ,Register of deduction, Register of advance, Register of fines, Issuing of
Wages Slips, etc, the same shall be made available with the site in charge of the work or
authorized representative of the contractor for checking! inspection as and when required by the
officer in charge of PTPS authorities or Labour Department, Govt. of Haryana. Non maintaining/
non production of the above Registers /Forms, under Section- 23 - 24 of the ibid Act will be
treated as offence and Contractor will be liable for prosecutions by the Labour Department,
Govt. of Haryana.
4) Age limit of the workers.
No labour below the prescribed limit of age i.e. 18 years and above 60 years shall be
employed by the contractor on his allotted works.
5(A). Compliance of various Labour Acts.
The contractor shall abide by all the labour laws required to be followed and he shall
furnish an undertaking on N1SP of appropriate value duly attested by the Notary Public to the
effect that he will comply with all the Acts, laws and Regulations as may be applicable with
regard to performance of work including Factory Act.1948. Industrial Dispute Act-1947 .
Employees State Insurance Act-1948 . Employee Provident Fund Act-1952, Payment of Wages
Act-1936 , Minimum Wages Act-1948. Contract Labour Act (R&A , 1970) Workmen
compensation Act 1923 and others rules and regulations as framed by the Central! State GOY1.
in this regard from time to time.
(B). The Contractor shall also specify in the above Undertaking that all the labour /workmen
engaged by him for rendering the services under the contract, will be the employees of the
contractors for all intents and purposes and shall have no claim! right on the HPGCL. All the
risks, responsibilities and liabilities towards his labour shall be owned by him. The Contractor
will take such steps as may be directly responsible for any dispute arising between him and his
22
labour / workmen and keep the HPGCL and its officers indemnified from and against all losses,
damages and any claim/liability arising there from. Under no circumstances whatsoever,
HPGCL would be held responsible in respect of contractor's workers. In case any expenditure is
incurred by HPGCL as a result of certain dues on the pan of the contractor's labour or other
wise, the HPGCL is entitled to recover / claim such dues /compensation from the contractor's
pending, payments bills or through court of. law.
(C) Besides the above, the contractor shall obtain an affidavit on the NJSP of appropriate value
duly signed and witnessed by him under his seal and duly attested by the Notary
Public from his each and every individual worker / employee that they will not claim any
employment in HPGCL in lieu of services rendered by them to the contractor namely
M/s--------------------------------------------- against Work Order No.-------------------------
dated------------------- and all the disputes, whatsoever and of any nature, will be settled by their
contractor who has engaged them. These affidavits along with his own undertaking as per para-
A&B above. shall be submitted by the contractor to the Officer-in-Charge (for ARC/AMC).
6) Deposit of EPF contribution of the workers along with Employer share.
It is statutory obligation for the contractor to deduct EPF contribution for the employee
drawing wages up to Rs.6500/- per month. The rate of deduction i.e. 12% on the minimum
wages fixed of the labour by the Govt. or actual wages drawing (i.e. basic pay + DA + cash
value of food concession + leave encashment) and deposit the same with his share @ 12%
(8.33 % in pension fund and 3.67% in employees contribution ) and deposited the same with the
EPF Department with 1.61 % administrative charges in their allotted EPF Code upto15th of due
month failing which interest and damages will be charged., Copy of the deposit challan for
25.61% as mentioned above shall be submitted along with running bills in the office of officer in
charge of the work by the contractor. The monthly return on R-I form by mentioning the social
security No. of each worker which may be obtained from EPF Department shall also be
submitted in the office of Regional Commissioner and copy of the same shall be submitted to
the officer in charge of the work! Accounts Branch. The contractor possessing the EPF Code of
out of State of Haryana where R-( form is not applicable/introduced, they will supply the Form
3A, 6A, 12A, 5, 10 as applicable in that State by the EPF Department. It is responsibility of the
contractor to make the inspection of record of deposit of EPF contribution of their labour from
the EPF Department and copy of the same will be submitted 10 the officer in charge of work /
Accounts Branch , The contractors having out of state, EPF Code will also get their record
inspected from Local EPF office(Panipat).
7) Deposit of ESI Contribution of the workers along with Employer share.
It is statutory requirement for the contractor under ESI Act 1948 that the workers
drawing gross wages up to Rs.10,000/- , 1.75% contribution is deducted from the wages of such
worker and deposit along with Employer share of 4. 75% i.e. total 6.5% with the authorized bank
/ branches of ESI Department by the contractor to cover their workers under ESI Scheme Upto
21st of due month, other wise, interest and damage will be charged on deposit of delayed
payment. The contractor will get their ESI code.
It is also responsibility of the contractor to get the facilities as provided under ESI
scheme, extended to their workers viz. issuance of ESI Cards, filing the Returns on prescribed
Form- 6 on due dates i.e. 12 May, 11 November, every year in local ESI office., otherwise he
will be prosecuted by the ESI Department as provided in the ibid Act. In case of non issuance of
ESI Cards, the workers, will not get the medical facilities / pension benefits to the widow which
are provided by the ESI Department and contractors will be responsible for consequences.
8) Deposit of Labour Welfare Fund along with Employer share.
In pursuance of Haryana Government Labour Department Gazette Notification dared 4'h
April, 2007, i.e contractors are required to deduct Labour Welfare Fund @ Rs.5/- from each
worker and deposit the same with Employer's share @ Rs. I 0/- per worker (total Rs.15/- each
worker) with the Welfare Commissioner, Haryana , Chandigarh in shape of Demand Draft in
their favour along with list of workers for whom the same is being deposited. The copy of proof
in this respect shall be submitted along with bills to officer-in-charge/ Account Branch.
XEN / BMD-VI, Unit-8,
For Chief Engineer / PTPS-2,
PTPS, HPGCL, Panipat
23
Annexure-VI
HPGCL
RATE QUOTING SHEET
Bidders are required to quote rates as per Performa given below:-
Sr. No.
Description Rates to be quoted Lump-sum per month
1 Operation and Maintenance of PLC Based Ash Handling
System (Wet) Except Maintenance of Dry Ash Evacuation
System from Buffer Hopper (Tee-Off Point Of Wet & Dry Ash
Conveying System)
2. Operation and Maintenance of Ash Water Recovery System of
1100m3/hr. Ash Water Recovery System
3. Operation and Maintenance of PLC based Dry Ash Handling
System /Dry Ash Evacuation System from Buffer Hopper (Tee-
Off Point Of Wet & Dry Ash Conveying System) to Ash Silo
4. Operation & Maintenance of Computer System for Generating
Excise Invoices of Dry Fly Ash at Silos
Signature & seal of the bidder