+ All Categories
Home > Documents > Final Tender document docx - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · THERMAL POWER...

Final Tender document docx - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · THERMAL POWER...

Date post: 30-Mar-2018
Category:
Upload: nguyenkiet
View: 218 times
Download: 1 times
Share this document with a friend
31
GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in CIN: U40100GJ1993SGC019988 TECHNICAL BID WT NO.2854 RFQ NO.32631 TENDER FOR THE WORK The work of online, routine, preventive, breakdown, AOH, COH maintenance of Ash Handling Plant silo system including manual pocking of hoppers in unit no. 1 &2 at Ukai TPS.
Transcript

GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in

CIN: U40100GJ1993SGC019988

TECHNICAL BID WT NO.2854

RFQ NO.32631

TENDER FOR THE WORK

The work of online, routine, preventive, breakdown, AOH, COH maintenance of Ash

Handling Plant silo system including manual pocking of hoppers in unit no. 1 &2 at

Ukai TPS.

Annexure

Tender for work of: _______________________________________________________________________________________________________________________________________________________________________________________________________________________________________

On Firm’s Letter Head

CERTIFICATE – ‘A’

I/We ________________________________________ authorized signatory of

M/s___________________________________________ here by

Certify that M/s ______________________________________ is not related with other firm who

has submitted tenders for the same items under this inquiry / Tender.

Seal of the Firm Signature of the tenderer

Place: with Designation.

Date:

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

INTEGRITY PACT OUR ENDEAVOUR

To create an environment where Business Confidence is built through Best Business Practice and is fostered in an atmosphere of trust and respect between providers of goods and services and their users for the ultimate benefit of society and the nation. GSECL’S COMMITMENT PARTY’S COMMITMENT ♦ To maintain the highest ethical standards in

business and professions.

♦ Not to bring pressure recommendations from outside GSECL to influence its decision.

♦ Ensure maximum transparency to the satisfaction of stakeholders.

♦ Not to use intimidation, threat, inducement or pressure of any kind on GSECL or any of it’s employees under any circumstances.

♦ To ensure to fulfill the terms of agreement/contract and to consider objectively the view point of parties.

♦ To be prompt and reasonable in fulfilling the contract, agreement, legal obligations.

♦ To ensure regular and timely release of payment on due dates for work done.

♦ To provide goods and/or services timely as per agreed quality and specifications at minimum cost to GSECL.

♦ To ensure that no improper demand is made by employees or by anyone on our behalf.

♦ To abide by the general discipline to be maintained in our dealings.

♦ To give maximum possible assistance to all the vendors/Supplier/Service Provider and other to enable them to complete the contract in time.

♦ To be true and honest in furnishing information.

♦ To provide all information to suppliers/ contractors relating to contract/job which facilitate him to complete the contract/job successfully in time.

♦ Not to divulge any information, business details available during the course of business relationship to others without the written consent of GSECL.

♦ To ensure minimum hurdles to vendors/suppliers/contractors in completion of agreement/contract/work order.

♦ Not to enter into carter/syndicate /understanding whether formal/non-formal so as to influence the price.

Seal & Signature (GSECL Authorized Signatory)

Seal & Signature Party’s Authorized Person

Name:

Chief Engineer (Gen.) GSECL, TPS Ukai.

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

THERMAL POWER STATION UKAI DAM – 394 680

INSTRUCTION TO BIDDERS

01. Prescribed EMD will have to be paid by the tenderer, which will be accepted by crossed Demand Draft drawn on Bank of Baroda or SBI payable at Ukai. Tender submitted without EMD are liable to be rejected. All tenderers are strictly instructed that Xerox copy of DD No. of EMD & Tender fee to be sticked on tender cover without which it will be presumed that EMD is not paid and tender will not be considered / accepted.

02. The tender is to be submitted in two separate envelopes, one for Technical Bid & second for Price Bid duly offered in sealed super- subscribed with Tender Number, Name of Work, Due date of opening, Photocopy of M.R. of EMD Tender fee shall be received by RPAD only.

03. Tenders received late after prescribed due date & time will not be accepted. Any alternation / modifications to the bids received after opening of the tender shall not be considered unless called for by the GSECL in negotiation.

BID QUALIFICATION CRITERIA FOR TECHNICAL BID

Offers of only those well-experienced and resourcef ul tenderers, who meet at least the following criteria, will be considered.

i. Tenderer should have carried out the same or similar natured Ash /Plant/Boiler related maintenance and R&M work etc. on as and when required basis or on piecemeal basis having single or aggregate order value not less than 4 Lakhs in any year during last 05 years in any power station of GSECL or NTPC or state owned utility or in any IPPS(Independent power producers)

ii. Past executed order copies of similar work or ash plant related maintenance /R&M work carried out in GSECL or any other State Electricity Board, NTPC or other reputed organization etc.

iii. Please furnish your address, Phone No., Fax No., e mail ID, CST/VAT registration certificate, PAN No., Copy of separate P. F. Code Number and receipt of EMD paid & Signature of the party with Company’s seal.

iv. Service Tax Registration Certificate. v. List of tools and tackles lying with them for carry out the work. vi. Evidence of having successfully/satisfactorily carried out the same type of works

satisfactorily at the thermal Power Station of SEBS,NTPC & Public Sector within last 5 (five) years period. The experience certificate with order copy & satisfactory work completion certificate from such organization where the work has been carried out by the bidder should be submitted.

vii. The Chief Engineer (GEN) UKAI TPS reserves the right to either accept or reject any or all tenders without assigning any reason any thereof.

viii. The offer without any of the above documents or non acceptance of any clause shall be liable for rejection. In this regard the decision of CE (G) Ukai TPS shall be final & binding to the bidder.

ix. Subletting of tender is not permitted.

x. Service tax, VAT, excise or any other taxes - applicable must be mentioned in price bid only & if mentioned in technical bid or else where are liable to be IGNORED.

xi. In no circumstances price should be quoted in Technical bid. Bidder has to quote their rate only in price Bid in schedule –B.

Tenderer shall furnish enough details/ documents in the technical bid regarding their experience, capability and resourcefulness meeting above requirements, solvency certificate minimum of 20% of estimated cost issued by any nationalized Bank etc . Tenderer shall also furnish as per list. Tenderer shall specifically mention with supporting documents how they meets qualifying requirements i.e. tenderer shall furnish copy of past orders executed (mentioning detailed scope) along with their respective performance certificate from the end user by which he claims to have met tender qualification requirements.

The bidder should indicate in his technical bid the maximum value of the order of similar work executed together with the details i.e. name and full address, telephone / fax number / Email ID of the customer, value of the order, scope of work etc.

i. Time limit for completion of the work stipulated in order. ii. Actual time taken for completion with reasons for delays if any. iii. Performance certificates from customers for the subjected work.

Chief Engineer (Gen.) GSECL, TPS Ukai. Signature of contractor

With seal & date

Annexure-I

DEVIATIONS FROM THE TECHNICAL & COMMERCIAL SPECIFIC ATIONS

(To be furnished with Techno-commercial bid) Sub : The work of on line, routine, preventive, break down, AOH, COH maintenance of Ash

Handling Plant silo system including manual pocking of hoppers in unit no. 1 &2 at Ukai TPS.

Sr.

No.

Clause No. of Tender

Specification

Brief matter of

the clause

Scope acceptable to

tenderer Justification

DECLARATION :- The undersigned is a duly authorized representative of the Bidder & certifies that all the furnished data & information pertaining to this offer are correct & are true representation of the equipment & material offered by our offer no.________________________, dated ___________. The undersigned confirms that the offered plant has been designed to achieve the required performance as per the desired parameter & guarantee to achieve the same.

SEAL OF THE TENDERER SIGNATURE OF TENDERER'S

AUTHORISED REPRESENTATIVE

Annexure-II

BIDDERS EXPERIENCE LIST (To be furnished with Techno-commercial bid)

Sub: The work of on line, routine, preventive, break down, AOH, COH maintenance of Ash Handling Plant silo system including manual pocking of hoppers in unit no. 1 &2 at Ukai TPS.

Sr. No.

Name of Work

Location/Postal address

Nos. of O/H & servicing & repair of ash plant related

maintenance work.

Scheduled completion

period

Actual Completion

period & Year

Whether performance

certificate attached.

SEAL OF THE TENDERER SIGNATURE OF TENDERER'S AUTHORISED REPRESENTATIVE

SCHEDULE-A Name of Work :- The work of Online, routine, preventive, breakdown, AOH, COH maintenance of Ash Handling Plant silo system including manual pocking of hoppers in unit no. 1 &2 at Ukai TPS. Scope of Work: The scope of work includes round the clock / three shift for Maintenance of the dry ash collection, storage and disposal system (Entire Silo system) supplied by M/s. Indure and subsequent modifications carried out/ being carried out in the system.

Major Equipments/Components of the system are liste d below however system in totality is in the scope.

(1) All Fly ash pipes/Vacuum lines, bends, fittings, couplings from fly ash hoppers to hydro vector heads, Discharge pipe up to air separator tanks, Seal boxes, Air washer system.

(2) Two sets of ash collector tanks, Combination filter/separator,(Filter bags, Pulse jetting system),

(3) Two sets of upper dump gates/lower dump gates, vacuum/pressure Equalizing /Vent valves.

(4) Two nos. vacuum breakers valves. (5) Vacuum pumps Minor Work i.e. V- belt tightening/Replacing/Minor leakages attending work

only. (6) Seal water System of Vacuum pumps: Minor Work i.e. Strainer cleaning / valves fitting or

replacing, line flushing / leakages attending work. (7) The work of Fluidizing lines, valves, fittings, fluidizing pads of fluidizing blowers of “SILO” &

ESP shall be carry out by Contractor. (8) SILO fly ash discharge valve to rotary feeders.(Knife gate valve) (9) Rotary unloader. (10) Repairing of SILO chute. (11) All two system of Fly Ash pipe lines from MHV & Air intake valve to Silo, & stack hopper fly

ash line if available. (12) To maintain healthy vacuum to evacuate fly ash in Dry (Silo) as well as in wet mode. (13) All silo related auxiliary such as bag filters, vent fan, telescopic chute, bulk loading spout

etc. (14) Checking & attending of vacuum as & when required as per instruction from Shift

incharge, Plant D.E, Engineer in charge & concerned on duty silo/ash plant operator. (15) Healthy vacuum must be maintained round the clock for better performance, evacuation of

fly ash in dry & wet mode. (16) Party has to detect defects related to above work and attend the same. Detailed scope of work :- 01 The line clear shall be issued to the contractor or their authorized technical supervisor for

maintenance work and work shall be treated as completed when the equipment is accepted by operational staff and put into service. Any defects noticed on putting Silo/Ash handling system into operation after repair shall have to be rectified as part of this contract immediately.

02 The scope of work consist of and includes, dismantling/removal/refitting, transportation and handling of old/new ash plant/Silo components, equipment, from any plant of unit 1 to 5 for the purpose of keeping the Silo/Ash handling system/Silo of boiler unit nos. 1 & 2 available in working condition as a part of this contract without any extra cost as per instruction of Engineer In-charge.

03 The scope of work shall also include transportation, handling & re-crediting of old/new materials, equipment’s, lubricants, spares etc. from GSECL Main store/sub store to ash

plant area of the units as directed by Engineer-in-charge. The dismantled items/equipment/spares shall have to be shifted immediately from working area & credited to substore/main store or other department/areas, of Boiler unit no.1 to 5 as part of this contract without any extra cost and as directed by Engineer-in-charge.

04 After the repairing/maintenance, the old spares should be removed immediately from the site and working area should be kept cleaned and cleared failing which appropriate amount shall be deducted from the contractor’s bill. The contractor shall have to provide necessary manpower whenever required for checking, grinding, testing of new spares/components of Silo/ Ash handling system/ Silo system as part of this contract without any extra cost. Loading/unloading of dump gates, repairing, replacement, welding, grinding is in contractors’ scope.

05 Regular Cleaning of Silo from top to bottom including Weigh Bridge & its surrounding area is in contractor’s scope. If ash is dumped on Weigh Bridge due to silo cleaning is to be remove by contractor by manual lifting, water jetting etc. The silo surrounding area cleaning is in contractor’s scope.

06 Repairing of old parts such as MHV seat and slides, SV slide, dump gate, pipe pieces, elbows hard facing, preparation of pipe short pieces or any material related to the scope is in the scope of contract.

07 Complete overhauling & replacement of all silo spares, Ash hopper spares such as MHV, SV, elbow, pipe, Y- lateral, Fluidizing Rotary Blower, Rotary Feeder etc.

08 The contractor shall be equipped/mobilized/ready in all respects with required/sufficient skilled workmen and all necessary general tools tackles to take-up any type of maintenance job on Silo/Ash handling system either online, preventive and/or breakdown at a time at a short notice of one hour.

09 Contractor should be resourceful with sufficient skilled staff and labors every day from available staff in such a way that breakdown work can be carried out within short time, otherwise appropriate amount will be recovered from the bill if the down time is more for each type of maintenance.

10 Area of Silo/Ash handling system shall be kept and maintained neat and clean free of debris, scrap/coal dust/lubricant all the times so that working is not held-up at any time.

11 All old/worn out parts or new spares of Silo/Ash handling system shall be immediately removed from working area and credited either to store or stacked properly in area as directed by Engineer-in-charge on completion of work.

12 In case of breakdown maintenance the contractor shall have to mobilize all his resources within one hour of notice and take-up the required jobs as directed by Engineer-in-charge on emergency basis and shall have to complete within least possible time. The extra labour force is to be arranged by contractor on need basis as per job requirement without any extra cost.

13 All the jobs shall be carried out as per instruction under direct supervision of the contractor supervisor and to the entire satisfaction of Engineer-in-charge. 14 The contractor shall have to carry out the work as and when required and the work started

shall be carried out non-stop till completion of job and safe commissioning of the Silo/Ash handling system to the entire satisfaction of Engineer I/c. Any negligence/disobedience and or delay on the part of the contractor would invite penalty for and decision of the competent authority in this regard shall be final and binding upon the contractor.

15 To improve the efficiency of the silo, modifications as suggested by Engineer I/c. or OEM are to be carried out by the contractor within quoted rates.

16 All old/worn out parts or new spares of Silo/Ash handling system shall be immediately removed from working area and credited either to store or stacked properly in area as directed by Engineer-in-charge on completion of work.

17 Necessary scaffolding / juggar shall have to be prepared by the contractor for which materials like pullies, Kathies shall be arranged by the contractor as part of this contract. After completion of work, contractor shall have to dismantle scaffolding / juggar etc. if required.

(18) Small bearings, oil seals, O-Rings, rubber parts, rubber Sheet, Belts, fasteners, rubber bush, Teflon bush, Gaskets, minor spares etc. if not available with GSECL and if instructed by Engineer In Charge, contractor have to purchase the same and the payment of the same shall be reimbursed to contractor as per “PAKKA’ invoice submitted by contractor.

(19) During the maintenance work, any damage to valuable parts of GSECL or damage to the parts due to mishandling and excessive wastage of material will be considered seriously and appropriate amount will be deducted from the bill. The amount will be decided by CE (Gen) and binding to the contractor.

(20) The contractor shall submit monthly bill in triplicate regularly along-with material account. The payment shall be made on actual executed quanti ty basis for whole month.

(21) Authorized & technically qualified and experienced representative (Supervisor) must remain present at site in General Shift or round the clock in emergency.

(22) The round the clock activities such as ash tanker filling in co ordination with GSECL operator, Ash hopper pocking etc must be done invariably for better evacuation of hopper and maximum ash collection as desired by GSECL .

(23) Material account Performa for R.A. bill should be getting printed as per Performa given by Engineer-in-charge at his own cost.

(24) Contractor has to keep surrounding area clean (Removal of dust /ash /debris etc.) before starting any welding work in area & shall take all precaution to avoid fire hazard in this area.

(25) The preservation of issued material shall be done by the contractor. In case of loss/theft of material, contractor is responsible. In such case GSECL shall recover the cost of lost materials.

(26) Contractor has to deploy manpower as mentioned in Technical terms & condition, failing of which deduction of proportionate amount on pro-rata basis will become admissible.

(27) Contractor shall have to use proper tools tackles for the maintenance works. Removal of parts, bearings, shafts, gear by hammering is not allowed. If such occurrences are noticed, penalty of Rs. 500/- per occurrence shall be deducted from the bill.

Poor workmanship: Occurrence of poor workmanship, frequent repeated maintenance will be viewed seriously. The amount of Rs. 1000/- per occurrence shall be deducted from the bill.

(28) If scrap material not removed from silo, hydro vector tower, ESP ground floor etc even after instruction of Engineer-In-Charge. The amount of RS.500/- per day will be deducted from the bill. (29)If required by the GSECL, the contract shall discontinue during extended AOH/ COH, any major force outage, reserve shut down etc. No claim/compensation/payment shall be done to the contractor. (30)The contractor shall be responsible for care and safe custody of GSECL’s property

entrusted and being handle by him otherwise cost of damaged /shortage will be recovered from him.

(31) The fire fighting, hose pipes & nozzle will be given on free of cost by GSECL. (32) Party has to come-up with concrete suggestion in writing to solve any problem observed in

running unit previously related to work awarded. If no improvement observed in performance, dealing with party will be stopped in future.

(33) Any work related to contract awarded is not mentioned in the scope and is required to be carried out than same will be in the party’s scope at no extra cost.

(34) GSECL reserves the right to forfeit the security deposit in case of any breach of contract. (35) Insurance and labour license as per the legal requirement shall be required to be taken care

by the contractor.

- The Routine as well as shut down activities Scope of work is as follows but not limited to.

• Dewatering of accumulated water near bottom ash trenches, sump pump, vacuum pump & all the ash plant related area lines, pipe, bends etc as per instruction of Engineer In charge.

• Minor work is to be carry out during Bottom ash hopper operation if required. • Fly ash hopper manual pocking to clear chocking wherever required as per the instruction

of ash plant control room operator. • Fly ash line & slurry discharge line coupling tightening work up to line cross over station if

required to maintain the healthy system should be attended as per instruction of EIC. • Necessary cleaning by air jetting if required in the area of ash plant like silo area etc.

should be attended. • During forced outage of boiler necessary cleaning is to be done by removal of ash,

un burnt fuel oil, refractory , Debris lying at bottom ash sump & trench etc. • During forced outage of boiler if ESP hoppers are found filled with fly ash necessary

manual pocking or water jetting is to be done as per instruction of EIC. • For the above scope of work contractor have to engage required man power 24 hrs.

round the clock. • The pocking ,chock removal ,dewatering, cleaning should be done as per site requirement

and as per the instruction from Engineer In charge from maintenance /Shift In charge from operation.

1. Replacement of Filter bags of Combination Filter an d Vent Filter of Silo :

The Scope of Work includes opening of man holes Doors of Combination Filters 1A, 1B & 2A, 2B Vent Filter FOR # 1& # 2, dismantling of Pulse-jet-Air Piping & its Union Joints, Removal of Cages and fitted Filter bags. After Removal of Filter bags (65 Numbers of Combination Filter & 45 Numbers of Vent Filter), all Bags & its Cages are required to be cleaned & checked for any erosion/worn out conditions/damaged/punctured conditions. If any Bag or Cage found in such conditions, it is to be replaced with new ones. During entire Checking, if complete lot of 65 Bags or 45 Bags in case of Combination Filter or Vent Filter respectively, then entire Lot of Bags & Cages are to be replaced as per instruction of Engineer In Charge. The Pulse Jetting Nozzles of all Bags are also required to be checked and if any found damaged, it is to be replaced with new ones. After fitting of all bags & cages, the pulse jet air piping & its Union Joints are to be fitted in such a way that there should not be any leakage from any of the joints of entire filter. The required New Filter Bags, Cages, Nozzles, Piping & Unions are to be arranged by the GSECL. After Completion of Work the entire Combination Filter and Vent Filter shall be tested and commissioned with Normal Working. If any defect noticed during Testing & Trial, it shall be rectified on the same day without any extra cost to GSECL.

2. Complete Overhauling of Vent Fan of Silo: Complete Overhauling of Vent Fan is to be carried out. It includes the

Dismantling of impeller cashing, impeller, Bearing Blocks, Bearings, Suction & Discharge Joints, damper etc. for Complete Overhauling of Vent Fan. After complete dismantling, all Components/items are required to be cleaned and checked/inspected for any wear & tear, and damaged condition. It also includes repairing of any Components/Spares if required as per instruction of Engineer in Charge. If any Spare/component is required to be replaced with New Ones, same shall be replaced during Assembly of Vent Fan. The required Bearings, Spares, grease are to be arranged

by the GSECL. After Complete Assembly, Alignment and Lubrication of Bearings; the fan shall be tested and kept in Trial running with Normal parameters like Vibrations, Ampere, bearing Temperature etc. If any defect noticed during Testing & Trial, it shall be rectified on the same day without any extra cost to GSECL.

3. Complete Overhauling of Rotary Feeder and its Teles copic Chute, Wire Rope Winch, KGV and Butter Fly Valve:

The Complete Servicing & Overhauling is to be carried out. It also includes the Dismantling, Cleaning, Inspection of Rotor; end covers, Bearings, chain drive etc. all Components of rotary feeder, Telescopic Chute, Wire Rope Winch, KGV and Butter Fly Valve etc. & replacements if required as per instruction of Engineer in Charge. The required Bearings, Spares, nut-bolts, Gland packing and Grease will be arranged by the GSECL. It also includes repairing of any Components/Spares if required as per instruction of Engineer in Charge. After Complete Overhauling of Rotary Feeder along with all Accessories as mentioned above, the trial and testing with Normal Working & Zero Ash leakage from any of the joints of the equipment shall be carried out. If any defect noticed during Testing & Trial, it shall be rectified on the same day without any extra cost to GSECL.

4. Complete Cleaning, Ash Removal & Disposal from Silo , Checking of Fluidizing Pads, Repairing, Replacement and Refitting of Pads and Fluidizing Air Test:

The Scope of Work includes complete cleaning of Silo with removal of Residual ash remained after empty of Silo through available operating unloading systems, cleaning of bottom portion of Silo inside surface, cleaning of Fluidizing Pads/Square Diffuser Pads and its fitting & Fluidizing Piping arrangement. The removed ash should be filled up/collected in Tractors/Trucks/Tankers in such a way that there should not be any Air-Pollution and disposed up to suitable destination/location as per instruction of Engineer in charge. After complete cleaning of inside surfaces of Silo and its all Fluidizing Pads, shall be dismantled and checked for any crack or damaged condition. All piping joints shall be dismantled and all fluidizing fitting arrangement and its housings shall be checked for any damage. If any pad found damaged or in broken condition, same shall be replaced with new ones. The connected piping joints shall be checked for leakages of Air and all such leaky joints shall be attended. After complete checking of Pads, all pads should be fitted in its original position with fitting arrangement and connected piping joints. The old gaskets of Fluidizing pads shall be replaced with New Ones. The scope also includes repairing of any joints, pads, fitting arrangement etc. also. After complete fitting of Pads and its fluidizing piping joints, entire system shall be checked with running of Fluidizing Blower and it should be found with “Zero Air Leakages”. In order to carry out the said work, party shall have to open the man hole door of Silo and men power has to work inside the Silo Tank hence proper safety precautions shall have to be taken by the party. All Safety PPEs shall have to be used by the contractor’s workmen.

5. Complete Overhauling of Totally Enclosed Rotary sli de Gate (TERSG) Valves inclusive of Repairing/Replacement.

The Complete Overhauling of Totally Enclosed Rotary slide Gate means complete dismantling of Totally Enclosed Rotary slide Gate in all respects from its Original Fitted Position in fly ash line of Silo. After complete dismantling of Totally Enclosed Rotary slide Gate Assembly, it’s all components shall be inspected thoroughly for any damaged/worn out condition. The Body of Valve, Slide, Shaft, Bush, Seal trip, Band clamp, lever- Air cylinder, Yoke end, etc. Shall be inspected for

erosion/deteriorated condition at contact surfaces and at sealing points. The worn out portion of Body Surfaces shall have to be resulted up by suitable C.I. Welding electrodes. The filled up Surfaces with welding are required to be prepared for surface finish by grinding. The worn out items of Totally Enclosed Rotary slide Gate ,i.e. The Body of Valve, Slide, Shaft, Bush, Seal trip, Band clamp, lever- Air cylinder, Yoke end, etc if found damaged/worn out/deteriorated are required to be replaced during Assembly of Totally Enclosed Rotary slide Gate. After completion of assembling work, the complete Gate Assembly is to be fitted at its Original Position and checked & ensured for smooth and trouble free Operation with “Zero Passing” or “Zero Vacuum Drop” across the Totally Enclosed Rotary slide Gate.

6. Complete Overhauling of Swing Type Flap Gate Valve Complete Assembly inclusive of Repairing/Replacement of its Body, Sea t Ring and Operating Mechanism of Silo:

The Scope of work includes complete dismantling of Swing Gate, Gate Seat, Gate mechanism and its body from its original position. After complete dismantling of Gate Assembly, it’s all components shall be inspected thoroughly for any damaged/worn out condition. The Body of Valve, seat and Flap Gate shall be inspected for erosion at contact surfaces and at Allen key joints of Seat and Body. The worn out portion of Body particularly at PCD of Seat Ring shall have to be removed by gas cutting. The Cut Surfaces are required to be prepared for surface finish by grinding. After grinding, new flange is to be welded at this cut portion. The high spot of welding is to be removed by grinding so as to ensure proper jointing of Body in free space of Transfer Hopper. The worn out items of Gate and Gate-Operating Mechanism like Flap Gate, Guide Block, Lever, Shaft, Pedestal Bearings, Pivot , Fasteners etc. if found damaged/worn out/bent are required to be replaced during Assembly of Gate. The end Body Gaskets, seat ring gasket and Consumable Rubber items are to be replaced with New Ones while assembly work. After completion of assembling work, the complete Gate Assembly is to be fitted at its Original Position and checked & ensured for smooth and trouble free Operation with “Zero Passing” or “Zero Vacuum Drop” across the Flap Gate.

7. Complete Overhauling, Repairing and Replacement of Equalizing/Vent Valves and its connected Piping, Bends, Reducers & Flanges:

The Scope of work covers complete dismantling of Equalizing/Vent Valve from its original position and all items of Valve-Assembly shall be dismantled. All items/Components of Valve like Valve Body, Valve-Disc, Valve-Seat, Valve-Disc-Operating Mechanism shall be inspected for any abnormal condition/worn out/damaged conditions. All such items/Spares shall be replaced by the Party while assembly works. All such Spares will be arranged by the GSECL. The worn out/punctured pipes, bend and reducers are to be replaced with new. While carrying out assembly of valve, the leak proof contact between valve-disc and seat must be ensured and same must be confirmed by operation of valve-disc with operating mechanism also. After completion of assembly work, the complete valve shall be fitted at its original position and checked/confirmed for smooth and trouble free Operation with “Zero Passing” or “Zero Vacuum Drop” across the Equalizing/Vent Valve.

8. Cleaning of Air Washer Assembly, Cleaning, Checking & Replacement of its Nozzles & Liner:

The Complete Overhauling of Air washer unit includes opening of Access door, inspection doors, cleaning of Complete Air Washer tank’s inside surfaces, cleaning of Discharge Chamber, removal of mud/scale from its inside surfaces, dismantling of Nozzle Spray Pipe and it’s 16 Numbers of Nozzles, cleaning of Nozzles, checking of Nozzles for its oversize (more than Nozzle Tip Diameter = 5 mm), replacement of oversized nozzles or its complete set of Nozzles to get overall performance, cleaning of drain line of Air Washer Tank, checking & replacement if required of its Liner of 10mm thickness, weldment cone, baffle plates & Grid(Wire mesh of 1” Square opening & of SS-304).After completion of all above activities, the tank shall be closed with all dismantled/opened doors with new gaskets and tested with actual system pressure of HP water and ensured for “zero water leakages” & “Zero Air ingression” with satisfactory working.

9. Cleaning of Wetting Head, Cleaning, Checking & Repl acement of its Nozzles, Liners & Spool Piece/Adopter of Wet System :

The scope covers complete dismantling of Wetting Unit’s Water Chamber and its hand hole cover for cleaning and checking of 16 Numbers of Nozzles. All 16 Numbers of Nozzles are required to be checked after cleaning for it’s over size dimension. If any of the nozzles found oversized i.e. more than Tip diameter, it should be replaced with new one. If the entire set or more than 50% nozzles found oversized than entire set of 16 Numbers Nozzles is to be replaced. If the liner & adopter of Wetting Unit is found worn out/punctured, same will be replaced with New Ones. The jointing Gaskets of Wetting heads are to be replaced while fitting & box up work. During testing with actual system pressure of HP Water, the wetting unit shall be found with normal working and “Zero Leakage of Water” & “Zero Air ingression”. If any defect noticed, same will be rectified by the Party.

10. Cleaning of Collector Tank, Checking & Replacem ent of its Liners and Supports of Wet System:

The Scope of work covers opening of Access Cover and dismantling of inlet side all adapters & extension Piece so as to check the erosion conditions of collector tanks. After dismantling the cylindrical liners & impingement liner shall be checked for erosion. If these liners found eroded, same shall be replaced with new liners. The supports of liners also checked and if found deteriorated then same shall be replaced with steel sections & fabrication work. The all adapters between the Wetting Unit discharge and Collector tank shall be checked and if found eroded/punctured, same shall be replaced with New Adapters. The all jointing gaskets shall be replaced with new gaskets. The Splash guard & support cleats inside the collector tank if found eroded, same shall be replaced. After completion of checking and replacement of liners and collector tank inside work, the access cover shall be closed with leak proof joint. During actual testing of collector tank with wet system pressure of Ash slurry, there should not be any leakages from the collector tanks and its connected adapters.

11. Cleaning of Vacuum Piping from Air Washer Outlet up to Mechanical Exhausters and replacement of eroded piping and cleaning of si lo weigh bridge if required:

The Vacuum piping from Air Washer Outlet up to Mechanical Exhausters (Vacuum Pumps) of 1A,1B &2A,2B Streams shall be cleaned with water jetting and any ash deposition inside the pipe (at I.D. of Pipe line) shall be removed. The overall condition of each Vacuum pipe line of each stream shall be checked for any erosion or

any deteriorated condition. The severely deteriorated and worn out pipe portion shall be replaced with new pipe as per instruction of Engineer-in charge. The scaffolding materials and scaffolding work required to carry out the said work is to be arranged by the party and special attention & safety measures shall have to be taken by the party. Testing of Vacuum piping after work completion at actual system condition should be normal & satisfactory. The silo weigh bridge should be clean at least once in a week to nullify chances of error in weight of fly ash lifter tankers.

12. Checking & Replacement of Fluidizing Pads of ES P Hoppers and Overhauling of individual Hopper’s Fluidizing Air system Valves & NRVs :

The scope of work covers checking and replacement of damaged Fluidizing pads of ESP hoppers and individual Fluidizing Air System valves, pipes & NRVs. Each ESP Hopper has two Diffuser/Fluidizing pad assembly located inside the hopper with connected inlet & outlet air piping having union joints & cap at outlet end. During A.O.H. of the unit, the manhole cover of ESP hoppers shall be opened to check the pads. If any pad found damaged/broken/cracked then the entire diffuser assembly shall be disconnected from piping and removed outside the hopper. The broken pad shall be dismantled and removed from its housing. The new pad is to be fitted with new gasket in the diffuser housing. After fitting of new pad, the outer circumferential surface of round pad shall be sealed with sealing compound. The Sealing Compound will be arranged by the party. After completion of Diffuser Pad/Fluidizing Pad Assembly, it shall be fitted at its original position and connected piping joints shall be fitted. The threaded joints shall be fitted with Teflon tape so as to ensure leak proof joints and Teflon tape shall be arranged by the party. The fluidizing piping system of individual hopper shall be checked for any leakages, chock up & worn out conditions. The Valve and NRVs of this piping of individual system of fluidizing pads of ESP Hopper shall be serviced and overhauled. The damaged/broken valves or part there of shall be replaced as per instruction of Engineer in charge. The Rubberized asbestos gaskets of all such joints of fluidizing pipe outside the hopper shall be replaced with new gaskets. After completion of work of all 24+24=48 numbers of ESP Hoppers, the fluidizing air test is to be taken by opening of cap at outlet of Diffuser Pad assembly. The manhole door of ESP hoppers shall be closed with providing of new gasket/asbestos rope & short fall of fasteners.

CHIEF ENGINEER (GEN.)

GSECL, TPS, UKAI.

TECHNICAL TERMS AND CONDITIONS

Name of work : The work of online, routine, preventive, break down, AOH, COH maintenance of Ash Handling Plant silo system including manual pocking of hoppers in unit no. 1 &2 at Ukai TPS.

(A)Spares :

All necessary spares of Silo and connected system will be issued by GSECL FREE OF COST either from main store or from site store as and when needed. All

Transportation is in party’s scope. (B)Consumables:

All consumables like General purpose welding electrodes, Oxygen/Acetylene gas cylinders, Diesel, Kerosene and cotton waste etc. are in party’s scope.

(C)Issue of Consumables :

In any emergency case any consumable required will be issued on chargeable basis if available with GSECL.

(D)Tools & Tackles :

All required Tools & Tackles, welding machine & accessories, gas cutting set etc. shall be arrange by party.

(E)Site Facilities :

Power supply for electrical equipment and energy consumption for the activities associated within scope of work shall be provided nearby respective Unit silo area at one point. All equipments must have over load earthing and other electrical protection switching devices.

(F)Man power:

The contractor has to deploy 3 (three) manpower (Technician-1 & Helper-2) per shift for each unit round the clock to attend day to day defects as per scope of work and Two (02) helpers for manual pocking in two units. i.e. total minimum staff shall be 08 (Eight) persons per shift + 01 supervisor in General Shift for all two units. However if the quantum of work is more & need to be attended immediately, in such case extra manpower has to arranged the defects without any extra cost to GSECL.

(G)Co-ordination :

(1)Operation/maintenance shall be carried out as per instruction of J.E./D.E./E.E. in charge of particular shift & maintenance departments of Ash Plant.

(2)Co-ordination with operating staff for wet / dry system engaged in present on going activities shall be maintained at all times.

(3)Contractor has to report about daily progress. In case of round the clock work, the work progress shall be reported at least twice in a day. The party has to submit daily report as Performa given by GSECL with reasons stating therein of non availability of silo. Subsequently forms etc. should be got printed by the contractor.

(H)Time Limit:

This work order is for a period of 115 days as per schedule-B. However, the GSECL reserves the right to extend the order for a further period of 3 Month s at the same rates and terms and conditions of this work order.

(I) Billing & Payment : Billing shall be done monthly on work execution basis. Payment shall be made by GSECL within 30 days from the date of joint measurement.

(J) Mobilization period:

Party shall mobilize the site within 04 days from the letter of commencement issued by the competent authority.

Sign of contractor CHIEF ENGINEER (Gen)

With seal & date GSECL, TPS UKAI

GENERAL TERMS & CONDITION OF CONTRACT:

01. LABOUR LAWS:

01 Persons below the age of 18 years shall not be employed for the work.

02 No female workers shall be employed in the night shift between 07.00 PM to 06.00 A.M.

03 Contractor shall maintain valid labour license under the Contractor (Regulation & Abolition) Act.1972. For employing necessary manpower to be required by him. In the absence of such license the contract shall be liable to be terminated without assigning any reasons thereof.

04 The contractor shall at his own expense comply with all the labour laws and keep the Board indemnified in respect thereof. Some of the major liabilities under various labour and Industrial laws which the contractor shall have to comply with are as under.

05 Payment of contribution of employees (Contractor labour) as well as employer’s (Contractor) contribution towards Provident Fund, Family Pension Scheme, Employee Deposit Linked Insurance Scheme. Administrative charges, Inspection charges etc. at the rates made applicable from time to time by Government of Gujarat / Government of India or other Statutory Authorities.

06 Labour engaged by you shall be entitled for Earn leave as per the provision laid down in factories Act. 1948. Contractor shall extend the facility of E.L. as per the provision laid down in Factories Act and shall also have to maintain leave records in prescribed form under Factories Act.

07 No labours are allowed to enter in power station [premises who do not have identity card prescribed under factories Act.

08 Contractor shall have to comply with the Maternity benefit is he happens to engaged female labours as per Maternity benefit Act.

09 Contractor shall have to obtain Insurance of the labourers engaged by him to carry out contractual work before commencement of work under workmen’s compensation Act.

10 P.F. CODE NUMBER :

The contractor shall have to submit the details of his own P.F. code number along with offer from appropriate authorities. Without P.F. code No. the tender is likely to be disqualified.

11 PROVIDENT FUND AND FAMILY PENSION SCHEME :

The contractor shall submit along with his bill (Month wise) a statement regarding deductions at the rate of 12% of the wages against employees provident Fund & Family pension Scheme in respect of each concerned employee. (or at the rates made applicable by the Government from time to time) of the wages. The contractor’s contribution and his workers contribution towards Provident fund and Family Pension Scheme shall be deposited by the contractor with Regional Provident Fund Commissioner, Ahmedabad or to the authority prescribed under the Act along with the other charges applicable. Challans copy required to submit with every RA bill

12 If any workman engaged by contractor meets with fatal or non-fatal accident while on duty then contractor shall be liable to pay compensation to the legal heir or to the workman as the case may be as per workman’s compensation Act.

13 EMPLOYEES DEPOSIT LINKED INSURANCE SCHEME :

The contractor shall have to deposit ½ % of the rate applicable form time to time of the wages in respect of employees who are a member of the provident fund against the contribution towards Deposit linked insurance scheme with regional provident Fund Commissioner, Ahmedabad or concerned P.F. office.

14 The Contractor should pay prevailing minimum wages to the labourers engaged by him as per the minimum wages Act in presence of the GSECL’s Officer or Representative.

15 ADMINISTRATIVE CHARGES : Administrative charges for maintaining Provident Fund Account shall be deposited by the contractor

with Regional Provident Fund commissioner, Ahmedabad concerned P.F. office at the rates

applicable.

16 LABOUR LICENSE FOR LABOUR CONTRACT : The contractor shall have to obtain the copy of labour contract license under contract labour (Regulation & Abolition) Act from the appropriate authorities before commencement of work.

17 Contractor shall have to issue the appointment letter to their labour engaged during the contract period each & every instance and should be narrated clear cut terms and conditions for the liabilities of the concerned employees.

18 After completion of the contract work, the work completion certificate is required to be produced before the DY. GENERAL MANAGER for the purpose of no due certificate and cancellation of the gate passes issued to the contractor worker at the time of execution of the contract work.

19 The contractor shall have to maintain all the relevant records under labour law as mentioned here in above and kept ready for verification by the GSECL authority as well as the authority of the Government Officials as and when asked for the checking.

20 The contract shall have to produce / submit the original copy of wage register / muster roll and relevant records under labour laws for the contract work as and when demanded by the Corporation for statutory compliance if arise in future.

21 Paid Leave Facility:

Paid leave facility at the rate of one day for every twenty days worked by the contract

labour shall be provided by the contractor to his workers. He shall maintain Leave Records/Leave Cards, for individual laborers which shall be duly verified and approved/certified by the authorized officer of the Corporation.

22 Workmen’s Compensation Fund & Employer’s Liability Insurance:

The contractor shall cover all his employees under workmen’s compensation Fund & under the employer’s liability insurance.

23 Maintenance of registers & records:

The contractor shall employ adequate number of experienced staff at site for daily supervision and for maintenance of various registers and records required under the law and contract. No payment for supervision shall be admissible.

24 Contractor to indemnify the Corporation:

The contractor shall indemnify the Corporation and every member officer and employees of the Corporation also. Engineer-in-charge and his staff against all action, proceedings, claims, demands, costs and expenses whatsoever arising out of or in connection with matters referred in herein above elsewhere and against all actions, proceeding claims, demands, costs and expenses which may be made against the Corporation or Government for or in respect or for performance of his obligation under the contract documents. The Corporation shall not be liable for or in respect of or in consequence of any accident or injury to any workmen or other person in the employment of the contractor of his sub-contractor, and the contractor shall indemnify and keep indemnified the Corporation against all such damage and composition and against all claims, demands, proceedings costs, charges and expenses, whatsoever in respect thereof or in relation thereto.

25 Workmen’s Compensation and Employer’s Liability Ins urance:

Insurance shall be effected for all the contractor’s employees engaged in the performance of this contract. If any of the work is subleted, the contractor shall require to provide workmen’s compensation and Employer’s Liability Insurance for the Sublette’s employees unless such employees are covered under the contractor’s insurance.

26 Corporation’s Right to Terminate Contracts:

The Corporation reserves the right to terminate this rate contract at any time during its pendency without giving notice of termination or any reasons thereof.

27 Corporation’s Right to Deduct from Contractor’s bil ls:

The Corporation will be entitled to deduct directly from the bills, to be paid to the contractor any sum or sums payable by contractor & which sum/sums the Corporation is required to pay as a principal employer on account of contractor,s default in respect of all liabilities referred to in above

clauses.

Sign of contractor

With seal & date

Chef Engineer (Gen) GSECL, TPS, UKAI.

GENERAL TERMS & CONDITIONS:

1. The contractor means a Firm or an individual undertaking this work. The “work or works” means Work of round the clock operation of Bottom Ash, manual

pocking in Fly Ash hopper during wet/dry mode & dewatering in ash trench in Ash Handling Plant of 120 MW Unit No.1&2..conforming to technical specification & other terms of this enquiry for the works and labours.

2. The tender should be submitted in three parts/ covers: - i) TECHNO-COMMERCIAL BID ii) PRICE BID. iii) DD /Receipt of Tender Fee and EMD. (DD for tender fee and EMD should be separate. This

Envelope shall be Super scribed as EMD Cover). PART/COVER – I

All information regarding technical and commercial aspects of the offer shall be given in the techno-commercial bid. Terms of payment, completion periods, etc., shall also be given in the techno-commercial bid. It shall also include unpriced price schedules. Techno-commercial and price bids shall contain adequate cross-references to ensure proper identification and correlation of two bids without any ambiguity. This Envelope shall be Superscribed as ”Techno-Commercial Bid.”

PART/COVER - II: Part /cover - II shall contain only Price Bid. This Envelope shall be Superscribed as “Price-Bid. The purchaser reserves the right to accept any tender and to reject any or all tenders without assigning any reason thereof. If you are in a position to quote, your tender in duplicate (one original and one extra copy) should be submitted to this office on or before due date.

3. MODE OF DESPATCH OF TENDER / BID. All the three envelopes shall be contained in One Envelope to be dispatched by Registered

AD post / Speed post only to C.E (Gen.), GSECL, and Ukai TPS. 4. The works covered under these specifications are of highly sophisticated nature, requires

best quality workmanship, Engineering and Insulation management. The contractor should ensure successful & timely completion of all refurbishment/revamping and commissioning work. The contractor must have adequate quantity of Tools and Tackles. He must also have trained qualified and experienced supervisory staff and skilled personnel. The necessary certificates, licenses are to be arranged by contractor. It is also necessary to produce experience certificate for such type of works done in other State Electricity Corporations Ltd.

5. The contractor & his personnel shall co-operate with other personnel, contractor, co-coordinating his work with others & proceed in a manner that shall not be delayed or hinder the progress of work as a whole.

6. The work may require to be carried out in three shifts (day & night) to ensure the completion of the work within stipulated time. The contractor shall make all necessary arrangements, including skilled labours & supervisory staff required for the same as per directions of GSECL.

7. Unsatisfactory progress of work: I f your work is found unsatisfactory or not progressing according to schedule given by the Corporation the Corporation may take such action as may be deemed appropriate to see that the work is completed in time at your risk and cost.

8. Safety: The contractor shall strictly observe all safety rules and provide safety equipment to the contract labourers as per the Factories Act, 1948, and whatever amendments made from time to time to avoid any chance of accident. The contractor shall strictly observe all instructions of Safety Officer and Factory Inspector to avoid any chance of accident.

9. At any time if GSECL feels that progress of work is unsatisfactory and work force of contractor is inadequate, other agencies / departmental personnel will be put in parallel for expediting the work. Amount so incurred will be recovered from the contractor’s bill. In this case the decision of the Engineer-In-Charge.

10. TIME LIMIT: The validity of this A/T shall be 115 (One Hundred Fifty) days from the letter of commencement issued by the competent authority. Moreover, corporation reserves the right to extend the order validity further for a period of 0 3 Months from the date of expiry of the order and party should carry out the work at the same rates, terms & conditions.

11. PENALTY FOR DELAYS:

Any delay that may take place beyond contractual Work of round the clock operation of Bottom Ash, manual pocking in Fly Ash hopper during wet/dry mode & dewatering in ash trench in Ash Handling Plant of 120 MW Unit No.1&2. cutoff date/ stipulated period in the order shall be subjected to penalty (not liquidated damages) at the rate of ½ % of the contract price/order price per week or part thereof subject to a maximum of 10% of the total contract value/order value (i.e. End cost including taxes & duties). 12. EXTENSION IN COMPLETION DATE

Any delay in completion of work, for reason attributable to the Corporation, will be compensated only by way of extension in time limit without any penalty. Any request for extension of the completion of work from the party will be considered on merits after work is completed.

13. Delayed And Late Tender: No tender shall be accepted / opened in any case which are received after due date and

time of receipt of tender irrespective of delay due to postal services or any other reasons and GSECL shall not assume any responsibility for late receipt of tender. ANY CORRESPONDENCE IN THIS MATTER WILL NOT BE ENTERTAINED.

14. No advance payment shall be made and no documents shall be accepted through Bank. Payment shall be made after receipt of material at site in good condition

15. Under this contract, the contractor should nominate a person in writing who must be available at site and also should be authorized to make decision about the work and receive the instruction from Engineer-in-charge of the work at any time. In absence of any responsible person of contractor at the time of emergency, decision of GSECL Engineer-in-charge will be binding to the contractor.

16. TAXES AND DUTIES: In accordance with the scope of the work, this is a firm price contract. The bidder shall

indicate rates and amount of taxes exclusive in his offer as per breakup of schedule – B 17. SERVICE TAX:

The service tax, if applicable shall be paid extra at actual on production of proof. The Bidder shall have to furnish attested copy of Registration Certificate issued by Excise Department mentioning Service Tax Registration Number and the same is to be shown in each invoice. The documentary evidence shall be furnished regarding payment of service tax at the time of submission of next bill for payment towards previous invoice for which service tax is paid to excise department.

18. STATUTORY VARIATION: Statutory variation on Excise Duty, Sales Tax and Service Tax including imposition of any

new duty and tax related to excise and sales tax including VAT and Service Tax shall be admitted provided they take place during the original contractual completion period. Purchaser will not be liable to pay any upward revision of Excise Duty, Sales Tax, Service Tax and any allied taxes and duties, if they take place after the contractual completion period, even if the delayed materials are accepted by the Purchaser. However, if any

decrease takes place after the contractual delivery date, the advantage will have to be passed on to the Purchaser. No statutory variation shall be payable by the Purchaser on the input items i.e. raw materials.

19. EARNEST MONEY DEPOSIT & TENDER FEE: Tenderer has to pay non-refundable tender fee of Rs.750 /- (Rupees Seven Hundred Fifty only); in the form of crossed Demand Draft payable at Bank of Baroda or SBI Ukai Branch in favour of ‘Gujarat State Electricity Corporation Limited, Ukai. Tenderer should make payment of the Earnest Money Deposit of Rs. 9873=00 (Rupees Nine Thousands Eight Hundred Seventy Three only) in the form of crossed Demand Draft payable at Bank of Baroda or SBI Ukai Branch in favour of ‘Gujarat State Electricity Corporation Limited, Ukai or by Bank Guarantee from any Public sector Bank or Private bank authorized to undertake Government business. The Earnest Money Deposit shall be collectible by the purchaser upon failure of the tenderer to hold his offer open in accordance with the terms of this invitation to tender. The Earnest Money Deposit will be released in accordance with the following conditions:

(i) In case of the successful tenderer, the Earnest Money will be refunded after the tenderer has furnished Security Deposit.

(ii) In case of unsuccessful tenderer, the earnest money will be refunded after the award of contract to the successful tenderer and payment of Security Deposit by successful tenderer. If the successful tenderer withdraws his tender within the validity date or fails to give the required Security Deposit within 30 days time from the date of order, the Earnest Money Deposit shall be forfeited. Tenders submitted without Earnest Money Deposit by those bidders who are not eligible for

getting exemption from its payment, are liable to be rejected and no correspondence in this regard shall be entertained.

20. Any other rules and regulations, conditions, etc. that are in force at present and that may be framed by the GSECL from time to time in connection with the contracts will be binding and acceptable to the contractor.

21. VALIDITY: The validity of Offer shall be 120 days from the date of opening of price bid by the GSECL and they shall be legally bound to honour any commitment relating to tenders during this period including accepting work order. In case of non-compliance, E.M.D. will be forfeited, apart from taking any other action as may be considered suitable under the circumstance.

22. Security deposit - The successful bidder has to pay total 5% of the order value as security deposit in cash or DD payable at Bank of Baroda or State Bank of India Ukai branch infavour of Gujarat State Electricity Corporation Ltd. The amount of Security Deposit will be refunded only after six months from the date of completion of work and after deducting any dues of the Corporation.

23. The contractor shall take care while handling Corporation’s equipments given to him otherwise the cost of the damage/shortage will be recovered from him.

24. The offer should be firm till completion of the work and no price escalation on any ground shall be payable against this contract.

25. The GSECL reserve the right to forfeit the Security Deposit incase if any breach of contract and incase of dispute, the decision of CE (G) GSECL, TPS UKAI shall be final and binding to the contractor.

26. Office correspondence will be carried out in English and Gujarati translation will be furnished if deemed fit to facilitate the contractor, but the English version only will be hold good for legal matters.

27. It will be the responsibility of successful bidder to obtain statutory clearances, if required, to complete this work. The cost of the same shall be borne by the successful bidder.

28. It shall be the sole responsibility of the contractor to maintain all relevant Forms registers or record in accordance with the various statuses, laws, enactments, etc.

29. All types of Welding electrodes other than general purpose (MS welding rod) required to complete the job shall be provided by the GSECL at free of cost.

30. For any ambiguity and conflict, the decision of the Chief Engineer (Gen.), GSECL, Ukai, shall be final and binding to the contractor .

31. The Chief Engineer (Gen.) GSECL Ukai, reserves the right to reject any tender or all tenders without assigning any reasons thereof and to split up the work between more than one parties as the case may be to expedite the work within stipulated period.

32. The GSECL reserves the right to terminate the contract at any time without giving notice of termination or any reason and entertaining of claim / compensation.

33. Any failure on the part of the GSECL at any time to enforce the strict observance of the performance of any of the terms and condition of this contract or non-expressed of any right mentioned in the contract shall not constitute a weavers of such terms, conditions of rights and shall not effect or deprive the GSECL to exercise the same at any later stage.

34. OFFER TO BE MADE ACCORDING TO TENDER DOCUMENTS

Offer / Tender / Bid must be in accordance with and must be responsive to this invitation to tender and all documents appended hereto. Incomplete tender, amendments & additions to tender received after the bid dead line, amendments & additions to tender received prior to bid dead line but which are not in sealed covers & super scribed as stipulated above are likely to be rejected.

35. All the Technical & Commercial Deviations from the Specifications should be mentioned in Annexure-I only. Deviations mentioned elsewhere shall not be considered.

36. In case of divergence between rates in figures and words, it will be constructed to read the rates most favorable to the GSECL.

37. Prices quoted shall also be inclusive of supervision charges, transportation charges, insurance, etc.

38. Execution of Agreement: As per GSECL’s rules the successful bidder (contractor) will have to enter into an agreement with the GSECL on stamp paper of appropriate value Rs. 100/- in the prescribed form within one month of receipt of this A/T or before starting the work. The cost of the stamp paper shall be borne by the contractor. The tender with the specification, price schedule and drawing are to be signed by the tenderer. This letter and subsequent correspondence shall be deemed to be part of the contract.

39. Submit Certificate A and Integrity pact with the seal of firm & signature of Tenderer. 40. “OH & S Management System Requirement

It is to be noted that GSECL, Ukai TPS is establishing and implementing Occupational Health & Safety Management System complying with OHSAS 18001: 2007. You as a part of the GSECL Ukai team and as defined by the scope of mentioned standard, all contractors are required to comply with and participate to prevent the Occupational Health & Safety hazards and risks including observation of safety rules. Further you are also to comply with all applicable legal requirements while executing the work, in case the job is assigned to you.”

41. ARBITRATION CLAUSE: a) All questions, disputes, differences, whatsoever, which may at any time arise between the

parties to this contract in connection with the contract or any matter arising out of or in relation thereto, shall be referred to the Gujarat Public Works Contract Disputes Arbitration Tribunal as per the provisions of the Gujarat Public Works Contracts Disputes Arbitration Tribunal Act, 1992.

The reference to arbitration proceeding under this clause shall not: i) Affect the right of the E.LC. to take possession of all or any tools, plants, materials and mores in or upon the work or site thereof or belonging to the contractor or procured by him and intended to be used for the execution of the work or any part thereof.

ii) Preclude the E.I.C. from utilizing the materials purchased by the contractor in any work from remaining such materials to other place during the period the work is stopped or suspended

in pursuance of notice given to the contractor under general conditions. Entitle the contractor to stop the progress of the work or carrying out the additional or altered work in accordance with the provision of General Conditions of the work where there is no specification.

Preclude the Board from getting the work done by another agency.

b) Neither party is entitled to bring a claim to arbitration tribunal latest by thirty days (30) days after the expiration of the defects liability period.

c) The provisions of the Arbitration and Conciliation Act 1996, Gujarat Public Works contract Disputes Arbitration Tribunal Act 1992 and rules made there under shall apply to the arbitration proceeding under this clause.

42. PAYMENT TERMS:- Upon the submission of bills in quadruplicate by the party, the payment for the work done

will be made after recording the bills based on the joint measurement sheet signed by GSECL’s & Party’s representatives and settlement of material account.

43. TRANSPORTATION: Transportation shall be arranged by the party i.e. from Ukai TPS main store /sub store to site is in party’s scope. For that no extra payment will be made.

44. TERMINATION OF CONTRACT:

GSECL’s reserves the right to terminate the contract at any time without assigning any reason whatsoever, by giving a notice period of one month from the date of notice of termination of the contract. Contractor will not be entitled for any compensation Damages /losses whatsoever on account of such termination of the contract.

45. JURISDICTION: All questions, disputes or differences arising out of or in connection with the tender /

contract if concluded shall be subject to the exclusive jurisdiction of the court under whose jurisdiction the place from which the tender / acceptance of tender is issued in situated i.e. Ukai TPS.

Chief Engineer (Gen.) GSECL, TPS Ukai.

Signature of contractor With seal & date

GUJARAT STATE ELECTRICITY CORPORATION LTD UTPS – SAFETY - 002 REV - 00 15\12\2008 Ukai TPS

“GENERAL SAFETY RULES TO BE OBSERVED BY THE CONTRACTORS”

All the contractors working at Ukai thermal Power Station shall have to strictly observe following safety rules. The contractors shall be responsible for informing and observing these rules by their supervisors / employees /labours as well as the supervisors / employees / labours of their Sub-agencies / sub-contractors engaged, if any. Prior to commencement of the work, contractor shall have to submit a written assurance on their letterhead to the concerned Sectional Head / Engineer-in-charge that they have thoroughly gone through these rules, have educated their employees / employees of their sub contractor and will strictly observe the said rules while execution of work under work contract awarded to them. They will have to indemnify the corporation for any loss or damage / accident / injury to the corporation’s property / employee or employee of their own in default of non - observing these rules. (01)Persons to be employed for carrying out the work shall possess required qualification, be

fully trained and conversant for works to be done. All persons should have gate pass. Register consisting the full details (i.e. address, phone no, details of nearest relative, etc.) of all persons is to be maintained .during the work execution, one trained & competent supervisor should always remain present at site.

(02)The contractor shall all the required safety measures prior to commencement of work on dangerous substances, machineries or area at which cautionary notice is displayed and obtain “line clear” or “work permit” through the concerned Department / Section.

(03)Prior to carrying out welding, gas cutting, furnace heating or any other hot work job, the contractor shall remove all the inflammable material lying at nearby worksite or cover it properly by suitable protective covering. Also, special care shall be taken before carrying out such job & see that all possible contributing factors to set fire shall be removed / vanished prior to commencement of the work. Advance intimation shall be given to concerned section / fire section to commence the work in fire prone areas. they should also keep ready all the first aid fire extinguishers / equipments & fire extinguishing media / material like sand / water buckets or other appropriate equipment at such place.

(04) While carrying out work in confined space or inside vessel, the contractor shall obtain necessary “confined space / vessel entry permit” from concerned department prior to commencement of the work.

For lighting in such areas, 24 volt (ISI certified & with proper guard) hand lamp shall be used.

For taking care of the persons working inside the confined space / vessel, a supervisor / person capable to keep continuous watch on person(s) working inside, assist them incase of emergency or arrange to get immediate outside help. Shall remain present at entry point shall remain present at entry point and shall use full body safety belt without fail.

While working inside sewage, trench or in-depth, a person to warn outsiders / entrants/ passers etc shall remain available near entry point or the entry point shall be cordoned by a barricaded tape with a cautionary notice. After completion of the works, all the lids / covers / grills / grits opened, shall be re-fixed / re- placed in the original position as it were prior shall be re- fixed / re-fixed / re-placed in the original position as it were prior to commencement of the work and leave the work place in safe condition in all respect, so as to prevent accident to fellow workers.

(05) The contractor shall see that he / his persons do not block (by stacking material, spare parts, tolls-tackles, equipments etc), any passages / walkways / gangways / aisles / staircases / ladders / lift or any other approaches / roads leading to plants or its auxiliaries, on which there is a traffic movements in case of emergency . if it is utmost necessary to carry out work in such area with blocking of passage, prior permission of competent authority or the engineer- in- charge shall be obtained. To demarcate /declare the area as

UNSAFE, cordon it using barricading type & display suitable caution notice or keep a person to restrict / divert the traffic route through other safe passage.

(06) Prior to use power / electrically operated hand tools / equipments / machines / gadgets like welding machine, hand grinder , hand drill etc, ensure its safe operation & use it only if it is found safe to use . do not use defective, unsafe or improperly maintained equipments.

The electrical power supply required to run such equipments shall not to be taken directly at their own but shall be obtained through concerned electrical maintenance departments or their authorized persons or under their observations / guidance only. The electrical section shall provide temporary electrical connection up to contractor’s mains board on which it is compulsory to install mains switch, ELCB & fuses of adequate capacity. all such equipments shall invariably be earthed adequately to prevent electrical shock, sparking, short circuit etc. power cord to be used shall be of adequate capacity, without any joint & shall consist of earth wire also. Hence, it is necessary to use adequate capacity 3-wire power cord for single & 5-wire power cord for three phase power connections. The plugs, receptacles, pins, holders etc shall be of adequate capacity & safe to use.

All electrical & mechanical equipments / tools-tackles viz. welding machine, cutting machine, grinder drill, chain pulley blocks, hook chooks etc required to be used during work execution shall be of standard make & bear ISI certification mark on it. The consumables like welding electrodes, grinding wheels / discs etc which has specific prescribed life span shall not be used in any case if its expiry date is over.

(07)It is compulsory to use standard make personal protective equipments (P.P.Es.) as per the job requirement. Do not work without use of required P.P.Es contractor is responsible to provide standard make (ISI approved) personal protective equipments / safety gadgets suitable to give sufficient protection against hazards involved in their work / job to their staff, as per the job to their staff, as per the job requirement and insist / enforce their work / job to their staff, as per the job requirement and insist / enforce their staff to put on the same while at works.

The Ongoing work is liable to be stopped at any time if the contractors’ staff is found working without P.P.Es. Following is the list of various P.P.Es. To be used for various works / worksites.

01 Industrial Safety Helmet For protection of Head against falling objects or during fall of person from height.

02 Safety Goggles (Grinding, Welding, etc).

For protection of Eyes against flying particles / dust, chemical splash, spark, arc, flashover etc.

03 Face shield (Half or full) For protection of Face against flying particles / dust chemical splash, spark, arc, flashover etc.

04 Ear plug/Ear muffs For ears/ hearing system protection while working in high noise level area.

05 Apron(Rubber/PVC/Asbestos/Leather/Cotton)

For body protection against chemicals, oils, sharp edges, heat, hot objects etc.

06 Gloves(Rubber/PVC/Asbestos/Leather//Electrical shock proof)

For protection of hands against chemicals, sharp edges objects, heat, hot metals. objects, electricity etc.

07 Safety / Leather / Asbestos shoes, Gum Boots etc.

For protection of legs & feet against falling objects,sharp edged objects, heat, hot metals / objects, electricity etc.

08 Safety Belt(fully body) /rope /Life line / fall prevention system etc.

For working at heights or depth, working in vessel or in confined space.

09 Dust Respirator/Scarf Protection of respiratory system against dust.

10 Chemical cartridge Respirators Protection against chemical fume, vapor etc. 11 Canister Gas mask Protection against toxic/poisonous fumes/gases. 12 Air supply respirators Working in oxygen deficient zone.

(08)Before using lifting machines / tackles (like C.P. Bs., Hook chooks, winch, forklift, mobile crane, EOT crane etc.) & its attachments (like D-shackles, slings, U-clamps, Eye bolts or any fixtures), it shall be checked and used only if found safe to use. Also, ensure that these are tested, examined & certified in form no.9 / 10 by competent person as per the Factory act-1948 and its validity is not expired. Further, it shall be fixed properly and firmly prior to lifting the weight.

(09)Scaffoldings to be used for working at height shall be adequate size & capacity. Obtain the work permit when working at height. While climbing on such scaffolding or working on any structure at height, use of full body safety belt & helmet is compulsory. It is also necessary to fasten chinstraps of the helmet.

(10)Contractor or their employee shall not interfere in day-today routine plant activities / works except the work assigned to them, shall not loiter in the areas other than their work jurisdictions, as well as shall not temper / operate / touch the machineries / equipments / auxiliaries with which they are not concerned. Also, the contractor shall strictly instruct their staff not to sit or take rest at / near / below running plants, auxiliaries, systems or any place which is risky, hazardous & prone to accident.

(11)The cylinders containing poisonous / toxic or inflammable / explosive gas like oxygen, acetylene, LPG, hydrogen, ammonia, chlorine, co2 shall be handled safety taking due care. To handle / shift such cylinders a special trolley / cage meant for it must be used but in no case it should be rolled. Domestic LPG cylinder shall not be used / permitted.

(12)On completion of the work, cotton waste, spilled oil / grease, pieces of welding rod & other waste material shall be removed from work site and the area shall be left safe, neat & clean.

(13)In case of any injury / accident while working, it shall immediately be reported to safety department through concerned sectional head / Engineer. The prescribed from no.21 may be obtained from concerned section or safety officer.

For any incident occurred but have no injury to any persons should also be informed to safety officer as “Near Miss Incident.”

(14)In all risky jobs, before starting work, contractor should obtain general safety work permit from concerned section well in advance.

(15)In case of noticing smoke or fire during their work execution, they shall make immediate efforts to extinguish / control it and simultaneously inform the fire brigade on phone no.4444 or 4344 or 5555 or 02624-290049, shall shift the casualty to nearby hospital after rendering first aid in case of accident.

(16)Over & above these, contractor shall have to follow all the safety requirements / rules & regulation / norms and legal provisions laid down in various statues, particularly the provisions of The factories act-1948 & The Gujarat states factories rules-1963 (Amended up to date)shall be followed strictly. The contractor shall also obey the rules / regulations / instructions of the local competent authority for safety requirements.

(17)No women or young person shall be allowed to clean, lubricate or adjust any part of a prime mover or of any transmission machinery while the prime mover or any transmission

machinery is in motion. Examination or operation of motion machinery shall be made or carried out only by a specially trained adult male worker wearing tight fitting clothing as per section 22 of factories act 1948.

(18)No women or young person shall be employed or permitted to work in lead-compound area like battery room etc. as per schedule VI of GFR 1963.

(19)All the relevant labour and industrial laws shall also be followed compulsorily.

(20)It is felt necessary to deploy safety officers / safety supervisors by contractors / agencies involved in carrying out hazardous activities / operations inside TPS to have better and constant supervision in terms of health safety and environment activities.

(21)In case, it comes to the notice of GSECL UTPS management that the safety guidelines / safety rules / safety norms are not being followed then a minimum sum of ropes one thousand shall be penalized on the contractor / Agency and for subsequent such violation, a server penalty / action as deemed fit shall be imposed, which may please be noted.

(22)The above rules shall be scrupulously followed and where required, they may contact the safety officer for any ambiguity / further guidance in this regard.

(23)For performance evolution of contractor, safety factors of work accident, fire incident & near miss accident will be considered. Steps can be taken to review the job assignment up to cancellation for negligence.

Sign of contractor With seal & date

CHIEF ENGINEER (GEN.)

GSECL, TPS, UKAI.

GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED

Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in

CIN: U40100GJ1993SGC019988

PRICE- BID

RFQ No:32631

WT No:2854 TENDER FOR THE WORK

The work of online, routine, preventive, breakdown, AOH, COH maintenance of Ash

Handling Plant silo system including manual pocking of hoppers in unit no. 1 &2 at

Ukai TPS.

Please submit price bid duly signed & stamp (without stating

above/below rates) along with Technical Bid

SCHEDULE – B

Name of Work: - The work of on line, routine, preventive, break down, AOH, COH maintenance of Ash Handling Plant silo system including manual pocking of hoppers in unit no. 1 &2 at Ukai TPS.

Name of party:

Sr. No.

Description of work Qty. UOM Rate per day

Total Amounts, Rs

01 Lump-sum price for Online, routine, preventive, break down, AOH & COH maintenance of Ash Handling Plant silo system including manual pocking of hoppers in unit No1, 120MW, TPS UKAI.

115 Days 4292.556 493643.91

02 Lump-sum price for Online, routine, preventive, break down, AOH & COH maintenance of Ash Handling Plant silo system including manual pocking of hoppers in unit No 2, 120MW, TPS UKAI.

115 Days 4292.556 493643.91

Total Rs 9,87,287.82

In Word Rupees Nine Lacks Eighty Seven Thousands Tw o Hundred Eighty Seven Only

• Above rate is exclusive of service tax. Service tax at prevailing rates if applicable will be paid extra on work portion by GSECL on claiming the same in bill/Invoice.

• Service tax will be paid if the same is claim in bill/invoice. • Payment shall be done on actual work carried out.

Chief Engineer (Gen) GSECL, TPS, UKAI.

• My offer is _________________________________________________________% higher OR _______________________________________________________________% lower than the Estimate cost. (%age should be written in figure as well as in word).

Signature of Contractor, Name, Seal, Details Address


Recommended