HPGCL83555

Embed Size (px)

Citation preview

  • 8/11/2019 HPGCL83555

    1/19

    Our website hpgcl.gov.in and check the tenders section.You are further requested to fill the following information and send along with the

    NIT details via email at [email protected] .

    Tender Information

    Source (Name ofPower station)

    Unit-I,DCRTPP, YAMUNA NAGAR

    Classification WORK CONTRACT

    NIT Number 23/BM-82/2013-14 Dated 16.01.2014

    Brief NIT Description Overhauling of Flue Gas/ Air Ducts & Dampersand Air Pre Heaters for 300 MW Unit I,DCRTPP, Yamuna Nagar

    Tender Issue Date: 16.01.2014

    Document Sale CloseDate03-02-2014 up to 17:00 Hrs

    Bid Submission Date 04-02-2014 up to 13:30 Hrs

    Bid Opening Date 04-02-2014 up to 15:00 Hrs

    Contact Info XEN / BMD-I,DCRTPP,HPGCL ,YAMUNA NAGAR

    NIT Details Attached

    Corrigendum Detail Nil

    EMD Amount Rs. 47000/- (Rs. Forty Seven Thousand only)

    Tender DocumentCost

    Rs.1132/- (Rs. One Thousand One Hundred ThirtyTwo Only)

    Contract Classification1. Supply of Material

    2. Works Contract3. Equip. Supply & Erection

    4. Scrap

    5. Computer & Software

    6. Miscellaneous (others)

    *Further there is an option to add Bid document. If someone would like to add the documents he can add byattaching those documents in word format or pdf format

    mailto:[email protected]:[email protected]:[email protected]://hpgcl.gov.in/pages.php?module=tenders&process=search&button=set&classi=Supply%20of%20Materialhttp://hpgcl.gov.in/pages.php?module=tenders&process=search&button=set&classi=Works%20Contracthttp://hpgcl.gov.in/pages.php?module=tenders&process=search&button=set&classi=Equip.%20Supply%20&%20Erectionhttp://hpgcl.gov.in/pages.php?module=tenders&process=search&button=set&classi=Scraphttp://hpgcl.gov.in/pages.php?module=tenders&process=search&button=set&classi=Computer%20&%20Softwarehttp://hpgcl.gov.in/pages.php?module=tenders&process=search&button=set&classi=Miscellaneous%20(others)http://hpgcl.gov.in/pages.php?module=tenders&process=search&button=set&classi=Miscellaneous%20(others)http://hpgcl.gov.in/pages.php?module=tenders&process=search&button=set&classi=Computer%20&%20Softwarehttp://hpgcl.gov.in/pages.php?module=tenders&process=search&button=set&classi=Scraphttp://hpgcl.gov.in/pages.php?module=tenders&process=search&button=set&classi=Equip.%20Supply%20&%20Erectionhttp://hpgcl.gov.in/pages.php?module=tenders&process=search&button=set&classi=Works%20Contracthttp://hpgcl.gov.in/pages.php?module=tenders&process=search&button=set&classi=Supply%20of%20Materialmailto:[email protected]
  • 8/11/2019 HPGCL83555

    2/19

    DEEN BANDHU CHHOTU RAM THERMAL POWER PROJECT

    YAMUNA NAGAR(A unit of Haryana Power Generation Corporation Ltd.)

    SHORT TERM NOTICE INVITING TENDER

    Enquiry No. 23/BM-82/2013-14 Dated 16.01.2014Haryana Power Generation Corporation Limited invites sealed tenders in two parts from

    experienced firms for Overhauling of Flue Gas/ Air Ducting & Dampers and Air Pre

    Heaters of 300MW Unit-I, DCRTPP, Yamuna Nagar

    Tender details

    1. Description of Work : Overhauling of Flue Gas / Air Ducts & Dampers and Air

    Pre heaters of Unit-I

    2. Cost of tender document: : Rs. 1132/- in form of Crossed Demand Draft/Pay Order

    in favor of Sr. Accounts Officer, ,DCRTPP,HPGCL, Yamuna Nagar drawn on State bank of

    Patiala or any other Scheduled Bank Payable at

    Yamuna Nagar.

    3. Last date of issue/ sale of tender : 03-02-2014 up to 17:00 Hrs.

    documents

    4. Last date of submission of tenders : 04-02-2014 up to 13:30 Hrs.

    5. Due date of opening of tenders : 04-02-2014 at 15:00 Hrs.

    6. Earnest money Deposit (EMD) : Earnest money deposit of Rs 47000/- (Rs.Forty Seven Thousand ) by Crossed Demand

    Draft/ Pay Order in favor of Sr. Account Officer,

    DCRTPP, HPGCL, Yamuna Nagar drawn on State

    Bank of Patiala or any other scheduled Bank

    payable at Yamuna Nagar.

    7. Earnest money and cost of tender document shall be deposited by crossed demand draft /

    pay order in favor of Sr. Accounts Officer, DCRTPP, Yamuna Nagar payable at state bank

    of Patiala or any other scheduled bank at Yamuna Nagar.

    8. NIT, scope of work, qualifying requirement and related terms & conditions are available at

    HPGCLs website www.hpgcl.gov.in . Bidder can download the tender documents from the

    HPGCL website and submit the same along with requisite fees i.e. Rs. 1132/-. The tenderer

    are requested to carefully study the tender documents before quoting.

    9. Negotiations if required would be held only with L-1 bidders as per provision of Haryana

    Govt. notification no. - 2/2/2010-41 dated 28/5/2010.

    10. Telegraphic tender will not be accepted.

    11. HPGCL reserves right to accept /cancel any or all tenders without assigning any reason

    whatsoever

    Executive Engineer/BMD-I,For Chief Engineer, DCRTPP,

    HPGCL, Yamuna Nagar

    http://www.hpgcl.gov.in/http://www.hpgcl.gov.in/http://www.hpgcl.gov.in/http://www.hpgcl.gov.in/
  • 8/11/2019 HPGCL83555

    3/19

    DEEN BANDHU CHHOTU RAM THERMAL POWER PROJECT

    YAMUNA NAGAR(A unit of Haryana Power Generation Corporation Ltd.)

    --------------------------------------------------------------------------------------------------------------------------TENDER DOCUMENT

    1. Tender Enquiry No. :2. Name of the work. : Overhauling of Flue Gas / Air Ducts & Dampers of

    Unit-I.3. Cost of documents : Rs. 1132/- in form of Crossed Demand Draft/Pay Order

    in favor of Sr. Accounts Officer, DCRTPP, HPGCL,

    Yamuna Nagar drawn on State bank of Patiala or any

    other Scheduled Bank Payable at Yamuna Nagar.

    4. Last date of issue/sale of tenders : 03.02.2014 up to 17:00 Hrs.document

    5. Last date of submission of : 04.02.2014 up to 13:30 Hrs.tenders complete in all respect

    6. Date and time of opening of : 04.02.2014 at 15:00 Hrs.

    the tender7. Earnest money to be deposited : Earnest money deposit of Rs. 47000/-(Rs. Forty

    Seven Thousand only) by Crossed Demand Draft/ Pay

    Order in favor of Sr. Account Officer, DCRTPP,

    HPGCL, Yamuna Nagar drawn on State Bank of

    Patiala or any other scheduled Bank payable at

    Yamuna Nagar.

    8. Place of submission/opening : Office of The Executive Engineer/BMD-I,of tender UNIT I, DCRTPP, HPGCL, Yamuna Nagar.

    9. Enclosures

    Part-ACopy of NIT

    ANNEXURE-I : General Instructions to the bidders ANNEXURE-II : General Terms & Conditions ANNEXURE- III : Special/Technical Terms & conditions ANNEXURE-IV (A & B) : Scope of Work ANNEXURE- V : Guarantee Certificate ANNEXURE- VI : Contract Agreement

    Part- B ANNEXURE-VII (A & B) : Rate Quoting Sheet.

    DA/As above.

    Tender documents issued to-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

    Executive Engineer /BMD-I,For Chief Engineer / DCRTPP,

    HPGCL, Yamuna Nagar.

    Signature of the representative of the Firm

  • 8/11/2019 HPGCL83555

    4/19

    PART-A

    Annexure-I

    GENERAL INSTRUCTIONS TO THE BIDDERS

    The following instruction must be carefully observed by the tenderers.

    1. Only those firms who have purchased the tender specification are eligible to

    quote.

    2. At any time before dead line for submission of tenders, HPGCL may modify theTender Document by issuing an amendment and extend the date of receipt and

    opening of the tender.

    3. Each page of Tender documents will be signed and stamped by authorized

    representative of the firm.

    4. The tender shall remain valid for a period of 180 days from the date of opening of

    the Part-II i.e. Price Bid.

    5. All corrections made in the tender should be attested with full signatures.

    6. No provision for Price escalation shall be made on any account. The price quoted

    by the tenderer shall be FIRM till the contract is completed. The tenderers

    acceptance of this condition should be indicated along with the Bid.

    7. The rates quoted on the Price bid should be written clearly both in figures as well

    as in words. If any mistake is found between the words and figures, the lower

    value mentioned either in words or in figures shall be considered.

    8. In case of any doubt arising in the description of the work or any other terms &

    conditions, clarification can be had from XEN/BMD-I/DCRTPP, HPGCL, YamunaNagar Fax No. 01732-204513, Tele Phone No. 01732- 204527

    9. Normally the tender should not differ from the terms & conditions and technical

    specifications incorporated in the Tender documents for this scope of work,. In

    case of any deviation the same shall be specifically mentioned on separate sheet

    otherwise it will be presumed that tenderer agreed all terms & conditions as per

    Tender document.

    10. The tenders ( part-A) will be opened on the due date specified in the presence oftenderer or their authorized representatives, who desire ( s) to be present at the

    time of opening of tender.

    11. Tenders received after due date and time will not be accepted. Any postal delay

    or other reasons will not be to HPGCL account.

    12. Incomplete, obscure or irregular tender is liable for rejection.

    13. Telegraphic/ Fax/ telephonic offers are not accepted.

    14. The order placing authority is not bound to accept the lowest tender or any other

    tender or assign any reason for the rejection. HPGCL shall have the right to call

    for fresh tenders or accept either the whole or part tenders or to place order on

    the basis of prices quoted.

    15. If due date of opening of the tenders happens to be a Public holiday, the opening

    of tenders will be done on the next working day at the same place

    16. If the tenderer deliberately gives wrong information in his tender, HPGCL reserves

    the right to reject such tender at any stage.

  • 8/11/2019 HPGCL83555

    5/19

    17. MODE OF SUBMISSION OF TENDER

    Part-A tender comprising of

    a) EMD

    b) i) General term & condition (Annexure-II)

    ii) Special/Technical term & condition (Annexure-III)

    iii) Scope of work (annexure-IV A & B)

    Part-B tender comprising ofi) Rate quoting sheet/Price Bid (Annexure-VII A & B)

    18. QUALIFYING REQUIREMENT FOR BIDDER

    Only competent agency is required to undertake this type of work. Thequalifying requirement for this work is as follows:-

    I. The Firm who has already executed successfully similar nature of

    overhauling works of Flue Gas / Air Ducts & Dampers and Air Pre

    Heaters at NTPC or Thermal Power Station of 110 MW or higher

    capacity at least amounting to Rs. 900000/- (Rs. Nine Lacs only)

    against single work order for the respective package during preceding

    05 years.

    OR

    II. Who are the original manufacturer / supplier of equipments installed

    at DCRTPP, Yamuna Nagar.

    Note: - i) The order can include overhauling of Boiler & its Auxiliaries etc. but

    the order must include overhauling of RAHs & Ducting etc. of Boiler.ii) The firm shall submit the copy of work order along with the relevant

    satisfactory work completion certificate or the copy of repeat work orders for similar

    works from the same Organization, duly attested/Notarized in support of qualifying

    conditions.

    Depending upon the evaluation of Part-A tenders by the project committee

    /DCRTPP, Yamuna Nagar, Part-B (Price Bid) tenders of successful bidders would

    be opened accordingly. The decision of the Committee shall be final and bindingon all the bidders.

    19. DISQUALIFICATION OF THE BIDDER

    Even though the bidders meet the above Qualifying Criteria they are subject to be

    disqualified, if they have made misleading or false representations in the forms,

    statements and attachments submitted in the proof of the qualification

    requirements.

    20. The bidders shall submit partnership deed in case of partnership firm/

    Memorandum of Association and Article of Association in case of a company.

    21. Not withstanding any thing stated above Haryana Power Generation Corporation

    Ltd. reserve the right to assess the tenderers capacity to perform the contract ,

    should the circumstances warrant such assessment in the overall interest of the

    Haryana Power Generation Corporation Ltd. In this regard the decision of HPGCL

    will be final.

  • 8/11/2019 HPGCL83555

    6/19

    22. OPENNNIG OF TENDER

    The tenders will be opened in the office of Executive Engineer/ BMD-I, DCRTPP,

    HPGCL, Yamuna Nagar in the presence of authorized representatives of the

    tenderers, if so desired, at the time and date set for opening of tenders or in case

    any extension given thereto on the extended tender opening date and time

    notified to all the tenderers who have purchased the tender documents.

    Tenderers authorized representatives (up to two persons) may attend theopening.

    A. After opening the main cover, the envelopes containing EMD shall be opened

    first. Qualifying requirements for the Bidders and Techno Commercial Offer shall

    be opened subsequently, if EMD of requisite amount and in proper mode have

    been submitted by the tenderer. Otherwise the tenders shall not be opened and

    re- sealed.

    B. The Price Bid (Part B of the tender) shall be opened after Part A of the

    tenders have been scrutinized and evaluated. The tenderers whose Part- A have

    been approved, will be allowed to participate in the opening of Price Bid (Part-B) &

    shall be informed accordingly.

    23. EARNEST MONEY

    The Tenderer shall deposit requisite Earnest Money along with the tender

    to ensure that the tenderer takes up the work in right earnest. An EMD amounting

    to Rs 47000/-(Rs. Forty Seven Thousand only), through a Crossed Demand Draft/

    Pay Order drawn on the State Bank of Patiala or any other Scheduled Bankpayable at Yamuna Nagar in favor of Sr. Accounts Officer, DCRTPP, HPGCL,

    Yamuna Nagar, shall be submitted. The fact of enclosing the EMD is to be super

    scribed on the envelope containing EMD in Part-A of Bid.

    a. The EMD of the successful tenderer will be adjusted against security

    deposit in the event of placement of order. EMD of unsuccessful tenderer

    will be refunded after finalization of contract.

    b. No interest shall be payable on Earnest Money Deposit.c. HPGCL reserves the right to forfeit Earnest Money Deposit or a part

    thereof in circumstances which may indicate that the contractor is not

    earnest in executing the contract placed under the specifications. EMD

    shall also be forfeited in case the bidder does not come forward for

    execution of the contract agreements and submission of balance security

    deposit.

    d. If the tenderer withdraws his tender at any stage during the currency of his

    validity period, the earnest money shall be forfeited in full in such cases.

    24. The contract shall be awarded to the tenderer whose total overall rates are lowest.

    25. Negotiations, if required would be held only with the L-1 bidder as per provision of

    Govt. of Haryana Notification No.:- 2/2/2010-41; Dated 28/5/10.

    Executive Engineer /BMD-I,For Chief Engineer / DCRTPP,

    HPGCL, Yamuna Nagar.

  • 8/11/2019 HPGCL83555

    7/19

    ANNEXURE-II

    GENERAL TERMS & CONDITIONS

    1. SECURITY DEPOSIT

    The contractor shall deposit the security amount equal to 10% of the total

    value of the work order with Sr. A.O, DCRTPP, Yamuna Nagar within 07 days of

    receipt of work order / LOI, otherwise the security deposit amount will be deducted

    from the first payment bill of the contractor.

    The earnest money amount of Rs. 47000 /- deposited by the firm will be

    adjusted against security deposit.

    No claim shall be entertained against HPGCL in respect of interest or any

    depreciation in the value of security deposit.

    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 its absolute discretion, the security deposit furnished by the contractor.

    The forfeiture of security deposit shall be without prejudice to the right of HPGCL to

    recover any further amount or any liquidated and/or other damages, under

    payments or over payments made to the contractor under this contract or any other

    contract.

    The security deposit of the contractor shall be retained by HPGCL for the

    entire period of contract including the warranty/guarantee period as per clause of

    Warranty/Guarantee. 2. COMPLETION PERIOD

    Work is to be completed within 27 days from the date of commencement of work as

    notified by HPGCL. The contractor shall adhere to the following program

    specifically.

    2.1 The work shall be started immediately but not later than 03 days from the date of

    notice, which will be given to the contractor. However, the actual date of

    commencement for the purpose of completion period and application of penalty

    clause shall be notified by XEN/BMD-I, DCRTPP, Yamuna Nagar.

    2.2 The contractor will have to work under the strict supervision of HPGCL Engineers

    and may have to do the work a number of times, if required, till the work is found

    satisfactory and required parameters are achieved.

    2.3 To complete the work within the stipulated period, work will be carried out round the

    clock with full strength in all the three shifts, if required.

    3. WARRANTY/GUARANTEE

    3.1 The contractor shall furnish guarantee for a period of 90 Days onwarranty/guarantee Performa attached as ANNEXURE-V

    3.2. The security of the contractor shall be released after 90 days of successful running

    of the equipment after overhauling. During this period if equipment, which has been

    attended by the contractor, is found to be defective, the same will have to be

    attended again without any additional charges to HPGCL. In case the contractor

    fails to respond within a reasonable time, the job will be got done from any other

    agency and entire expenditure thus incurred will be debited to the contractor.

  • 8/11/2019 HPGCL83555

    8/19

    4. TERMS OF PAYMENT

    4.1 50% of the contract value will be paid after completion of 60% of the work with out

    any documents required as per provision of work order.

    4.2 Further 40% of the contract value will be paid after completion of 100% of the work

    and contractor will submit all relevant documents as per provision of work order.

    4.3 Further 10% of the contract value will be paid submission of Protocols andsynchronization of the unit after expiry of period of 30 days.

    5. PENALITY

    The contractor will ensure timely completion of the job as stipulated in the

    completion schedule. However, if any part of the job is not completed within the

    stipulated period, the penalty will imposed @ 1% of the contract value of the work

    order per day subject to maximum 10% of the value of work order. Quantum of

    work may increase or decrease to any extent (known after opening of unit).

    Contractor will arrange additional manpower to complete additional work, if any,

    within above completion period. For the purpose of imposition of penalty, date of

    completion of job will be taken into consideration.

    6. FORCE MAJEURE

    HPGCL may consider the request for reasonable extension of completion period of

    work, without levy of the damages for delay/penalty, due to strike, lock out, natural

    calamities, commission/omission on the part of the HPGCL and labour problems

    which are beyond the reasonable control of the contractor etc.7. FAILURE & TERMINATION OF CONTRACT

    If the contractor fails to adhere to the time schedule or if his services are found to

    be unsatisfactory, the HPGCL will be entitled at its option either:

    a) To cover damages as per penalty clause mentioned at S.No.4 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 on the contractor at his risk and cost and without prejudice to the provision of

    the work order.

    OR

    c) To cancel the contract & forfeit the security.

    8. CONTRACT AGREEMENT

    The contractor shall execute a contract agreement on specific performa as per

    Annexure-VI on NJSP of Rs. 5/- on receipt of work order within 07 days.

    9. EXTRA CHARGES

    No extra payment will be made for any work carried out by the contractor for the job

    as mentioned in Work Order.

    10. IDLE LABOUR

    No idle labour charges will be admissible in the event of any stoppage caused in

    the work resulting in contractors labour being rendered idle due to any cause.

    11. OVER RUN CHARGES

    No over run charges shall be paid in the event of the completion period beingextended for any reasons.

  • 8/11/2019 HPGCL83555

    9/19

    12. ACCOMODATION

    No accommodation shall be provided by HPGCL. The contractor shall have to

    arrange the accommodation for him OR for his workers/laborers engaged for the

    execution of work.

    13. WATCH & WARDThe watch and ward of T&P & other material will be the responsibility of the

    contractor.

    14. FACILITIES TO BE ARRANGED BY CONTRACTOR

    The contractor shall make his own arrangement for providing all facilities like

    boarding, furniture and transportation etc. for his supervisors/staff engaged by him

    for the job.

    15. INCOME TAX, SERVICE TAX & SALES TAX

    Statutory deduction on account of Income Tax will be made at source and Service

    Tax, Sales Tax including surcharge shall be paid as applicable at the prevailing

    rates by Sr.A.O, DCRTPP, Yamuna Nagar.

    16. FACTORY ACT / MINIMUM WAGES ACT / INSURANCE ACT / EPF ACT ETC.

    Strict adherence of various applicable labour laws like the Factories Act, Minimum

    Wages Act, ESI Act, Payment of Wages Act, the Workmans Compensation Act,

    EPF Act, Contractor labour (Regulation & Abolition) Act, 1970 and all other

    statutory requirements as amended from time to time to the entire satisfaction ofCentral/State Govt. Authorities, shall be the responsibility of the contractor and he

    shall have to make good loss, if any, suffered by HPGCL on account of default in

    this regard by the contractor. The EPF contributions will be deposited by the

    contractor in his own EPF code no.

    17 . SAFETY RULES

    Firm shall have to comply with all the provisions of safety rules. The Engineer-

    in-Charge shall impose penalty of Rs.200/- per day per head if the workers of Firm arefound to be working carelessly without proper protective equipments in unsafe

    conditions. Against violation of any other clause, a penalty of Rs 500 /- per violation

    (minimum) shall be levied. Before commencement / during execution of work the

    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

    workers of the contractor and if prosecution is launched by Chief Inspector of factories

    Chandigarh against occupier / Factory Manager or any other authority of 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 this contract or any other contract at

    DCRTPP besides other action as the HPGCL deem fit like Black listing of the firm etc.

  • 8/11/2019 HPGCL83555

    10/19

    Contractor shall be responsible for any loss / damage caused due to fire or responsible

    for any loss or any other act of his workman / contractor or to existing equipment /

    property of HPGCL & made good such amount to HPGCL to its entire satisfaction. All

    the accidents to contractors staff will be reported to the safety officer promptly. This

    will however, not relieve the contractor of any statutory & other obligations..18 . The scope of work (Annexure-IV A & B) is only tentative and as per the prevailing

    conditions of the equipment. The actual quantum of work will be known after

    opening of the equipment at the time of execution of work.

    19. The activities mentioned in the scope of work in Annexure-IV A & B are details of

    possible works connected with the overhauling of equipments. However, it is not

    possible to list out all the minor activities in detail. So, all such minor/any other left

    out activities essential for overhauling & commissioning of the equipments shall be

    deemed to be included in the scope of work.

    20 . SUB LETTING

    No sub letting of the contract shall be allowed and any subletting will lead to

    cancellation of the contract. However, as a special case, CE/DCRTPP after

    considering technical capability of the sub contractor may allow sub letting for which

    the successful contractor will submit requisite documents to XEN/ In-charge of the

    work.

    21 . All material issued to the contractor by the HPGCL or brought by the contractor forits bonafide use at work shall be stored and preserved by the contractor in his

    custody as to avoid it against any loss/damage/shrinkage or deterioration in any

    form. This will be free of charge. Any loss suffered by the HPGCL on this account

    shall be compensated by the firm at panel rates to be determined by the HPGCL.

    The rates so determined shall be final and binding on the firm.

    22 . This office reserves the right to claim adequate compensation from the contractor

    on account of any damage caused to the plant & equipment handed over to him forexecution of the work, due to careless handling or negligence on the part of the

    contractor.

    23 . The recovery in respect of any spares which get damaged due to negligence on the

    part of the contractor will be done at the rates as mentioned in the price catalogue

    of SEC or any other PO/Source, plus 10% supervision charges.

    24. During the course of this work, the contractor shall keep a competent authorized

    representative and his assistants so that the progress of the work is not hampered.

    The representative shall represent the contractor in his absence and all directions

    given to him shall be binding as if given to the contractor. In no case, the authorized

    representative can refuse to receive the instructions.

    25 . All disputes or differences of any kind pending or arising between the parties in

    respect of meanings or effect of any clause/clauses of this contract or the right and

    liabilities of the parties to this contract, shall be referred to the Arbitration of

    CE/DCRTPP, Yamuna Nagar or any other Officer/Officers appointed by him on his

    behalf and award given by such officers shall be conclusive and binding on theparties.

  • 8/11/2019 HPGCL83555

    11/19

    26 . The contract is subject to jurisdiction of Local Courts of Jagadhri only.

    27 . The contractor will bring the required material from the Store/other sites to the site

    of the work and should ensure the return of the dismantled/damaged parts to the

    Store.28 . The contractor shall keep the site clear and remove silt and dispose of all the waste

    material and rubbish from site as & when it accumulates and as directed and shall

    carry out any measure required complying with healthy and hygienic conditions.

    The site should be left clean and tidy to the satisfaction of Engineer-in-Charge.

    29 . HPGCL reserves the right to cancel the work order at any time without assigning

    any reasons and will not be responsible and will not pay for any expenses or losses

    that may be incurred by the contractor towards preparation/mobilization for

    execution of the job against work order.

    30 . As the manpower will be handling costly & sophisticated equipments of the

    powerhouse, therefore, the contractor will ensure that only skilled personnel, who

    have already handled

    Such equipments during overhauling should be deployed. The contractor will deploy

    competent site supervisor who should have at least 2-years experience in case of

    diploma holders & above qualification and at least 10 years experience of particular

    discipline in case of non-diploma holder.31. Advance planning:-

    - Immediately after the receipt of LOI but not later than five days the contractor will

    submit the bar chart / Pert- Chart / Schedule i.e planning the completion of work

    with in stipulated period to the concern division in charge of the work

    . - The contractor will give the details of the manpower to be deployed by him to

    maintenance wing so as to ensure completion of total work well with in stipulated

    period

    Executive Engineer /BMD-I,For Chief Engineer / DCRTPP,

    HPGCL, Yamuna Nagar..

  • 8/11/2019 HPGCL83555

    12/19

    ANNEXURE-III

    Special/Technical Terms and Conditions :

    1. The contractor will arrange all the T&P (whether heavy or light) required for smooth

    execution of the complete job including welding set, gas cutting set, winches, chain

    blocks, pulleys etc2. All consumables like welding electrodes (general & special) & cutting gases, waste

    cotton, emery papers, cleaning agents & Oxygen and DA Gas cylinders shall be

    arranged by the contractor at his own cost. Welding electrodes will be of following

    make and will be got approved from Engineer-in-charge: ( i) L& T (ii) D&H (iii) Adhor

    and (iv) ESAB. All the spare parts & consumables like gaskets, grease, oil for final

    filling, nuts, paint & jointing material etc shall be provided by HPGCL free of cost.

    3. Contractor shall arrange transportation of material from Store to site and dismantled

    material from site to Store.

    4. EOT Crane, chain pulley block, wherever provided/available at site, shall be

    provided by HPGCL free of cost. If during the use, any damage occurs on account

    of mishandling on contractors part , the same shall be got repaired by the

    contractor. Otherwise, the contractor will make his own arrangement for the same

    at his own risk and cost without affecting the schedule of overhauling.

    5. Water, electricity, compressed air will be given by HPGCL free of cost at the

    nearest point available further connections of the same shall, however, be made bythe contractor up to the site of works.

    6. The existing facilities available in the Departmental Workshop shall be provided by

    HPGCL free of cost, wherever available; otherwise, the contractor shall be

    responsible for carrying out the job by making his own arrangement without

    affecting the completion schedule in any way.

    7. The scaffolding material & sky climber required for scaffolding purposes will be

    supplied by HPGCL, as per availability, free of cost except winding ropes, steelropes and wires, wooden planks and stairs etc. However scaffolding material will be

    drawn by the contractor from the store and transported to site and returned to the

    stores after completion of work without any damage to any material at his risk and

    cost. Any other material required for scaffolding, which is not available in HPGCL

    store, shall be arranged by the contractor at its own cost.

    8. Contractor shall fully associate with trial run, commissioning and balancing of the

    equipments, if required, up to the full load and keep sufficient manpower to attend

    fault etc., if any

    9. The work will be carried out round the clock with full strength of technicians and

    supervisors.

    10. The contractor will deploy parallel groups who will work simultaneously in parallel

    round the clock in full strength.

    Responsibilities:

    a) Responsibilities of Site i.e. HPGCL

    01. Power connections, water connection shall be provided by HPGCL.02. First aid facilities shall be arranged by HPGCL.

    03. Area isolation and isolation of equipments shall be ensured by HPGCL.

  • 8/11/2019 HPGCL83555

    13/19

    b) Responsibilities of the Firm

    01. All safety equipments such as gloves, shoes, goggles, gumboot, face mask,

    safety helmets, safety belts etc. will be arranged by the firm.

    02. Availability of electrician, fitter etc. shall be ensured by the firm.

    03. All T&P required for this job will be arranged by the contractor/firm.04. The contractor will lift the garbage/scrap from the site and dispose off the

    same and make the site neat and clean.

    Executive Engineer /BMD-I,For Chief Engineer / DCRTPP,

    HPGCL, Yamuna Nagar.

  • 8/11/2019 HPGCL83555

    14/19

    Annexure IV (A)

    Scope of Work for Overhauling of Flue Gas & Air Ducting and Damper in Unit-I,

    0I Opening of manholes covers of all ducts, cleaning and repairing of ducting fromRAH outlet to ESP inlet (including ESP funnel portion). ESP outlet to chimney andscanner air piping by complete and all around welding of patches. The scopeconsists the ducting & dampers of PA fan & FD fan up to outlet damper of APH,outlet damper is in the scope of contractor. The patches are to be provided bycutting size from the standard size-plate of 5.00/3.00 mm thickness to be provided byHPGCL. Removal of old welded patches by gas cutting, where ever new patchesare to be welded, shall be in the scope of the contractor.

    02. Repair of damaged guide vanes in the flue gas path by fabrication from new platesand angles. Replacement of excessively worn out guide vanes, wherever requiredby new ones, which will be supplied by HPGCL.

    03. Repair/replacement of damaged supports inside the ducting where ever required.04. Repair of 04 Nos. Economizer hoppers and 08Nos. RAH hoppers by patch work.05. Repair of the expansion joints in the flue gas and air ducts by patch work wherever

    required by 2.5mm thick plate.06. Replacement of 30 MT MS/HR plate is covered in the scope of contractor of the

    contract. Any variation in quantity will be accounted for as per unit rates.07. Overhauling of manholes of duct.08. Replacement of asbestos ropes in all the manhole covers of the ducting and flange

    joints

    09. Complete servicing of all dampers in flue gas path, secondary air path & primary airpath up to APH Outlet (outlet damper is in the scope of firm), scanner air fanducting. Servicing include repair/replacement of vanes/ damper side plates to arrestthe leakages, gap setting to avoid passing, replacement of bush and shaft ofindividual vanes/plate and complete servicing , oiling/greasing of actuators.

    10. Total Nos. of dampers / gates in the flue gas secondary Air/ primary air shall beThirty Six.

    11. Repair/replacement of fabric compensators / bellows of ID Fans inlet/outlet duct.12. Replacement of fabric compensators/bellows of ESP Pass A & B inlet and outlet

    (08 nos.), PA Fans inlet/ outlet and FD Fans inlet/ outlet.13. To carry out the above work removal of insulation and cladding will be in the scope

    of the contractor.14. Removal of accumulated ash in side the ducting if any.15. Air tightness test is to be conducted after completion of the job and in case any

    defect is found, it is to be attended by the contractor immediately after the test.16. Removal of scrap, insulation, pipe, rail & any other foreign material from site,

    platform, roof etc. after completion of work. The site shall be made presentable.

    Note: - ESP Pass A & Pass B inlet & outlet fabric compensators has to be

    replaced otherwise work shall be treated as incomplete & penalty of 20%amount of total value of work order shall be imposed.

    Executive Engineer /BMD-I,For Chief Engineer / DCRTPP,

    HPGCL, Yamuna Nagar.

  • 8/11/2019 HPGCL83555

    15/19

    Annexure IV (B)

    Scope of Work for Overhauling of Air Pre- Heaters-02 nos.

    i. Thorough cleaning & washing inside and outside the air heaters after opening of allthe manholes including access doors.

    ii. Taking out of all the Hot end baskets (288nos.) of both APH.iii. Through cleaning of baskets with water jet/air.iv. Inspection of intermediate end basket & reversing of 150 nos. intermediate end

    basket after proper cleaning.v. R eplacement of Hot end baskets (288 nos. for both APH) with new baskets.vi. Checking of Axial, Radial. Bypass and rotor post seals. Replacement / resetting of

    proper clearance of all the seal.iii. Checking of guide and support bearings, servicing of lube oil Pumps and pipe lines,

    cleaning of filters and coolers including their hydraulic tests. Servicing of valves inlube oil and cooling water lines. Draining of lube oil, cleaning of housing and refillingof oil in the bearing housing. Arresting of lube oil leakage of bearings & if any.

    iv. Repair of axial seal plates and center section repair/ replacement of support pipesbeams / angle, static seals at hot end and at cold ends of both air heaters.

    v. Repair / servicing of cleaning device, cleaning / repair / replacement of nozzles,servicing of soot blower gear box and repair / replacement if damaged.

    vii. Opening of pinion cover, checking of rack and pinion for any wear and tear, servicingof reduction gear box, repair/replacement of worn out components whereverrequired. Alignment of pinion with pin rack and motor with gear box, Arresting of air

    leakages from air seal housing. Servicing of Air motors.viii. Repair / Replacement of fire fighting & water washing devices.ix. Opening of the pedestal bolts and removal of pedestal doors. Repair of doors by

    patch work / Fabrication of eroded covers of pedestal doors out of M S sheet/ andrepair of Pedestal by welding / patch work. Refixing of broken studs and assemblingpedestal doors.

    x. Repair and reinforcement of the damaged support/grating of cold end baskets.xi. Repair of damaged primary and secondary corner of APH.xii. Transportation of Material from store to site and disposal of scrap.xiii. Repair/replacement of damaged fabric compensators of PA & FD, APH outlet

    compartment. Replacement of wear out plate bellow compensator, if required.xiv. Closing of all the manholes by providing new asbestos rope, trial run and attending

    the defects observed during commissioning.xv. Removal of insulation material which is required for repair / servicing is in the scope

    of contractor.xvi. Inspection and cleaning of two no. of SCAPH and Hydraulics testing of SCAPH and

    attending leakage if any.xvii. Any other job required to complete the successful commissioning of Rotary Air

    Heater is also included in the scope of work

    xviii. Alignment of sector plates, if required.xix. Air Leakage test of APH shall be carried out. If any leakage observed same shall beremoved by the contractor.

    Executive Engineer /BMD-I,For Chief Engineer / DCRTPP,

    HPGCL, Yamuna Nagar.

  • 8/11/2019 HPGCL83555

    16/19

    PART-A

    ANNEXURE V

    GUARANTEE CERTIFICATE

    Certified that I, Sh._______________________________S/o

    Sh.___________________________R/o________________________________________

    ____________ on behalf of M/s ___________________ ___________________ registered

    office at ____________________________________do hereby undertake to furnish

    guarantee/warrantee for a period of _____ month from the date of completion of work done

    by the firm/company vide WO No.____________________________________________

    dated___________ issued by the Executive Engineer vide memo no.

    ______________________________dated __________ in case of any defect/damage

    found in the material used by us or work done by us during the period of

    Guarantee/Warrantee. We undertake to replace the defective material or remove the defect

    free of cost to HPGCL with in the shortest possible time not more than a week after receipt

    of information of defect.

    (Authorized Signatory)

    Date :

    Place:

  • 8/11/2019 HPGCL83555

    17/19

    PART-A ANNEXURE-VI

    CONTRACT AGREEMENT

    This contract agreement entered in to this ______ day of the month of ________, 2008

    between Haryana Power Generation Corporation Ltd., a body corporate constituted underthe Indian Company Act, 1956 herein after called Corporation which terms shall include allits heirs and successors on the one hand and M/s

    __________________________________________________________________. Thecontractor which terms shall include all its heirs and successors on the other hand.

    Where as a contract for _________________________________________________ atDCRTPP, Yamuna Nagar during capital overhauling in _________ as officially describedin tender documents issued against NIT no ._________________________ dated ______and concluded by the issue of Work Order no. _________________dated _____appended hereto between Corporation & Contractor. Where as Contractor further agrees

    to abide by all labor laws, rules and regulations which may be enforced from time to time.Where the contractor also agrees to absolve the board from all risks & responsibilitiestowards the labour engaged by the contractor during execution of the above said work.

    The contractor will comply all provisions of the relevant labour laws/Acts and the rules/regulations framed there under. In the event of Yamuna Nagar Thermal Power Plant,Yamuna Nagar being obliged to pay the compensation, the contractor will indemnify thecorporation. The labour regulation shall be treated as part of the contract. Any break oflabour laws/regulation shall be treated as breach of the contract.

    Here DCRTPP, Yamuna Nagar and the contractor have agreed to execute an agreement.

    Now this deed witness and parties here to hereby mutually agree as above.

    In witness where of the contractor & HPGCL here to set their hands as under.

    Signature of the contractor Signature & designationIn presence of witness and on behalf of HPGCL presence

    of witness

    Witness Witness1. 1.

    2. 2.

  • 8/11/2019 HPGCL83555

    18/19

    Annexure-VII (A)

    Part-B

    Rate Quoting Sheet for Ducting & Dampers Lump Sum Rate & Unit Rate.

    Sr.No.

    Item Description of work Rate(Rs.)

    Amount(Rs.)

    Part-A Main Item

    1. Overhauling Flue Gas & Air Ducts

    and Dampers (as per scope of

    work annexure-IV )

    Total

    Part-B Unit rates for purpose of

    variation in Scope of work.

    Qty Unit Rate

    (Rs.)

    Amount

    (Rs.)

    1. Patch work of duct. 1 MT

    2.

    a)

    Servicing of actuator and gear box

    of gates/dampers

    1 No

    b) Repair of ESP outlet / inlet bellow

    at 26 Mtr.

    1 Mtr.

    c) Replacement of ID Fan Inlet/

    Outlet, FD fan & PA fan bellow

    1 Mtr.

    d) Servicing of any gates / dampers 1 No.

    3. Man hour rates (including T&P gas

    consumable etc.)

    a) Skilled Labour / welder 50 Hrs.

    b) Semi Skilled 50 Hrs.

    c) Un-skilled 50 Hrs.

    Note for the bidder:-

    The detailed scope is at annexure- IV(A). The Firm may refer the same

    (Sign. & Stamp of contractor)

  • 8/11/2019 HPGCL83555

    19/19

    Annexure-VII (B)

    Rate Quoting Sheet for for overhauling of APH Lump Sum Rate & Unit Rate.

    Total of Part A and Part B=Rs.

    The detailed scope is at annexure- IV(B). The Firm may refer the same

    (Sign. & Stamp of contractor)

    Sr. No. Description of work Rate (Rs.) Amount(Rs.)

    Part-A Main Item1. Overhauling of 02 nos. Air PreHeatersTotal

    Part-B Unit rates for purpose of variationin Scope of work.

    Qty Unit

    1. Patch work of duct. 1 MT2. Replacement/Reversal of Hot End

    Basket1 No

    3. Replacement of overrun clutch of AirPre Heater

    1 No

    4. Man hour rates (including T&P gasconsumable etc.)

    a. Skilled Labour / welder 50 Hrs.b. Semi Skilled 50 Hrs.c. Un-skilled 50 Hrs.5 Replacement of APH guide bearing 1 No.6 Replacement of APH support

    bearing

    1 No.

    7 Repair/Re fabrication of basket fromthe old and used basket afterdismantling and cleaning.

    1 No.

    8 Replacement of Pin of Pin Rack of APH

    1 No.

    9 Replacement of sector plate of APH 1 No.Total