25.04.2013 Views

Tender Documents of NIT No 4006.pdf - Damodar Valley Corporation

Tender Documents of NIT No 4006.pdf - Damodar Valley Corporation

Tender Documents of NIT No 4006.pdf - Damodar Valley Corporation

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

DAMODAR VALLEY CORPORATION<br />

MEJIA THERMAL POWER STATION<br />

P.O: MTPS, DIST. – BANKURA<br />

TENDER DOCUMENTS<br />

For<br />

Service Contract <strong>of</strong> Coal Handling Plant <strong>of</strong> MTPS<br />

<strong>NIT</strong> <strong>No</strong>. MT/ CE/ T-5/ FM (282)/ DD/4006 Date: 26.12.2008<br />

The Scope <strong>of</strong> Work is broadly classified as:<br />

Part-A. (i) Liaison work with Railways and coal companies for (BOBR<br />

Wagons) Indigenous Coal.<br />

(ii) Supervision <strong>of</strong> loading <strong>of</strong> Coal (BOBR Wagons) at loading<br />

Point for Indigenous Coal.<br />

Part-B. Unloading <strong>of</strong> BOBR& BOXN coal rakes in Trackhopper-1& 2 for<br />

Indigenous Coal and Imported Coal.<br />

Part-C. Annual Repair& Maintenance Contract for Coal Handling Plant <strong>of</strong><br />

Unit# 1,2,3&4 and Coal Handling Plant <strong>of</strong> Unit#5 & 6 <strong>of</strong> MTPS.<br />

Part-D. Removal <strong>of</strong> technological waste & Up-keepment <strong>of</strong> Coal Handling<br />

Plant <strong>of</strong> Unit# 1,2,3&4 and Coal Handling Plant <strong>of</strong> Unit#5 & 6 <strong>of</strong><br />

MTPS.<br />

Part-E. Shortage Minimization <strong>of</strong> BOBR indigenous coal rakes for<br />

MejiaTPS and Improve Turn-around time.<br />

1


INDEX<br />

1. <strong>NIT</strong> along with information for EMD , Eligibility Criteria and others.<br />

2. Scope <strong>of</strong> Work and Services.<br />

3. Facilities to be provided to the Contractor by DVC.<br />

4. Additional terms& Conditions.<br />

5. Other Commercial terms & conditions.<br />

6. Special Terms and conditions.<br />

7.<br />

8. ANNEXURE- I<br />

Scope <strong>of</strong> Work<br />

Part-A. (i) Liaison work with Railways and coal companies for (BOBR Wagons)<br />

Indigenous Coal.<br />

(ii) Supervision <strong>of</strong> loading <strong>of</strong> Coal (BOBR Wagons) at Loading Point for<br />

Indigenous Coal.<br />

Part-B. Unloading <strong>of</strong> BOBR& BOXN coal rakes in Trackhopper-1& 2 for Indigenous<br />

Coal and Imported Coal.<br />

Part-C. Annual Repair& Maintenance Contract for Coal Handling Plant <strong>of</strong> Unit#<br />

1,2,3&4 and Coal Handling Plant <strong>of</strong> Unit#5 & 6 <strong>of</strong> MTPS.<br />

Part-D. Removal <strong>of</strong> technological waste & Up-keepment <strong>of</strong> Coal Handling Plant <strong>of</strong><br />

Unit# 1,2,3&4 and Coal Handling Plant <strong>of</strong> Unit#5 & 6 <strong>of</strong> MTPS.<br />

Part-E. Shortage Minimization <strong>of</strong> BOBR indigenous coal rakes for Mejia TPS and<br />

Improve Turn-around time.<br />

9. ANNEXURE-II List <strong>of</strong> major equipment/system <strong>of</strong> Unit# 1,2,3&4 and Coal Handling Plant <strong>of</strong><br />

Unit#5 & 6 <strong>of</strong> MTPS under the Contractor’s Scope <strong>of</strong> Work.<br />

10. ANNEXURE-III List <strong>of</strong> tools and tackles required for Electrical Maint. Works to be arranged by the<br />

contractor without additional cost to DVC.<br />

2


11. ANNEXURE-IV List <strong>of</strong> T&P items to be arranged by the contractor during execution <strong>of</strong> the work.<br />

12. ANNEXURE-V List <strong>of</strong> important equipment <strong>of</strong> CHP, MTPS, DVC (Elect) 6.6 KV<br />

13. ANNEXURE-VI Pr<strong>of</strong>orma <strong>of</strong> Bank Guarantee in lieu <strong>of</strong> Earnest Money Deposit<br />

14. ANNEXURE-VII Instruction for furnishing Bank Guarantee<br />

15. ANNEXURE-VIII Pr<strong>of</strong>orma <strong>of</strong> Bank Guarantee for Security Deposit – cum – Performance Guarantee<br />

16. ANNEXURE-IX Techno Commercial Deviation Schedule<br />

17. ANNEXURE-X Cost <strong>of</strong> Withdrawal <strong>of</strong> deviation<br />

20. ANNEXURE – XI Price Bid Format<br />

21. ANNEXURE-XII Format for Agreement for Annual Maintenance Contract <strong>of</strong><br />

<strong>Damodar</strong> <strong>Valley</strong> <strong>Corporation</strong><br />

23. ANNEXURE – XIII General Conditions <strong>of</strong> Contract<br />

3


DAMODAR VALLEY CORPORATION<br />

Mejia Thermal Power Station<br />

P.O.: MTPS, Dist.: Bankura, Pin : 722183<br />

<strong>No</strong>tice Inviting <strong>Tender</strong><br />

<strong>No</strong>. MT/ CE/ T-5/ FM (282)/ DD/4006 Date: 26.12.08<br />

Sealed <strong>Tender</strong> in 02 (two) parts containing 03 (three) envelopes:<br />

A) 1st Envelope: Earnest Money Deposit and Cost <strong>of</strong> <strong>Tender</strong> Paper (if downloaded from Web<br />

site).<br />

B) 2nd Envelope (Part – I ): containing Technical and Commercial Bid.<br />

C) 3rd Envelope ( Part – II ): containing the Price Bid.<br />

in duplicate is invited by Superintending Engineer (Tech.), MTPS(O&M), <strong>Damodar</strong> <strong>Valley</strong><br />

<strong>Corporation</strong>, Mejia Thermal Power Station, P.O-MTPS, Dist : Bankura, West Bengal, for<br />

Supervision at Loading Point, liasioning with Railways & Coal Companies indigenous coal,<br />

Annual Contract for evacuation <strong>of</strong> BOBR&BOXN coal rakes at Track Hopper-1&2 <strong>of</strong> MTPS for<br />

Indigenous Coal and Imported Coal and Annual Repair& Maintenance <strong>of</strong> Coal Handling<br />

Plant(CHP) <strong>of</strong> Unit# 1,2,3&4 and Coal Handling Plant <strong>of</strong> Unit#5 & 6 <strong>of</strong> MTPS, Shortage<br />

Minimization <strong>of</strong> BOBR indigenous coal rakes for Mejia TPS.<br />

All the three envelopes must be sealed and kept in the main envelope by way <strong>of</strong> marking the<br />

envelope correctly as <strong>Tender</strong> Fees & EMD, Part- I (Technical and Commercial Bid), & Part-II<br />

(Price Bid) respectively along with <strong>Tender</strong> <strong>No</strong>tice Number, Date and Due Date <strong>of</strong> Opening<br />

superscribed on the envelopes and the main envelope must be superscribed with <strong>Tender</strong> <strong>No</strong>tice<br />

Number, Date and Due Date <strong>of</strong> Opening and with specific mention <strong>of</strong> “Quotation for AMC jobs<br />

<strong>of</strong> CHP& etc., Unit- 1,2,3,4,5 & 6 <strong>of</strong> MTPS.”<br />

1. Scope <strong>of</strong> Contract -<br />

Part-A. (i) Liaison work with Railways and coal companies for (BOBR Wagons)<br />

Indigenous Coal.<br />

(ii) Supervision <strong>of</strong> loading <strong>of</strong> Coal (BOBR Wagons) at Loading Point for<br />

Indigenous Coal.<br />

Part-B. Unloading <strong>of</strong> BOBR& BOXN coal rakes in Trackhopper-1& 2 for Indigenous Coal<br />

and Imported Coal.<br />

Part-C. Annual Repair& Maintenance Contract for Coal Handling Plant <strong>of</strong> Unit# 1,2,3&4<br />

and Coal Handling Plant <strong>of</strong> Unit#5 & 6 <strong>of</strong> MTPS.<br />

Part-D. Removal <strong>of</strong> technological waste & Up-keepment <strong>of</strong> Coal Handling Plant <strong>of</strong> Unit#<br />

1,2,3&4 and Coal Handling Plant <strong>of</strong> Unit#5 & 6 <strong>of</strong> MTPS.<br />

Part-E. Shortage Minimization <strong>of</strong> BOBR indigenous coal rakes for Mejia TPS and<br />

Improve Turn-around time.<br />

.<br />

2. Estimated Cost: Rs. 24,12,50,000/-(Rupees Twenty four crores twelve lakh fifty thousand)only<br />

3. Earnest Money: Rs. 24,12,500 /- (Rupees Twenty four lakh twelve thousand five hundred)only<br />

4. Cost <strong>of</strong> <strong>Tender</strong> Paper: Rs. 6,000 /- (Rupees Six thousand)only.<br />

5. Period <strong>of</strong> sale <strong>of</strong> tender paper - From 09.01.2009 to 09.02.2009 (10 A.M. to 3 P.M.)<br />

4


6. Last date <strong>of</strong> Submission <strong>of</strong> tender paper – 12.02.2009 (upto 3:00P.M.)<br />

7. Date <strong>of</strong> opening <strong>of</strong> submitted Bids – 12.02.2009 (at 3.30 P.M.)<br />

8. <strong>No</strong>n-transferable tender papers will be available in the <strong>of</strong>fice <strong>of</strong> the SE (Tech.), DVC,<br />

MTPS(O&M), Bankura(Pin-722183) on all working days during the period <strong>of</strong> sale <strong>of</strong> tender<br />

paper as mentioned above, except Sundays and Holidays against pro<strong>of</strong> <strong>of</strong> deposit <strong>of</strong> Cost <strong>of</strong><br />

<strong>Tender</strong> Paper which is to be deposited in the Office <strong>of</strong> The Addl. Chief Accounts Officer,<br />

MTPS, DVC or against submission <strong>of</strong> Demand Draft for equivalent amount favoring <strong>Damodar</strong><br />

<strong>Valley</strong> <strong>Corporation</strong>, MTPS (O&M) payable either at UBI Extn. Counter, MTPS Br. (Code <strong>No</strong>.<br />

MPS-F56) or SBI, MTPS Br. (Code <strong>No</strong>. 6608). Deposition <strong>of</strong> Cost is subject to our prior<br />

permission. Money Order towards cost <strong>of</strong> tender paper will not be accepted. Request for<br />

tender paper by post will not be entertained. <strong>No</strong> tender paper will be sold on the date <strong>of</strong><br />

opening <strong>of</strong> tender. Incase the tender opening date happens to be a holiday the same will be<br />

opened on the next working day.<br />

Designated <strong>of</strong>ficers specially assigned for this purpose are designated SE(Tech), DVC, MTPS<br />

& associated SDE(M), DVC, MTPS and no other persons are authorized to discuss for or to<br />

receive any tender or to grant for tenders delivered by hand.<br />

For obtaining tender paper, the intending tenderers should apply to the Superintending<br />

Engineer (Tech.), MTPS (O&M), DVC alongwith documents in support <strong>of</strong> credential and<br />

others as described under “Eligibility Criteria” hereafter under Clause 19.<br />

9. The complete bid documents / tender paper are also available on DVC’s website:<br />

www.dvctender.com & www.dvcindia.org. The intending tenderers may visit the said<br />

websites for participating in the tender process after necessary downloading <strong>of</strong> the bid<br />

documents for which no prior permission is essential. In that case <strong>Tender</strong> fee is to be<br />

submitted in the form <strong>of</strong> “Demand Draft favoring <strong>Damodar</strong> <strong>Valley</strong> <strong>Corporation</strong>, MTPS<br />

(O&M) payable either at UBI Extn. Counter, MTPS Br. (Code <strong>No</strong>. MPSF-56) or SBI, MTPS<br />

Br. (Code <strong>No</strong>. 6608)” alongwith the sealed <strong>Tender</strong> in the envelop <strong>of</strong> EMD (Earnest Money<br />

Deposit) i.e,1st Envelop.<br />

10. DVC shall not be responsible in any way for any delay/ difficulties/ inaccessibility <strong>of</strong> the<br />

downloading facility from the website for any reasons whatsoever. If there is any material<br />

deviation between the <strong>NIT</strong> and these <strong>Tender</strong> <strong>Documents</strong>, the stipulations, conditions etc<br />

mentioned in the <strong>Tender</strong> <strong>Documents</strong> will prevail.<br />

11. Any act on the part <strong>of</strong> the <strong>Tender</strong>er(s) being found to be indulging in changing/ adding or<br />

deleting the content <strong>of</strong> the downloaded <strong>Tender</strong> <strong>Documents</strong> will attract punitive action as<br />

deemed appropriate including banning, suspension <strong>of</strong> business dealings with DVC, etc.<br />

12. In case any discrepancies found between the downloaded <strong>Tender</strong> <strong>Documents</strong> from the website<br />

and the master copy available in the Office <strong>of</strong> the <strong>Tender</strong> Inviting Authority, the later shall<br />

prevail and will be binding on the <strong>Tender</strong>er(s). <strong>No</strong> claim/ appeal on this account will be<br />

entertained or given cognizance to.<br />

13. <strong>Tender</strong>er(s) will be solely responsible for the correctness/ genuineness <strong>of</strong> the downloaded<br />

<strong>Tender</strong> <strong>Documents</strong> from the website. If the <strong>of</strong>fer submitted through the downloaded tender<br />

documents which are incomplete, or with changed content, the <strong>of</strong>fer will be summarily<br />

rejected.<br />

14. Quotation submitted by the tenderer(s) through FAX/ Telegram will not be considered valid.<br />

5


15. Small scale industries registered with NSIC shall be issued the <strong>Tender</strong> <strong>Documents</strong> free <strong>of</strong> cost<br />

subject to production <strong>of</strong> the documentary evidence like valid Registration Certificate from<br />

appropriate Govt. authority giving details such as – Validity, Stores etc.<br />

16. Offers should invariably be kept open for acceptance for 180 (Hundred eighty) days from the<br />

date <strong>of</strong> opening <strong>of</strong> tenders and quoted rates shall remain firm throughout the tenure <strong>of</strong> the<br />

Contract once the order is placed within validity period.<br />

17. All tenderers would be bound by the terms and conditions as detailed in tender specifications<br />

by the DVC and enclosed General Conditions <strong>of</strong> Contract. In case <strong>of</strong> any discrepancy on any<br />

particular reference amongst GCC and the <strong>Tender</strong> documents, the Terms& Conditions<br />

specified in the <strong>Tender</strong> <strong>Documents</strong> will prevail.<br />

18. <strong>Tender</strong> documents issued in the name <strong>of</strong> a party are not transferable.<br />

19. Eligibility criteria for selection <strong>of</strong> tenderer (Qualifying Requirements):<br />

A. Credential in respect <strong>of</strong> prospective Bidders<br />

Desired credential shall be at least equivalent to work execution experience <strong>of</strong> having<br />

successfully completed similar work during last 7 years ending last day <strong>of</strong> month<br />

previous to the one in which <strong>of</strong>fers are invited and it shall be any <strong>of</strong> the following:<br />

i) Two similar completed work each costing not less than the amount equal to 25%<br />

<strong>of</strong> the estimated cost.<br />

Or<br />

ii) One similar completed work each costing not less than the amount equal to 35%<br />

<strong>of</strong> the estimated cost.<br />

* 5% tolerance in Quantum <strong>of</strong> QR shall be considered during evaluation <strong>of</strong> the bids.<br />

Similar job is defined by the following activities for any Thermal Power Utility/Bulk<br />

Coal Consumer as follows:-<br />

Liaison with Railways & Coal Companies with the objective <strong>of</strong> maximizing respective<br />

<strong>of</strong>fer for linked quantity, Work for unloading <strong>of</strong> Coal Rakes (BOBR or BOX-N or Both),<br />

Routine (minor/ major) repair / maintenance in the form <strong>of</strong> Annual Maintenance<br />

Contract and Removal <strong>of</strong> Technological Waste in respect <strong>of</strong> the Coal Handling Plant.<br />

Or<br />

Work <strong>of</strong> Supervision at Loading Ends and related activities pertaining to control <strong>of</strong><br />

physical matrix <strong>of</strong> coal being loaded into Rly. Wagons as per ultimate consumers’<br />

requirement at Colliery loading points, Work for unloading <strong>of</strong> Coal Rakes (BOBR or<br />

BOX-N or Both) and Routine (minor/major) repair maintenance in the form <strong>of</strong> Annual<br />

Maintenance Contract and Removal <strong>of</strong> Technological Waste in respect <strong>of</strong> the Coal<br />

Handling Plant.<br />

Or<br />

Work <strong>of</strong> Supervision at Loading Ends and related activities at Colliery loading points<br />

pertaining to control <strong>of</strong> physical matrix <strong>of</strong> coal being loaded into Rlys. Wagons as per<br />

ultimate consumers’ requirement, Work for unloading <strong>of</strong> Coal Rakes (BOBR or BOX-N<br />

or Both) and Routine (minor/major) repair maintenance in the form <strong>of</strong> Annual<br />

6


Maintenance Contract in respect <strong>of</strong> the Coal Handling Plant and Work on shortage<br />

minimization towards receipt <strong>of</strong> rail borne coal by the consumer with the objective <strong>of</strong><br />

providing Security enroute.<br />

Or<br />

Work <strong>of</strong> Supervision <strong>of</strong> loading and related activities <strong>of</strong> Coal Rakes at Colliery loading<br />

points pertaining to control <strong>of</strong> physical matrix <strong>of</strong> coal being loaded into Rlys. Wagons as<br />

per ultimate consumers’ requirement, Liaison with Railways & Coal Companies to<br />

maximize linkage materialisation or <strong>of</strong>fer due to any other bilateral / tripartite<br />

arrangement, Work for unloading <strong>of</strong> Coal Rakes (BOBR or BOX-N or Both) and routine<br />

(minor/ major) repair maintenance in the form <strong>of</strong> Annual Maintenance Contract in<br />

respect <strong>of</strong> the Coal Handling Plant.<br />

Completed work means:-<br />

The executed/completed portion <strong>of</strong> work order/AMC/RC, even if the work has not<br />

been completed in totality (Subject to furnishing pro<strong>of</strong> <strong>of</strong> executed value <strong>of</strong> the work in<br />

the form <strong>of</strong> certified copies <strong>of</strong> RA Bills or certificate from the Beneficiary to this effect<br />

that the job to this extent has been done by the Bidder satisfactorily).<br />

B. Consortium <strong>of</strong> bidders comprising not more than three members be also allowed to<br />

participate in the tender if there is a Leader <strong>of</strong> the Consortium who will be<br />

acknowledged as “Bidder” by definition and the Consortium will be such that each<br />

Consortium partner possesses any <strong>of</strong> the aforesaid Credentials in any one <strong>of</strong> the<br />

Categories mentioned above in their respective part <strong>of</strong> package to the extent <strong>of</strong> specified<br />

work in independent capacity such that the above experiences taken together fulfill the<br />

overall Qualifying Requirements/Eligibility Criteria in the capacity <strong>of</strong> the Consortium to<br />

be so formed. Responsibility and control over all the activities under this Composite<br />

Work shall rest upon the “Bidder” and payment thereupon shall be made accordingly.<br />

Payment for the defined work scope taken together shall only be made to the “Bidder” as<br />

per defined Terms <strong>of</strong> Payment and the “Bidder” will collect the payment on behalf <strong>of</strong> the<br />

Consortium.<br />

i) In case <strong>of</strong> Consortium (not more than three members), the agreement amongst the<br />

members <strong>of</strong> Consortium shall have to be submitted.<br />

ii) Bid from any Consortium shall be signed by the Consortium leader as well as each<br />

Consortium member.<br />

iii) In case “Bidder” is a Consortium as mentioned above, the Members shall authorize<br />

one <strong>of</strong> the Entities to act on their behalf in exercising the constituent-Bidders’ entire<br />

rights and obligations towards the Owner/Purchaser under the Contract without<br />

imposing any limitation to receiving any instruction and Payment from the Owner.<br />

The leader <strong>of</strong> the Consortium, designated as “Bidder” should have a resident<br />

representative, not below the rank <strong>of</strong> Resident Manager/Project Manager or<br />

Equivalent who shall stay at Mejia TPS (subject to availability <strong>of</strong> accommodation on<br />

chargeable basis) or in the nearby vicinity to make himself available to MTPS<br />

authority round-the-clock for effective interaction and control for smooth operation<br />

<strong>of</strong> the Contract. The Liaison Official(s) for Part “A” & Part “B” only shall be<br />

absolutely dedicated for these purposes and be solely liable and accountable to MTPS<br />

authority in the event <strong>of</strong> the contract being awarded to the successful Bidder.<br />

7


(An Undertaking to the above effect shall be made by the Bidder and be submitted<br />

alongwith the Offer)<br />

iv) In view <strong>of</strong> granting cognizance and permissibility towards formation <strong>of</strong><br />

“Consortium”, subletting <strong>of</strong> any or entire part <strong>of</strong> the packages as defined under<br />

“Part-A, B, C & D” mentioned in these <strong>Tender</strong> <strong>Documents</strong> (Liaison with Colliery &<br />

Railways to ensure allotment, Placement <strong>of</strong> rake & coordinate movement,<br />

Supervision <strong>of</strong> loading <strong>of</strong> Coal at Loading Points, Unloading <strong>of</strong> BOBR& BOX-N coal<br />

rakes at MTPS track hopper, Annual Repair & Maintenance <strong>of</strong> Coal Handling Plant<br />

(CHP) <strong>of</strong> Unit # 1,2,3&4 and Coal Handling Plant <strong>of</strong> Unit # 5 & 6 <strong>of</strong> MTPS,<br />

Upkeepment <strong>of</strong> CHP) is not permissible. However, subletting any or entire part <strong>of</strong> the<br />

package covering “Part- E” may be allowed with prior consent / approval <strong>of</strong> the<br />

Purchaser to whom relevant documents / credentials in regard to this Sublet-Agency<br />

have to be submitted beforehand for examination.<br />

v) It will be binding and obligatory for the “Bidder” to execute any activity, partly or in<br />

full, covered by this Composite Work irrespective <strong>of</strong> having any correlation or not<br />

among the coal loaded, coal transported and coal unloaded.<br />

vi) The Bidder can participate in this <strong>Tender</strong> either on its own capacity as an individual<br />

Entity or by forming a Consortium with other entity/agency as mentioned<br />

hereinbefore but not on the basis <strong>of</strong> its association / experience acquired in both the<br />

above entities.<br />

<strong>No</strong> Bidder can participate on its own capacity as an individual Entity on the merit <strong>of</strong><br />

its exposure /experience /association as a Partner / Member <strong>of</strong> a Consortium formed<br />

earlier irrespective <strong>of</strong> the weightage /bearing it possessed therein.<br />

C. Any Agency in the form <strong>of</strong> Consortium- partner having the stint <strong>of</strong> experience in the<br />

respective package with its financial soundness and efficient utilisation <strong>of</strong> resources<br />

in the related field may be granted due cognizance and weightage at the sole<br />

discretion <strong>of</strong> the Purchaser if the “Bidder” in the form <strong>of</strong> Leader <strong>of</strong> the Consortium is<br />

conversant and possesses the defined credential in his respective field <strong>of</strong> operation as<br />

part <strong>of</strong> package in terms <strong>of</strong> the criteria set forth. The core competence <strong>of</strong> the<br />

Consortium Leader defined as “Bidder” shall be determining factor towards further<br />

evaluation <strong>of</strong> eligibility <strong>of</strong> other Consortium member/ partner. However, there will<br />

be no exemption for the ‘Bidder’ in the capacity <strong>of</strong> Consortium- leader or Bidder as<br />

sole entity. The collective evaluation will be binding on the Bidders.<br />

D. Financial:<br />

The Bidder, as mentioned hereinbefore, should be financially sound and should have<br />

minimum Average Annual Turnover (AAT) during last three (3) years ending 31st<br />

March <strong>of</strong> the previous Financial Year (2007-08) not less than 30% <strong>of</strong> the Estimated<br />

Cost. Apart from ‘Bidder’ as Leader <strong>of</strong> Consortium, if formed, the Consortium<br />

partner should present documents in support <strong>of</strong> his/ their Annual Turnover. In both<br />

the cases as mentioned, the Financial Statements for preceding three (3) years shall be<br />

duly audited by Chartered Accountant or any other Govt. Approved Body /<br />

Discipline.<br />

8


E. Copy <strong>of</strong> the following <strong>Documents</strong> must be submitted:<br />

i) Copy <strong>of</strong> Completion certificate from the concerned authority along with the Copy <strong>of</strong><br />

LOI/ WO/ Agreement in support <strong>of</strong> Credential as per Sl. <strong>No</strong>. A above.<br />

ii) Copy <strong>of</strong> updated STCC/ VAT Registration Certificate, EPF Registration Certificate,<br />

Labour license, Service tax registration certificate, Latest Solvency Certificate from the<br />

Bank.<br />

iii) Annual report, Balance Sheet, Pr<strong>of</strong>it & Loss account <strong>of</strong> preceding three (3) years<br />

alongwith Auditor’s Report must be submitted as mentioned above.<br />

iv) Status <strong>of</strong> the firm i.e. Company Registration Certificate/ Partnership Deed/<br />

Proprietorship. <strong>Documents</strong> are to be submitted.<br />

N.B. In the event <strong>of</strong> formation <strong>of</strong> Consortium all Consortium partners are required to<br />

submit aforesaid documents as referred under “E” herein above.<br />

20. Deviation Sheet as per format given with the <strong>Tender</strong> documents must be submitted.<br />

21. The signatories for the <strong>of</strong>fer must enclose the document proving their authority to do so<br />

along with the bid.<br />

22. Before filling the <strong>of</strong>fers, bidders are requested to go through the General Condition <strong>of</strong><br />

Contract (GCC) DVC, enclosed with the <strong>Tender</strong> documents, in order to familiarize with<br />

DVC’s commercial terms and conditions, Cost Compensations for deviations and bid<br />

evaluation procedure.<br />

23. The bidder may visit and examine the site before submission <strong>of</strong> the Bid if it so desires.<br />

However, the costs <strong>of</strong> visiting the site shall be at the bidder’s own expense.<br />

24 DVC reserves the right not to accept the lowest rate quoted by a <strong>Tender</strong>er and reject any or all<br />

the tenders and to split up and award the Contract to more than one tenderer without assigning<br />

any reason there<strong>of</strong>.<br />

25. Unsigned <strong>of</strong>fer submitted by any bidder will not be considered valid. Conditional discount<br />

will not be considered for evaluation <strong>of</strong> bids. Power <strong>of</strong> Attorney which shall be legally valid<br />

in favour <strong>of</strong> Bidder’s representative(s) making all sorts <strong>of</strong> interactions, correspondence<br />

etc. with DVC/MTPS authority on behalf <strong>of</strong> the Contractor must be submitted alongwith<br />

the Bid.<br />

26. Self certified Xerox copies <strong>of</strong> all relevant documents, wherever needed to be enclosed<br />

with the <strong>of</strong>fer. However, DVC reserves the right to call for original document, if needed,<br />

failing which the <strong>of</strong>fer is liable for rejection.<br />

27. All pages <strong>of</strong> the <strong>Tender</strong> <strong>Documents</strong> must be signed by the bidder for acceptance <strong>of</strong> the<br />

Terms& Conditions.<br />

28. Earnest Money <strong>of</strong> Rs. Rs. 24,12,500 /- (Rupees Twenty four lakh twelve thousand five<br />

hundred)only must be deposited in any <strong>of</strong> the following forms.<br />

a. Crossed Demand Draft or Pay Order <strong>of</strong> any schedule bank drawn in favour <strong>of</strong> <strong>Damodar</strong><br />

<strong>Valley</strong> <strong>Corporation</strong>, MTPS (O&M), payable at UBI, MTPS Extn. Counter (Code <strong>No</strong>. MPS-<br />

F56) or SBI, MTPS Br. (Code <strong>No</strong>. - 6608).<br />

b. Bank Guarantee from a Nationalized Bank / Schedule Bank/ Foreign Bank irrevocable and<br />

operative till the validity <strong>of</strong> the <strong>of</strong>fer (180 days) as per enclosed Pr<strong>of</strong>orma with the <strong>Tender</strong><br />

documents.<br />

9


c. Post Office National Savings/ National Defence Deposit Certificate duly pledged in favour<br />

<strong>of</strong> DVC.<br />

d. Fixed Deposit receipt issued by Nationalised Bank endorsed in favour <strong>of</strong> DVC.<br />

e. DVC bonds duly endorsed in favour <strong>of</strong> DVC.<br />

<strong>Tender</strong>s not accompanied with/ supplied with Earnest Money and <strong>Tender</strong> fee (if<br />

downloaded from website) will not be opened and summarily rejected. Earnest Money <strong>of</strong><br />

the unsuccessful <strong>Tender</strong>ers shall be refunded after finalisation <strong>of</strong> the contract. <strong>No</strong><br />

interest will be paid thereon. Earnest Money <strong>of</strong> the successful <strong>Tender</strong>ers shall be<br />

refunded after submission <strong>of</strong> Security Deposit and acceptance <strong>of</strong> the same by DVC and<br />

execution <strong>of</strong> the Agreement.<br />

29. Exemption from EMD<br />

Small Scale Industries registered with NSIC shall be exempted from the payment <strong>of</strong> EMD.<br />

SSI units seeking such exemption must enclose valid Registration Certificate from appropriate<br />

Govt. authority giving details such as validity, stores etc.<br />

30. In course <strong>of</strong> techno-commercial evaluation the past performance <strong>of</strong> the bidder in any <strong>of</strong> the<br />

formation <strong>of</strong> DVC will be duly taken care <strong>of</strong> and the same shall be quintessential criteria <strong>of</strong> its<br />

pre-qualification.<br />

31. At any time prior to the deadline for submission <strong>of</strong> bids, the Purchaser may, for any reason,<br />

whether at its’ own initiative or in response to the clarifications requested by the prospective<br />

bidders, amend the biding documents after due approval <strong>of</strong> competent authority. Any<br />

addendum/corrigendum/extension if required pertaining to this <strong>NIT</strong> will be hosted in DVC’s<br />

website only and will not be published in the Newspapers. Bidders are requested to visit DVC<br />

website regularly for any addendum/extension/corrigendum till date <strong>of</strong> opening <strong>of</strong> bids.<br />

32. All tenderers would be bound by the terms and conditions as detailed in tender specifications<br />

by the DVC and enclosed General Conditions <strong>of</strong> Contract. Terms and Conditions which are<br />

not specifically mentioned in the <strong>NIT</strong>& <strong>Tender</strong> documents shall be covered by the General<br />

Conditions <strong>of</strong> Contract.<br />

33. The Contract may be awarded either in Part/ Sub-Part or in full at sole discretion <strong>of</strong><br />

DVC. But, the Bidders shall have to quote their prices for all the Parts-A,B,C,D& E <strong>of</strong><br />

the Scope <strong>of</strong> the Contract in the Price-bid format given hereafter. In case <strong>of</strong> incomplete<br />

quotation, the Bid shall be liable to be rejected.<br />

34. Settlement <strong>of</strong> disputes and Arbitration: It will be guided as per Clause <strong>of</strong> enclosed GCC.<br />

35. All suits arising out <strong>of</strong> the <strong>NIT</strong> and subsequent Work Order/ Contract Agreement if any are<br />

subject to the jurisdiction <strong>of</strong> the Hon’ble Court <strong>of</strong> Law in the city <strong>of</strong> Kolkata only and no other<br />

Hon’ble Court <strong>of</strong> Law elsewhere.<br />

10


1.000. SCOPE OF WORK AND SERVICES:<br />

The objective <strong>of</strong> this contract is to keep the CHP system healthy so that desired quantity <strong>of</strong> Coal<br />

can be fed to the Bunkers for sustained Generation <strong>of</strong> the Units (<strong>No</strong>.1 to 6) and to ensure<br />

availability <strong>of</strong> required number <strong>of</strong> coal rakes for MTPS and evacuation <strong>of</strong> the same at MTPS<br />

Track Hoppers (2-nos.) to meet the requirement <strong>of</strong> Coal at MTPS without Railway demurrage<br />

charges and minimize the shortage enroute. The Contractor has to keep a close liaison with the<br />

concerned authorities <strong>of</strong> Coal Companies, Railways and DVC, MTPS.<br />

The Scope <strong>of</strong> Composite Work is broadly classified as:<br />

2.000. Part-A. (i) Supervision <strong>of</strong> loading <strong>of</strong> Coal (BOBR wagons) at Loading Point (Mines end<br />

railway Siding) for Indigenous Coal.<br />

(ii) Liaison with Colliery& Railways to ensure allotment, placement <strong>of</strong> rake &<br />

coordinate movement for Indigenous Coal.<br />

Defined Scope <strong>of</strong> Work is described in details under Part-A in Annexure-I.<br />

3.000. Part-B. Unloading <strong>of</strong> BOBR& BOXN coal rakes at MTPS Track hopper-1&2 for<br />

Indigenous Coal and Imported Coal.<br />

Defined Scope <strong>of</strong> Work is described in details under Part-B in Annexure-I.<br />

4.000. Part- C. Work for Annual Repair/Maintenance <strong>of</strong> Coal Handling Plant <strong>of</strong> Unit# 1,2,3&4<br />

and Coal Handling Plant <strong>of</strong> Unit#5 & 6 <strong>of</strong> MTPS.<br />

Defined Scope <strong>of</strong> Work is described in details under Part-C in Annexure-I.<br />

5.000. Part- D. Removal <strong>of</strong> technological waste & Up-keepment <strong>of</strong> Coal Handling Plant <strong>of</strong> Unit#<br />

1,2,3&4 and Coal Handling Plant <strong>of</strong> Unit#5 & 6 <strong>of</strong> MTPS.<br />

Defined Scope <strong>of</strong> Work is described in details under Part-D in Annexure-I.<br />

6.000. Part- E. Shortage Minimization <strong>of</strong> BOBR indigenous coal rakes for Mejia TPS and<br />

Improve Turn-around time.<br />

Defined Scope <strong>of</strong> Work is described in details under Part-E in Annexure-I.<br />

7.000. Facilities to be provided to the Contractor by DVC as mentioned below:-<br />

i) Lubricants, gaskets, gland packings, bolts, nuts etc. and spares shall be supplied by DVC<br />

free <strong>of</strong> cost. Required Tools & Tackles will be on Contractor’s Scope.<br />

ii) Electric power supply (415 volts) and water required for the work will be supplied free <strong>of</strong><br />

cost by DVC for the execution <strong>of</strong> the work at fixed location only from which additional<br />

distribution can be arranged by the Contractor.<br />

iii) Compressed air (service air) will be supplied free <strong>of</strong> cost at certain location only for the<br />

work assistance.<br />

iv) Overhead fixed crane facility will be provided by DVC free <strong>of</strong> charge but services <strong>of</strong> DVC<br />

mobile crane may be provided if available on chargeable basis for execution <strong>of</strong> the contract.<br />

v) Open space shall be provided at MTPS premises by DVC free <strong>of</strong> cost for the party to make<br />

his own <strong>of</strong>fice, stores and workers rest room, Engineer’s room at their own cost.<br />

vi) Unfurnished accommodation at MTPS colony as per category with water and electricity will<br />

be provided to the extent possible as per DVC’s standard charges/ norms subject to<br />

availability.<br />

11


vii) Subject to availability, guest house accommodation may be provided for restricted period at<br />

DVC’s standard charges/ norms at sole discretion <strong>of</strong> MTPS authority.<br />

viii) Subject to availability internal telephone will be provided free <strong>of</strong> cost to the extent possible.<br />

ix) Subject to availability, facility to utilize DVC’s workshop will be provided free for<br />

execution <strong>of</strong> contract.<br />

x) Medical facility as available shall be provided as per DVC’s standard charges and norms.<br />

8.000 Additional terms& Conditions:<br />

8.100 The Contractor should always maintain the coal handling system available for normal<br />

operating time during operation <strong>of</strong> boiler/ boilers.<br />

8.101 The Contractor has to remove <strong>of</strong> all technological waste from time to time generated from<br />

operation& maintenance work.<br />

8.102 The Contractor shall be responsible to comply with all laws <strong>of</strong> the land including Labour<br />

Rules and Acts in vogue or as may come into vogue during the validity <strong>of</strong> the contract and<br />

shall indemnify DVC against any claim arising out <strong>of</strong> any non-compliance/ or accidents to<br />

the third party.<br />

8.103 EPF provision shall have to be made by the Contractor as per prevailing rules and the<br />

same to be in force from time to time during the tenure <strong>of</strong> the contract. The liability to<br />

comply with all related formalities shall rest upon the Contractor.<br />

8.104 The Contractor shall have to follow all safety rules at the time <strong>of</strong> execution <strong>of</strong> work. All<br />

safety equipments such as Helmets, Safety shoes, Hand gloves and other safety measures<br />

required during execution <strong>of</strong> the contract shall be supplied by the Contractor to their<br />

workmen without any extra cost to DVC.<br />

8.105 The Contractor shall abide by the legal provision with regard to health, welfare and safety<br />

<strong>of</strong> persons engaged by him as per factory act and rules. The Contractor shall also be<br />

responsible for medical care <strong>of</strong> their personnel engaged. Ex-gratia / bonus, leave salary,<br />

retrenchment benefits etc. under statutory levies shall be paid by the Contractor to their<br />

personnel as per bonus act/ other rules at his own cost. <strong>No</strong> extra payments shall be made<br />

by DVC in this regard.<br />

8.106 The Contractor shall be responsible for compliance <strong>of</strong> all the rules and regulations <strong>of</strong> the<br />

land as detailed but not limited to the following prevailing acts.<br />

a) Factory Act<br />

b) Minimum Wages Act<br />

c) Payment or Wages Act<br />

d) Bonus Act<br />

e) Contract Labour (Regulation and Abolition Act) as prevalent and the Rules and<br />

Regulations made therein from time to time and shall indemnify and hold harmless the<br />

purchaser against any claim arising out <strong>of</strong> compliance or non compliance and / or accident<br />

to the third party.<br />

8.107 The Contractor shall obtain necessary certificate from Govt. Labour Officer that all legal<br />

formalities <strong>of</strong> the prevalent labour contract (R&A) Act.<br />

12


8.108 The Staff engaged by the Contractor should not be under addiction <strong>of</strong> drug / liquor while<br />

on duty. It would be obligatory on the part <strong>of</strong> the Contractor to remove any such persons<br />

from the job whose action or conduct in the opinion <strong>of</strong> DVC management is detrimental to<br />

the interest <strong>of</strong> the <strong>Corporation</strong>.<br />

8.109 The Contractor shall be fully responsible for his personnel with regard to terms <strong>of</strong><br />

employment services. DVC should not be held responsible in any manner, whatsoever, in<br />

respect <strong>of</strong> personnel engaged by the Contractor for carrying out the work at MTPS, DVC.<br />

8.110 <strong>No</strong> child labour shall be engaged by the Contractor as per statutory rule <strong>of</strong> Govt. <strong>of</strong> India.<br />

8.111 The Contractor shall execute a contract agreement in DVC’s prescribed format for<br />

AGREEMENT FOR ANNUAL MAINTENANCE CONTRACT &T-3 form on nonjudicial<br />

stamp paper <strong>of</strong> appropriate value. <strong>No</strong> payment will be made without execution <strong>of</strong><br />

agreement.<br />

8.112 The Contractor shall have to maintain all statutory registers as required under the Contract<br />

Labour Regulation and Abolition Act. Payment <strong>of</strong> Wages Act, Minimum Wages Act,<br />

Factory Act etc. the statutory return to be submitted to the Personnel Department/<br />

Statutory bodies as required under the Acts and Rules.<br />

8.113 All suits arising out <strong>of</strong> the enquiry and subsequent W.O. / LOI if any are subject to<br />

jurisdiction in the city <strong>of</strong> Kolkata in India and no other Court.<br />

8.114 During execution by the Contractor <strong>of</strong> any part <strong>of</strong> the MC work, if it is observed by DVC<br />

that certain portion <strong>of</strong> the part work is not found satisfactory, the competent authority <strong>of</strong><br />

user section <strong>of</strong> DVC shall have the right to get the work done by engaging external<br />

agencies at the cost and risk <strong>of</strong> the Contractor.<br />

8.115 If the Contractor desires to execute a part <strong>of</strong> scope <strong>of</strong> Maint. Contract which are very<br />

specialized in nature by engaging a specialized competent Group, they will have to obtain<br />

approval from DVC authority furnishing all credentials & requirement <strong>of</strong> the manpower<br />

strength before their engagement. However DVC reserve the right to discontinue the same<br />

at its discretions.<br />

8.116 During execution <strong>of</strong> the contract if it is found that the manpower engaged by the contractor<br />

is not sufficient and capable to take up the specialized jobs in respect <strong>of</strong> Electrical/C&I/<br />

Mechanical maintenance, DVC reserves the right to engage extra competent and capable<br />

manpower from any other source at the cost &risk <strong>of</strong> the contractor. Decision <strong>of</strong> DVC in<br />

this regard shall be final and binding on the contractor.<br />

8.118 A substantially responsive bid is one, which conforms to all the terms, conditions, and<br />

specifications <strong>of</strong> the bidding documents, without material deviation or reservation or<br />

deviations with respective prices for withdrawal. A material deviation or reservation is one<br />

(a) which affects in any substantial way the scope, quality, or performance <strong>of</strong> the study.<br />

(b) which limits in any substantial way, inconsistent with the bidding document, the<br />

owner's rights or the bidder's obligations under the contract.<br />

8.119 If a bid is not substantially responsive, it may be rejected by the owner at its sole<br />

discretion and may not subsequently be made responsive by correction or withdrawal <strong>of</strong><br />

13


the non-conforming deviation or reservation except in case <strong>of</strong> deviations with respective<br />

prices for withdrawal.<br />

8.120 Bids determined to be substantially responsive wilt be checked by the Owner for any<br />

arithmetic errors. Errors will be corrected by the Owner as follows;<br />

Liability <strong>of</strong> the Bidder<br />

Subject to additional provisions, if any, the Bidder liability under this Contract shall be as<br />

provided by the Applicable Law.<br />

(a) Except in case <strong>of</strong> gross negligence or willful misconduct on the part <strong>of</strong> the Bidder or on the<br />

part <strong>of</strong> any person or firm acting on behalf <strong>of</strong> the Bidder in carrying out the Services, the<br />

Bidder, with respect to damage caused by the Bidder to the Owner's property, shall not be<br />

liable to the Owner:<br />

(i) for any indirect or consequential loss or damage; and<br />

(ii) or any direct loss or damage that exceeds (a) the total payments for pr<strong>of</strong>essional fees and<br />

reimbursable Expenditure made or expected to be made to the Bidder. (b) the total<br />

payments that the Bidder may be entitled to receive from any insurance maintained by<br />

firm to cover such a liability, whichever <strong>of</strong> (a) or (b) is higher.<br />

(b) This limitation <strong>of</strong> liability shall not affect the Bidder’s liability, if any, for damage to<br />

Third Parties caused by the Bidders or any person or firm acting on behalf <strong>of</strong> the Bidder<br />

in carrying out the services.<br />

Stipulations at (a) & (b) above are subject to Applicable Law.<br />

8.121 Bidder Actions requiring Owner's prior Approval.<br />

The Bidder shall obtain the Owner's prior approval in writing before entering into a Subcontract<br />

for the performance <strong>of</strong> any part <strong>of</strong> the Services;<br />

8.122 Equipment and Materials furnished by the Owner<br />

Equipment and materials made available to the Bidder by the Owner, or purchased by the<br />

Bidder with funds provided by the Owner, shall be the property <strong>of</strong> the Owner and shall be<br />

marked accordingly. Upon termination or expiration <strong>of</strong> this Contract, the bidder shall<br />

make available to the Owner an inventory <strong>of</strong> such equipment and materials and shall<br />

dispose <strong>of</strong> such equipment and materials in accordance with the Owner's instructions.<br />

While in possession <strong>of</strong> such equipment materials, the bidder, unless otherwise instructed<br />

by the Owner in writing, shall insure them at the expense <strong>of</strong> the Owner for an amount<br />

equal to their replacement value.<br />

8.123 BIDDER'S PERSONNEL<br />

(A) General<br />

(i) The Bidder shall employ and provide such qualified and experienced Personnel as<br />

are required to render the Services.<br />

(ii) The Bidder, be it the Leader <strong>of</strong> the Consortium or as an independent Entity,<br />

should have a Resident Representative, not below the rank <strong>of</strong> Resident<br />

Manager/Project Manager or Equivalent who shall stay at Mejia TPS (subject<br />

to availability <strong>of</strong> accommodation on chargeable basis) or in the nearby vicinity<br />

to make himself available to MTPS authority round-the-clock for effective<br />

interaction and control for smooth operation <strong>of</strong> the Contract. The Liaison<br />

Official(s) for Part “A” & Part “B” only shall be absolutely dedicated for<br />

14


these purposes and be solely liable and accountable to MTPS authority in the<br />

event <strong>of</strong> the contract being awarded to the successful Bidder.<br />

(B) Description <strong>of</strong> Personnel<br />

The titles, agreed job descriptions, minimum qualifications and estimated periods <strong>of</strong><br />

engagement in the carrying out <strong>of</strong> the Services <strong>of</strong> each <strong>of</strong> the bidder s' Key Personnel shall<br />

be as described.<br />

(C) Removal and/or Replacement <strong>of</strong> Personnel.<br />

i) Except as the Owner may otherwise agree, no changes shall be made in the Key<br />

Personnel. If, for any reason beyond the reasonable control <strong>of</strong> the Bidder, it becomes<br />

necessary to replace any <strong>of</strong> the Personnel, the Bidder shall forthwith provide as a<br />

replacement a person with qualifications and experience acceptable to the Owner.<br />

ii) If the Owner (a) finds that any <strong>of</strong> the Personnel has committed serious misconduct or<br />

has been charged with having committed a criminal action, or (b) has reasonable cause<br />

to be dissatisfied with the performance <strong>of</strong> any <strong>of</strong> the personnel, the then Bidder shall,<br />

at the Owner’s written request specifying the grounds therefore, forthwith provide as a<br />

replacement a person with qualifications and experience acceptable to the Owner.<br />

8.124 All other terms and conditions not enumerated herein covering for execution contract shall<br />

be guided by D.V.C.’s T-3 form. Other terms and condition stipulated in D.V.C.’s GCC<br />

shall also be applicable for the contract.<br />

8.125 The contractor shall satisfy himself with the nature / extent <strong>of</strong> work to be executed and<br />

where necessary with the site condition and other relevant matters and details before<br />

submission <strong>of</strong> the <strong>of</strong>fer. Incase <strong>of</strong> any discrepancy is found in the specification , the<br />

tenderer must bring in writing such discrepancy to the knowledge <strong>of</strong> D.V.C. with a request<br />

for resolution / interpretation and obtain D.V.C.’ s decision before submission <strong>of</strong> the<br />

tender. In absence <strong>of</strong> such request before submission <strong>of</strong> the tender it will be presumed and<br />

agreed to that in case there exists any discrepancy, D.V.C.’ s decision / interpretation shall<br />

be final and binding on the tenderer to comply with without any commercial implication to<br />

D.V.C.<br />

8.126 The rates / prices will remain firm for Parts – A (i & ii) & E throughout the contract<br />

period. However, in case <strong>of</strong> extension or extensions after satisfactory completion <strong>of</strong> one<br />

(1) year <strong>of</strong> the contract period, Offered Prices for Parts B, C & D which shall remain firm<br />

for 1 st year during execution <strong>of</strong> the contract will be subjected to variation (both upward<br />

and downward) giving weightage <strong>of</strong> 90% only w.r.to the corresponding initial Offered<br />

Rates. Adjustment / Payment in respect <strong>of</strong> Contractor’s R.A. Bills during such extended<br />

period(s) will be made prior to ascertaining actual amount payable or adjustable, as the<br />

case may be, and this will be based on <strong>No</strong>tification / Circular issued by the Govt. <strong>of</strong> West<br />

Bengal from time to time in respect <strong>of</strong> periodical Wage Revision only.<br />

8.127 The tenderer shall list out (clause wise) in his <strong>of</strong>fer the deviation from <strong>NIT</strong> specifications<br />

in the Deviation Schedule otherwise it will be presumed that the <strong>NIT</strong> specification have<br />

been accepted by him.<br />

8.128 All Taxes & Duties must be clearly indicated in price bid otherwise it will be<br />

deemed that the same is included in the quoted price.<br />

15


9.000 Other Commercial terms & conditions:<br />

9.100 Measurement <strong>of</strong> Work:<br />

(Unless otherwise specified in these Bid <strong>Documents</strong>, Delivered Quantity will be considered<br />

as Received Quantity at MTPS and “Linkage” means “Rail Linkage”)<br />

9.101 For the Scope <strong>of</strong> Work under Part- A.<br />

The Scope <strong>of</strong> Work governing this part <strong>of</strong> the contract does not specify any loss enroute<br />

occurring during movement <strong>of</strong> the Coal Rakes attributable to the contractor. Hence the<br />

work done under “Head” – (i) & (ii) shall be evaluated on the basis <strong>of</strong> the following:-<br />

(i) Rake materialisation w.r.to total no. <strong>of</strong> Rakes as targeted against the actual total<br />

SLC(ST) allocation to MTPS during the month ( no. <strong>of</strong> Rakes covered by SLC<br />

approved Linkage shall be calculated on the basis <strong>of</strong> 10,500 MT for three (3) no.<br />

Rakes).<br />

(ii) Quantity materialisation w.r.to Loading-end weights as per R.R. received by MTPS<br />

during a month against the actual total SLC (ST) allocation to MTPS during that<br />

month.<br />

9.102 For the Scope <strong>of</strong> Work under Part- B.<br />

The Work done shall be evaluated on the basis <strong>of</strong> total numbers <strong>of</strong> BOBR & BOXN Coal<br />

Wagons unloaded at MTPS during a month.<br />

9.103 For the Scope <strong>of</strong> Work under Part- C.<br />

a) Maintenance contract for CHP:<br />

General evaluation will be based on overall healthiness and interruption free operation <strong>of</strong><br />

the entire system.<br />

b) Mandatory extra Jobs.<br />

Time specific completion <strong>of</strong> the work as allotted under purview <strong>of</strong> Contract.<br />

9.104 For the Scope <strong>of</strong> Work under Part- D.<br />

General evaluation will be based on overall Up-keepment <strong>of</strong> Unit# 1,2,3&4 and Coal<br />

Handling Plant <strong>of</strong> Unit#5 & 6 <strong>of</strong> MTPS and for the removal <strong>of</strong> boulders/ coal-dust shall be<br />

done on “per MT” basis for the total quantity disposed per month as per Part-D <strong>of</strong><br />

Annexure – I.<br />

9.105 For the Scope <strong>of</strong> Work under Part- E.<br />

The work done shall be evaluated on the basis <strong>of</strong> net weight <strong>of</strong> coal recorded at receiving<br />

point i.e. net weight <strong>of</strong> coal recorded at MTPS In-motion weigh-bridge per rake basis. In<br />

case In-motion Weigh-bridge <strong>of</strong> MTPS is not in operation, the net weight <strong>of</strong> coal at the<br />

loading end as per RR will be considered for measurement <strong>of</strong> work done. If both are not<br />

available then payment will be based on prevailing chargeable weight during the period <strong>of</strong><br />

non-availability <strong>of</strong> above weigh bridges.<br />

9.200 Penalty:<br />

9.201 Penalty for the Scope <strong>of</strong> Work under Part- A.<br />

16


Part – A (i)<br />

a) Incase the Contractor fails to achieve materialization <strong>of</strong> 60% <strong>of</strong> SLC (ST) approved<br />

Rail-Linkage in terms <strong>of</strong> no. <strong>of</strong> Rakes for MTPS in a month, no payment shall be made for<br />

this part <strong>of</strong> the contract ( no. <strong>of</strong> Rakes covered by SLC approved Linkage shall be<br />

calculated on the basis <strong>of</strong> 10,500 MT for three (3) no. Rakes).<br />

b) Incase the bidder achieve materialization above 60% <strong>of</strong> SLC linkage allotted to MTPS in<br />

a month, payment shall be made on the percentage-materialization <strong>of</strong> SLC linkage allotted<br />

to MTPS in that month as per formula given under 9.301(c)-(i).<br />

Part – A (ii)<br />

a) Incase the Contractor fails to achieve materialization <strong>of</strong> 60% <strong>of</strong> SLC (ST) approved<br />

Rail-Linkage in terms <strong>of</strong> Quantity for MTPS in a month, no payment shall be made for this<br />

part <strong>of</strong> the contract.<br />

b) Incase the bidder achieve Quantity-wise materialization above 60% <strong>of</strong> SLC linkage<br />

allotted to MTPS in a month, payment shall be made on the percentage <strong>of</strong> materialization<br />

<strong>of</strong> SLC linkage allotted to MTPS in that month as per formula given under 9.301(c)-(ii).<br />

9.202 Penalty for the Scope <strong>of</strong> Work under Part- B.<br />

a. If during the morning joint inspection the cleanliness <strong>of</strong> the Track hopper is found<br />

unsatisfactory, DVC, with prior intimation to the Contractor, reserves to get the job done<br />

by engaging any 3 rd party and the expenditure shall be deducted from any Bill or any<br />

preferred Claim <strong>of</strong> the Contractor for each occasion at sole discretion <strong>of</strong> DVC.<br />

b. Penalty on account <strong>of</strong> Delay in Unloading shall be determined by the clause covering the<br />

“Demurrage” as hereunder and also by the conditions mentioned hereinafter:-<br />

Demurrage:<br />

(i) Railways impose penalty in the form <strong>of</strong> ‘Demurrage Charges’ accrued, mainly based on<br />

detention <strong>of</strong> rakes. The causes <strong>of</strong> detention are manifold. Receipt <strong>of</strong> oversized Coal/non-<br />

Coal matters like boulders etc. causing problem <strong>of</strong> evacuation , untimely placement <strong>of</strong><br />

rakes, bunching <strong>of</strong> rakes, system (both Railways and MTPS CHP) failure, are few amongst<br />

many <strong>of</strong> the attributable causes.<br />

Since coordination with Railways and Coal Company for placement <strong>of</strong> rake at proper<br />

siding and supervision at loading end to ensure loading <strong>of</strong> sized coal, as well as<br />

coordination with Railway and maintenance <strong>of</strong> System at MTPS are the defined<br />

assignment as well as responsibility <strong>of</strong> the Contractor, the demurrage accrued in the course<br />

except on reasons elaborated against Sub-clause ‘k’ <strong>of</strong> Main clause 3.000 <strong>of</strong> Part-B <strong>of</strong><br />

Annexure – I shall be payable by the Contractor.<br />

(ii) Demurrage charges imposed by Railway is ex-parte in nature and is a subject to<br />

arbitration with the Railway authority for which there is a defined procedure and Railways<br />

have <strong>of</strong>ten been found to have taken care <strong>of</strong> factors attributable to Railways for granting<br />

waivers. Contractor may like to submit an appeal to MTPS with supporting details and<br />

reasons for review by Railways. The net payable demurrage after review by Railway shall<br />

have to be entirely borne by the Contractor. In case, total detention hours include hours <strong>of</strong><br />

interruption due to reasons as elaborated in Subclause ‘k’ <strong>of</strong> Clause 3.000 <strong>of</strong> Part-B <strong>of</strong><br />

Annexure-I, the percentage <strong>of</strong> such detention hours will be calculated based on total<br />

detention hours and net payable demurrage charges will be apportioned to grant exemption<br />

17


to the Contractor. The rest <strong>of</strong> the net payable demurrage charges due to reasons not<br />

attributable to Contractor (as highlighted hereinbefore) shall be borne by DVC, MTPS.<br />

(iii) Power block in OHE Lines disrupting Rail movement, Coupling detachment, brake<br />

jamming, Vacuum failure, Railways signal and Communication failure amongst others,<br />

which are also causes <strong>of</strong> detention mainly attributable to Railways.<br />

(iv) Final settlement <strong>of</strong> payable demurrage charges on review by Railway may take time.<br />

For the purpose <strong>of</strong> payment <strong>of</strong> monthly bills the Contractor are allotted the option <strong>of</strong><br />

depositing a BG/ Advanced Bank Draft worth Rs. 7,50,000/- (Rupees Seven lakhs<br />

fifty thousand) only as Caution deposit against likely demurrage charge to be payable,<br />

otherwise demurrage charges will be recovered from monthly running bill subject to<br />

adjustment or refund after final settlement with Railways.<br />

9.203 Penalty for the Scope <strong>of</strong> Work under Part- C.<br />

a) Maintenance contract for CHP:<br />

1) For each category <strong>of</strong> maintenance work detailed in mandatory jobs under Sl. <strong>No</strong>. I<br />

(a),(b)& (d) <strong>of</strong> Part-C <strong>of</strong> ANNEXURE- I, a time frame will be fixed by DVC<br />

considering all ground realities. If the contractor fails to complete the work in that<br />

time for reason not attributable to DVC, a penalty will be imposed @1% per day <strong>of</strong><br />

the value <strong>of</strong> the each category <strong>of</strong> jobs from the running bill subject to a maximum<br />

<strong>of</strong> 10% <strong>of</strong> the total value <strong>of</strong> the jobs as detailed under mandatory jobs Sl. no. I<br />

(a),(b)&(d) <strong>of</strong> Part-B <strong>of</strong> ANNEXURE- I. In this respect the decision <strong>of</strong> Engineer-<br />

In-Charge will be the final & binding on the contractor.<br />

2) For category <strong>of</strong> work detailed under Sl.no.(c)& (e) <strong>of</strong> Part-C <strong>of</strong> ANNEXURE- I<br />

mandatory job, if due to any reason not attributable to DVC or force majeure<br />

conditions, the contractor fails to carry out/execute the work for a day or part<br />

there<strong>of</strong> the penalty shall be imposed as detailed in Sl no. 3& 4 hereunder.<br />

3) Recovery <strong>of</strong> cost equivalent <strong>of</strong> Twice the pro-rata amount calculated on “per day<br />

basis” from the monthly figure indicated against category <strong>of</strong> work under Sl. <strong>No</strong>. I<br />

(c) <strong>of</strong> Part-C <strong>of</strong> ANNEXURE- I <strong>of</strong> mandatory job shall be made.<br />

4) <strong>No</strong>n execution <strong>of</strong> work for “part <strong>of</strong> a day” exceeding six(6) hours shall attract one<br />

full day’s additional penalty in line with above.<br />

5) <strong>No</strong>n-availability <strong>of</strong> Tools & Tackles as detailed in Annexure – III & IV will also<br />

invite a penalty @ 1% per week or part there<strong>of</strong> <strong>of</strong> the contract value <strong>of</strong> the<br />

respective head for which the tools & tackles are not available for Mandatory Work<br />

(a) & (b) for 15 days at a stretch.<br />

b) Mandatory extra Jobs.<br />

i) For Replacement <strong>of</strong> Conveyor belt& Fabrication <strong>of</strong> MS Gratings:<br />

The work i.e. belt laying & its joint thereafter has to be completed within the stipulated<br />

time as mutually decided. For any delay in completion <strong>of</strong> the job beyond the agreed<br />

completion period, a penalty will be imposed @ 0.5% <strong>of</strong> the job value per day (24 hrs.)<br />

<strong>of</strong> delay and/or part there<strong>of</strong> subject to maximum 10% <strong>of</strong> the total job value.<br />

ii) For Oil wagon unloading:<br />

The Contractor should ensure that no demurrage charges are required to be paid to the<br />

Rly. on account <strong>of</strong> delay in unloading beyond Railway Free Time. If the reasons for<br />

18


delay in unloading are not attributable to either DVC or any force majeure condition,<br />

the contractor shall have to bear the entire demurrage charges so accrued.<br />

9.204 Penalty for the Scope <strong>of</strong> Work under Part- D.<br />

a) Up-keepment <strong>of</strong> the areas as detailed under Part-D <strong>of</strong> Annexure – I :<br />

i) The contractor is to complete the removal <strong>of</strong> all technological waste as mentioned<br />

above daily on round the clock basis for maintenance <strong>of</strong> the system. If DVC is forced<br />

to engage any other agency to complete any incomplete job <strong>of</strong> the contractor, the<br />

expenses thus incurred will be deducted from the contractor’s bill at their risk and cost.<br />

ii) If at any moment it is noticed that any <strong>of</strong> the areas which are under the Contractor’s<br />

scope for cleaning/ removal <strong>of</strong> waste is not cleaned properly, SE (FM) or his<br />

authorized representative reserves the right to deduct an amount as felt appropriate by<br />

DVC at the sole risk and cost <strong>of</strong> the Contractor.<br />

b) Removal <strong>of</strong> boulders/ coal-dust:<br />

The contractor will have to engage sufficient numbers man& machines for loading,<br />

unloading <strong>of</strong> the stones/ coal dust generated daily and sufficient numbers tractors/<br />

trucks for disposal to the same to the designated place. If the contractor fails to dispose<br />

<strong>of</strong>f the stones/ coal dust to the designated place, D.V.C may deploy/ engage any third<br />

party for disposing <strong>of</strong>f the stones/ coal dust to the designated place and DVC reserves<br />

the right to deduct penalty equivalent to one and half times the Charge paid by DVC<br />

to the third party from the running bills or any other bill <strong>of</strong> the Contractor for each<br />

such occasion. However if such condition prevails for more than a week DVC<br />

reserves the right terminate the contract and all the dues payable by DVC to the<br />

Contractor along with the Security deposit shall be liable to be forfeited.<br />

9.205 Penalty for the Scope <strong>of</strong> Work under Part- E.<br />

a) Penalty for shortage enroute:<br />

In case difference <strong>of</strong> Net Weight between the Loading Point weight and weight at MTPS<br />

In-motion Weigh Bridge exceeds 2% <strong>of</strong> Loading Point weight no payment will be made to<br />

the contractor. Additionally, a Penalty @ 0.50Q per MT shall be deducted on the Loading<br />

Point weight as per received R.R. on Rake to Rake basis (“Q” is the quoted Rate as per Sl.<br />

<strong>No</strong>. 9.305 indicated hereinafter).<br />

b) Penalty/ Bonus for Maintaining the running hours <strong>of</strong> the indigenous BOBR coal<br />

rakes from Raniganj Railway Station to Mejia TPS In-motion weigh bridge.<br />

Departure time <strong>of</strong> a loaded coal rake from Raniganj Railway Station will be recorded from<br />

the instant <strong>of</strong> time that will be recorded by CHP Control Room at MTPS and its arrival<br />

time will be recorded at In-motion weigh bridge <strong>of</strong> MTPS. Duration between above two<br />

terminals shall determine the Penalty/ Bonus. Amount accruable against Penalty will be<br />

withheld from the RA bills subject to Reconciliation at later stage at the end <strong>of</strong> the contract<br />

period.<br />

Penalty/Bonus shall as given hereunder:<br />

19


Running hours less than 1 hour- Bonus for the Coal rake is Rs.5000/- per Rake<br />

Running hours 1 hour upto 1 hour 30 minutes- Penalty for the Coal rake is<br />

Rs.1000/- per Rake<br />

Running hours more than 1 hour 30 minutes upto 2 hours - Penalty for the Coal<br />

rake is Rs.2000/- per Rake<br />

Running hours more than 2 hours - Penalty for the Coal rake is Rs.5000/- per<br />

Rake<br />

Penalty shall not be applicable; if there is any delay due to OHE power failure,<br />

accident en-route, derailment, failure <strong>of</strong> railway track, engine trouble which are not<br />

attributable to the Contractor.<br />

9.300 Terms <strong>of</strong> Payment:<br />

All payment shall be made against the Measurement <strong>of</strong> Work as defined under<br />

Clause <strong>No</strong>. 9.100.<br />

9.301 For the Scope <strong>of</strong> Work under Part- A.<br />

a) The contractor should ensure that maximum quantity <strong>of</strong> Coal is received by MTPS as per<br />

the SLC quota allotted to MTPS from time to time.<br />

b) The bidder should quote the rate on “per Rake” basis for Part – A (i) & on “per MT” basis<br />

for Part – A (ii) against the SLC quota / Estimated Quantity/ <strong>No</strong>. <strong>of</strong> Rakes allotted/likely<br />

to be allotted to MTPS. However, Payment shall be made on the RA bills on the<br />

proportionate percentage <strong>of</strong> materialization achieved above 60% <strong>of</strong> SLC linkage allotted to<br />

MTPS in the month subject to usual deduction <strong>of</strong> Taxes and duties as leviable.<br />

c) Method <strong>of</strong> Calculation <strong>of</strong> Monthly Payment:<br />

(i) Say,<br />

S= SLC quota allotted to MTPS for a particular month in terms <strong>of</strong> <strong>No</strong>. <strong>of</strong> Rakes.<br />

Q= <strong>No</strong>. <strong>of</strong> Rakes received by MTPS for that particular month.<br />

P= Quoted rate <strong>of</strong> the Contractor Rupees per Rake received at MTPS.<br />

M= Percentage <strong>of</strong> materialization achieved by the Contractor in the month<br />

then,<br />

M= Q/S X 100<br />

If M is greater than 60%<br />

Then,<br />

Value <strong>of</strong> “M” Payment<br />

Above 60% upto 70% 1.05(Q.P)<br />

Above 70% upto 80% 1.10(Q.P)<br />

Above 80% upto 90% 1.15(Q.P)<br />

Above 90% 1.20(Q.P)<br />

(ii) Say,<br />

S= SLC quota allotted to MTPS for a particular month in MT.<br />

20


Q= Quantity as per Loading end weight delivered to MTPS in MT.<br />

P= Quoted rate <strong>of</strong> the Contractor Rupees per MT <strong>of</strong> coal delivered.<br />

M= Percentage <strong>of</strong> materialization achieved by the Contractor in the month<br />

then,<br />

M= Q/S X 100<br />

If M is greater than 60%<br />

Then,<br />

Value <strong>of</strong> “M” Payment<br />

Above 60% upto 70% 1.05(Q.P)<br />

Above 70% upto 80% 1.10(Q.P)<br />

Above 80% upto 90% 1.15(Q.P)<br />

Above 90% 1.20(Q.P)<br />

Payment for both the above cases (i & ii) will be based on categorical materialisation<br />

as per respective Table and will be summed up accordingly to ascertain final payable<br />

amount on this account.<br />

9.302 For the Scope <strong>of</strong> Work under Part- B.<br />

100% Payment shall be made on the RA bills against the numbers <strong>of</strong> BOBR& BOXN<br />

Coal Wagons unloaded at MTPS in a month subject to usual deduction <strong>of</strong> Taxes and<br />

duties as leviable. The deduction <strong>of</strong> the cost <strong>of</strong> demurrage as may be accrued in the course<br />

<strong>of</strong> handling and as billed by Railways may be kept withheld till final settlement against<br />

deposit <strong>of</strong> caution money in the form <strong>of</strong> B.G. <strong>of</strong> Rs. 7,50,000/- (Rupees seven lakhs fifty<br />

thousand) only as detailed hereinbefore and in Annexure-I. The one time Caution money<br />

(B.G./Advanced Bank Draft) shall remain valid covering contract period to facilitate<br />

release <strong>of</strong> monthly R.A. Bill without instant recovery <strong>of</strong> demurrage charge. Penalty due to<br />

accrual <strong>of</strong> demurrage will as such be on contractor’s account as stipulated under Clause<br />

9.202 (c). Three copies <strong>of</strong> the bill and the original copy pre-receipted with Revenue stamp<br />

should be submitted.<br />

Special Conditions for the Scope <strong>of</strong> Work under Part – B :<br />

a) If for any reason/ factors whatsoever not attributable to the Contractor herein under, rake<br />

supply is disrupted and intake goes down, contractor will be entitled to payment equivalent to<br />

3500 BOBR wagons for sustaining his workforce when total monthly intake goes down below 60<br />

rakes even.<br />

b) The attributable reasons towards the Contractor however excludes defined force majeure<br />

condition, major strike, flood and other act <strong>of</strong> nature in the Colliery area, affecting the Colliery,<br />

siding etc and disrupting Rail movement and MTPS’s written instruction to reduce Coal intake<br />

depending on its plant condition.<br />

c) In case such force majeure and unavoidable circumstance continues for part <strong>of</strong> month, the<br />

contractor shall be entitled to pro-rata payment computed for days <strong>of</strong> interruption, based on<br />

minimum 3500 BOBR wagons per month and actual payment for number <strong>of</strong> Wagons handled.<br />

9.303 For the Scope <strong>of</strong> Work under Part- C.<br />

a) Maintenance contract for CHP:<br />

100 % payment shall be made against the monthly running bills normally within a fortnight<br />

on presentation <strong>of</strong> bills in triplicate after satisfactory completion <strong>of</strong> the assigned work and<br />

21


on due certification by the Engineer-in-Charge subject to statutory deductions as<br />

applicable.<br />

c) Mandatory extra Jobs:<br />

i) For Replacement <strong>of</strong> Conveyor belt & Fabrication <strong>of</strong> MS Gratings:<br />

100% payment will be made after satisfactory completion <strong>of</strong> the job duly certified by the<br />

DVC EIC subject to statutory deductions as applicable.<br />

ii) For Oil wagon unloading/ Road Oil Tanker unloading:<br />

100% payment will be made after satisfactory completion <strong>of</strong> the job duly certified by the<br />

DVC’s Engineer-in-Charge subject to statutory deductions as applicable.<br />

9.304 For the Scope <strong>of</strong> Work under Part- D.<br />

100% payment shall be made on lump sum basis per month for Up-keepment <strong>of</strong> Coal<br />

Handling Plant <strong>of</strong> Unit# 1,2,3,4,5 & 6 and payment for the removal <strong>of</strong> boulders/ coal-dust<br />

shall be made per MT basis for the actual total quantity disposed per month.<br />

9.305 For the Scope <strong>of</strong> Work under Part- E.<br />

100% Payment shall be made on the RA bills as per Measurement <strong>of</strong> work herein above<br />

and Calculation method given hereunder subject to deduction <strong>of</strong> penalty amount and other<br />

statutory deductions.<br />

Method <strong>of</strong> Calculation <strong>of</strong> monthly payment:<br />

Basis <strong>of</strong> Calculation shall be per Rake basis:<br />

<strong>No</strong> payment will be made if the Transit loss in a BOBR rake is above 2%.<br />

Sl no. Quantum <strong>of</strong> Transit Loss Payment<br />

1 Above 2% <strong>No</strong> payment<br />

2 2% upto 1.5% 0.4QXM<br />

3 Below 1.5% upto 1.2% 0.6QXM<br />

4 Below 1.2% upto 1% 0.8QXM<br />

5 Below 1% QXM<br />

Where, Q is the quoted rate (Rupees per MT) and M is the Measured quantity as per<br />

Clause <strong>No</strong> 9.105 herein before.<br />

Special Condition in respect <strong>of</strong> terms <strong>of</strong> Payment:<br />

a) If for any reason/ factors whatsoever not attributable to the Contractor herein under, rake<br />

supply is disrupted, intake goes down contractor will be entitled to payment equivalent to<br />

01(one) lakh MT for sustaining his workforce when total monthly intake goes down below<br />

01(one) lakh MT even.<br />

b) The attributable reasons towards the Contractor however excludes defined force majeure<br />

condition, major strike, flood and other act <strong>of</strong> nature in the Colliery area, affecting the<br />

Colliery, siding etc and disrupting Rail movement and MTPS’s written instruction to<br />

reduce Coal intake depending on its plant condition.<br />

c) In case such force majeure and unavoidable circumstance continues for part <strong>of</strong> month the<br />

contractor shall be entitled to pro-rata payment computed for days <strong>of</strong> interruption, based<br />

on minimum 01(one) lakh MT per month and actual payment for quantity <strong>of</strong> coal received<br />

at MTPS.<br />

22


9.400 a) Security Deposit (S.D.):<br />

The contractor have to furnish a Bank Guarantee (B.G.) as per enclosed DVC’s<br />

format, from any Nationalized/ Schedule commercial Bank for an amount equal to<br />

10% <strong>of</strong> the total Contract value or 10% <strong>of</strong> the total Contract value in the form <strong>of</strong><br />

Advanced bank Draft for due compliance <strong>of</strong> the contract. The B.G. should remain<br />

valid through out the contract period with a claim period <strong>of</strong> another 06 (six) months.<br />

b) Caution Money Deposit:<br />

9.500 Contract Period:<br />

For the purpose <strong>of</strong> payment <strong>of</strong> monthly bills the Contractor are allotted the option<br />

<strong>of</strong> depositing a Bank Guarantee/ Advanced Bank Draft worth Rs. 7,50,000/-<br />

(Rupees seven lakhs fifty thousand) only as Caution deposit against likely<br />

demurrage charge to be payable, otherwise demurrage charges will be recovered<br />

from running bill subject to adjustment or refund after final settlement with<br />

Railways. The Bank Guarantee must be as per enclosed DVC’s SDBG format and<br />

issued by any Nationalized/ Schedule commercial Bank for an amount <strong>of</strong> Rs.<br />

7,50,000/- (Rupees seven lakhs fifty thousand) only. The B.G. should remain valid<br />

through out the contract period with a claim period <strong>of</strong> another 06 (six) months.<br />

Against this caution deposit , deduction <strong>of</strong> the demurrage charges accrued in each<br />

month shall be withheld to facilitate release <strong>of</strong> R.A. Bill with usual deduction other<br />

than demurrage which will duly be finally worked out on reconciliation with<br />

Railways within following 2/3 months.<br />

<strong>No</strong> interest shall be paid on the Advanced Bank Draft deposited against Security<br />

Deposit and caution Money Deposit.<br />

The Contract will remain valid for a period <strong>of</strong> 01(one) year from the date <strong>of</strong> actual<br />

commencement <strong>of</strong> the work by the Contractor after successful site mobilization. Contract<br />

may be extended for another one (01) year on review <strong>of</strong> the Contractor’s overall<br />

performance. In that case the Security Deposit/Bank Guarantee has to be extended<br />

accordingly without any additional cost to DVC.<br />

9.600 Site Mobilization<br />

Site mobilization should be done within a maximum <strong>of</strong> two weeks from the date <strong>of</strong><br />

placement <strong>of</strong> LOA /LOI. Within that period, all the tools and tackles and infrastructural<br />

facilities have to be made ready for starting the actual work <strong>of</strong> the contract. If the<br />

Contractor fails to mobilize the site within the above mentioned two weeks the expenditure<br />

incurred for the period <strong>of</strong> delay in mobilisation beyond two weeks towards engaging the<br />

existing Contractor or alternative agency to carry out the job during that period has to be<br />

borne by the Contractor as applicable thereto. The amount thus incurred shall be realized<br />

from the running bill/ bills <strong>of</strong> the Contractor as per decision <strong>of</strong> the competent authority. <strong>No</strong><br />

advance payment towards mobilization will be provided by DVC. In case <strong>of</strong> failure to<br />

mobilize and start the work, the EMD shall be forfeited.<br />

10.000 Special Terms and conditions:<br />

10.001 <strong>Documents</strong> <strong>of</strong> Authority to sign <strong>Tender</strong> :<br />

The signatories for the <strong>of</strong>fer must enclose the document proving their authority to do so<br />

along with the bid.<br />

23


10.002 Deviation :<br />

The Bidders are enjoined to submit the deviation sheet irrespective <strong>of</strong> whether deviation<br />

has been sought for or not. In case no deviation has been proposed, the Bidders should<br />

indicate “NIL” against corresponding column.<br />

10.003 Validity <strong>of</strong> <strong>of</strong>fer:<br />

The rates quoted by the Bidder must be valid for 180 days from the bid opening date.<br />

10.004 Arbitration :<br />

Settlement <strong>of</strong> disputes and Arbitration: The parties shall use their best efforts to settle<br />

amicably all disputes arising out <strong>of</strong> or in connection with their contract or the<br />

interpretation there <strong>of</strong>. Any disputes between the parties as to matters arising pursuant to<br />

their contract which can not be settled amicably within 30 (thirty) days after receipt by one<br />

Party <strong>of</strong> the other Party’s request for such amicable settlement, the dispute may be<br />

submitted by either Party for settlement in accordance with the Arbitration clause in<br />

General Condition <strong>of</strong> Contract.<br />

All suits arising out <strong>of</strong> the <strong>NIT</strong> and subsequent Work Order/ Contract Agreement if any<br />

are subject to the jurisdiction <strong>of</strong> the Hon’ble Court <strong>of</strong> Law in the city <strong>of</strong> Kolkata only and<br />

no other Hon’ble Court <strong>of</strong> Law elsewhere.<br />

10.005 Co-operation with other Contractors :<br />

The Contractor shall fully co-operate with DVC’s (owner’s) other Contractors for<br />

associated plant and subsidiary as well as other similar activities. The Contractor shall also<br />

co-operate fully with and carryout all reasonable direction <strong>of</strong> the owner’s (DVC’s)<br />

designated Chief Engineer (O&M) or his authorized representative as the case may be.<br />

10.006 Operation <strong>of</strong> the Contract:<br />

The Parties recognise that it is impracticable in this Contract to provide for every<br />

Contingency which may arise during the life <strong>of</strong> the Contract and both the parties hereby<br />

agree that it is their intention that this Contract shall operate fairly as between them, and<br />

without detriment to the interest <strong>of</strong> either <strong>of</strong> them and that if during the term <strong>of</strong> this<br />

Contract either party believes that this Contract is operating unfairly, the parties will use<br />

their best efforts to agree on such action as may be necessary to remove the cause or<br />

causes <strong>of</strong> such unfairness but failure to agree on any action pursuant to this Clause shall<br />

give rise to a dispute subject to settlement <strong>of</strong> disputes in accordance with Clause. 10.004<br />

herein before.<br />

10.007 Agreement:<br />

a) The LOA alongwith Work Order that will be placed on the successful bidder, the <strong>NIT</strong><br />

documents and GCC shall be inseparable part <strong>of</strong> the Contract Agreement to be executed<br />

between the parties (DVC and The Contractor).<br />

b) The subject work shall broadly be governed by the afore stated Terms & Conditions as<br />

well as other Terms & Conditions not specifically mentioned herein but included in <strong>NIT</strong>/<br />

<strong>Tender</strong> papers, GCC and other DVC statute which shall also apply mutantis mutandis in<br />

operation <strong>of</strong> this Work Contract.<br />

10.008 Suspension :<br />

The Owner may, by written notice <strong>of</strong> suspension to the vendor, suspend all payments to<br />

the Vendor hereunder if the vendor fail to perform any <strong>of</strong> their obligations under this<br />

Contract, including the carrying out <strong>of</strong> the Services, provided that such notice <strong>of</strong><br />

suspension (i) shall specify the nature <strong>of</strong> the failure, and (ii) shall request the vendor to<br />

24


emedy such failure within a period not exceeding thirty (30) days after receipt by the<br />

vendor <strong>of</strong> such notice <strong>of</strong> suspension.<br />

10.009 Termination <strong>of</strong> Contract:<br />

By the Owner<br />

The Owner may, by not less than thirty (30) days’ written notice <strong>of</strong> termination to the<br />

vendor (except in the event listed in paragraph(f) below, for which there shall be written<br />

notice <strong>of</strong> not less than sixty (60) days), after the occurrence <strong>of</strong> any <strong>of</strong> the events specified<br />

in paragraphs (a) through (f) below, terminate this Contract:<br />

a) if the vendor fail to remedy a failure in the performance <strong>of</strong> their obligations under the<br />

contract, as specified in a notice <strong>of</strong> suspension pursuant to Clause-10.008 herein above,<br />

within thirty (30) days <strong>of</strong> receipt <strong>of</strong> such notice <strong>of</strong> suspension or within such further<br />

period as the Owner may have subsequently approved in writing;<br />

b) if the Vendor become (or, if the vendor consist <strong>of</strong> more than one entity, if any <strong>of</strong> their<br />

Members becomes) insolvent or bankrupt or enter into any agreement with their<br />

creditors for relief <strong>of</strong> debt or takes advantage <strong>of</strong> any law for the benefit <strong>of</strong> debtors or<br />

go into liquidation or receivership whether compulsory or voluntary;<br />

c) if the vendor fail to comply with any final decision reached as a result <strong>of</strong> settlement <strong>of</strong><br />

disputes pursuant to Clause-10.004 here<strong>of</strong>;<br />

d) if the vendor submit to the Owner a statement which has a material effect on the rights,<br />

obligations or interests <strong>of</strong> the Owner and which the vendor know to be false;<br />

e) if, as a result <strong>of</strong> Force Majeure, the vendor is unable to perform a material portion <strong>of</strong><br />

the services for a period <strong>of</strong> not less than sixty (60) days; or<br />

f) if the Owner, in its sole discretion and for any reason whatsoever, decides to terminate<br />

this Contract.<br />

10.010 By the Vendor<br />

The Vendor may, by not less than thirty (30) days’ written notice to the Owner, after<br />

occurrence <strong>of</strong> any <strong>of</strong> the events specified in paragraphs (a) through (c) below,<br />

terminate this Contract:<br />

a) If the Owner is in material breach <strong>of</strong> its obligations pursuant to this Contract and<br />

has not remedied the same within forth-five (45) days (or such longer period as the<br />

vendor may have subsequently agreed in writing) following the receipt by the<br />

Owner <strong>of</strong> the vendor’s notice specifying such breach;<br />

b) If, as the result <strong>of</strong> Force Majeure, the Vendor is unable to perform a materials<br />

portion <strong>of</strong> the Services for a period <strong>of</strong> not less than sixty (60) days; or<br />

c) If the Owner fails to comply with any final decision reached as a result <strong>of</strong><br />

settlement <strong>of</strong> disputes pursuant to Clause-10.004 here<strong>of</strong>.<br />

10.011 Cessation <strong>of</strong> Rights and Obligations<br />

Upon termination <strong>of</strong> this Contract pursuant to Clauses-10.013 or 10.009 here<strong>of</strong>, or upon<br />

expiration <strong>of</strong> this Contract pursuant to Clause-10.014 here<strong>of</strong>, all rights and obligations<br />

<strong>of</strong> the Parties hereunder shall cease, except (i) such rights and obligations as may have<br />

25


accrued on the date <strong>of</strong> termination or expiration, (ii) the obligations <strong>of</strong> confidentiality<br />

set forth in Clause-10.015 here<strong>of</strong>, and (iii) any right which a Party may have under the<br />

Applicable Law.<br />

10.012 Standard <strong>of</strong> Performance<br />

The Vendor shall perform the Services and carry out their obligations hereunder with<br />

all due diligence, efficiency and economy, in accordance with generally accepted<br />

pr<strong>of</strong>essional techniques and practices, and shall observe sound management practices,<br />

and employ appropriate advanced technology and safe and effective equipment,<br />

machinery, materials and methods. The Vendor shall always act, in respect <strong>of</strong> any<br />

matter relating to this Contract or to the Services, as faithful advisers to the Owner, and<br />

shall at all times support and safeguard the Owner’s legitimate interests in any dealings<br />

with Sub-vendor or Third Parties.<br />

10.013 Termination <strong>of</strong> Contract for Failure to become Effective<br />

If this Contract has not become effective within such time period after the date <strong>of</strong> the<br />

Contract signed by the Parties as specified in the SC, either Party may, by not less than<br />

four (4) weeks’ written notice to the other Party, declare this Contract to be null and<br />

void and in the event <strong>of</strong> such a declaration by either Party, neither Party shall have any<br />

claim against the other Part6y with respect hereto.<br />

10.014 Expiration <strong>of</strong> Contract<br />

Unless terminated earlier pursuant to Clause – 10.009 here<strong>of</strong>, this contract shall expire<br />

when services have been completed and all payments have been made at the end <strong>of</strong><br />

such time period after Effective Date as specified in Clause 9.500 .<br />

10.015 Confidentiality<br />

The Vendor, his Sub-Vendor and the personnel <strong>of</strong> either <strong>of</strong> them shall not, either<br />

during the term or within two (2) years after the expiration <strong>of</strong> this contract, disclose<br />

any propriety or confidential information relating to the Project, the Services, this<br />

contract or the Owner’s business or operations with the prior written consent <strong>of</strong> the<br />

Owner.<br />

26


ANNEXURE- I<br />

2.000 Part-A. (i) Liaison work with Railways and coal companies for (BOBR<br />

Wagons) Indigenous Coal.<br />

(ii) Supervision <strong>of</strong> loading <strong>of</strong> Coal (BOBR Wagons) at Loading<br />

Point for Indigenous Coal.<br />

System Description:<br />

i) MTPS Coal unloading Track Hoppers are connected with Raniganj Railway station by a stretch <strong>of</strong><br />

20KM (approx.) single line Railway track with provisions for waiting bay/shunting bay at two<br />

locations en-route for movements Coal Rakes.<br />

ii) Track hopper –1 : Length -170M, width5M and Capacity <strong>of</strong> hopper 2700MT. Track<br />

hopper –2 : Length- 220M, width 6M and Capacity <strong>of</strong> hopper 4700MT.Rake placement<br />

mode-Maximum 16 for Track hopper –1 and 20 for Track hopper –2 in one placement.<br />

iii) <strong>No</strong> <strong>of</strong> wagon in each rake varies between 52 to 59.<br />

iv) Quantity <strong>of</strong> Coal per month to be unloaded: As per linkage/ SLC quota plus Quantity <strong>of</strong> coal from<br />

other sources likely to be received by MTPS from time to time during the contract period.<br />

<strong>No</strong>te:<br />

The bidders may visit the site at their own cost to apprise themselves <strong>of</strong> site condition prior to<br />

submission <strong>of</strong> <strong>of</strong>fer and may like to seek for pre-bid clarification if they so desire.<br />

Prior intimation to the Contractor will be given by MTPS authority in the event <strong>of</strong> coal being<br />

received from the sources other than the allocated Sidings connected to approved SLC (ST)<br />

Linkage.<br />

2.001 Liaison Jobs:<br />

a) Liaison with Railways to ensure adequate number <strong>of</strong> Coal Rakes dispatch to MTPS:<br />

One <strong>of</strong> the principal objective <strong>of</strong> this composite work and the intended contract is to meet<br />

up requirement <strong>of</strong> coal and ensure timely delivery <strong>of</strong> railbound sized coal to MTPS , to<br />

facilitate unhindrance evacuation through the system. For the purpose, it is mandatory on<br />

the part <strong>of</strong> the contractor to have close liaison with both Railways as well Colliery<br />

Authorities at local and Headquarter level as deem appropriate, to coordinate placement<br />

and movement <strong>of</strong> rakes. The Contractor has to ensure that sufficient rakes are placed by<br />

the Railway for cent per cent linkage materialisation and proper placement <strong>of</strong> rakes at<br />

designated siding at usual interval for loading <strong>of</strong> Coal <strong>of</strong> proper size and devoid <strong>of</strong><br />

improper mixing. Adequate managerial staff have to be deputed by the contractor for<br />

liaison with 3(three) different Railways, Viz. East Central Railways (Divnl. Office at<br />

Dhanbad), South Eastern Railways (Divnl. Office at Adra) and Eastern Railways ( Divnl.<br />

Office at Asansol) and also with Koyla Bhaban ,B.C.C.L at Dhanbad, E.C.L., Head<br />

Quarters, Sanctoria for timely placement and smooth movement <strong>of</strong> BOBR Coal rakes.<br />

b) Liaison with BCCL & ECL for dispatch <strong>of</strong> Coal:<br />

Managerial personnel are to be deputed by the Contractor for liaison with HQs <strong>of</strong> BCCL<br />

& ECL and the relevant Collieries for required coal supply. At present the sources from<br />

which coal are dispatched by BCCL are mainly related to (i) BJ-1 siding (ii) KKC Main<br />

27


(iii) Bhaga / Kustore Siding (iv) Moonidhi coal washery (v) Sudamdhi coal washery (vi)<br />

Bhawara siding which are under South Eastern Railway and (i) JGB-6 &9 siding (ii) CK<br />

West siding (iii) N.L. Barora siding (iv) N.L. Govindpur siding (v) KDS-II siding which<br />

are under East Central Railway. However, the Linkages and the <strong>of</strong>fered Sidings may vary<br />

during execution <strong>of</strong> work depending on the decision taken by Colliery and Railway<br />

authorities. This should be taken care <strong>of</strong> by the contractor during the contract period<br />

without any additional cost to DVC. Linkages from ECL are likely to be related to both<br />

Ranigunj and <strong>No</strong>n-Ranigunj areas. The Contractor has to interact with Railways at Rly.<br />

Offices at Dhanbad , Adra, Asansol and Ranigunj for placement and drawal <strong>of</strong> rakes at<br />

loading & unloading ends as per requirement. These personnel should interact and report<br />

to the concerned MTPS <strong>of</strong>ficers on daily basis regarding programs <strong>of</strong> rake loading and<br />

movements <strong>of</strong> coal rakes to MTPS cent per cent Linkage materialisation is one <strong>of</strong> the<br />

principal assignment <strong>of</strong> Contract.<br />

Arrangements for transport for movement <strong>of</strong> the personnel <strong>of</strong> the contractor as per<br />

requirement for smooth execution <strong>of</strong> the jobs are to be done by the contractor at their own<br />

cost and risk.<br />

2.002 Supervision <strong>of</strong> loading <strong>of</strong> Coal at loading point (Mines end/ Railway Siding:<br />

The Contractor have to supervise the loading <strong>of</strong> Coal in BOBR rakes by the dispatching<br />

Colliery to ensure loading <strong>of</strong> sized Coal (below 200 mm). Adequate care is to be required<br />

by the contractor during the supervision so that extraneous materials, oversized coal,<br />

boulders and slurry coal is not loaded and dispatched to MTPS. Thus the work <strong>of</strong><br />

supervision is mainly aimed at avoiding improper mixture <strong>of</strong> extraneous matters, non-Coal<br />

matters, loose soil, slurry with the desired consignment. In the event <strong>of</strong> loading <strong>of</strong><br />

oversized Coal/uncrushed Coal, loading is to be interrupted and it is incumbent upon the<br />

Contractor to ensure that proper sizing is loaded otherwise cancellation <strong>of</strong> allotment <strong>of</strong><br />

rake from the particular siding is to be arranged in consultation with Railways and Coal<br />

Company. In order to accomplish this designated activities the Contractor has to depute<br />

adequate number <strong>of</strong> manpower with due infrastructure at the loading points from where<br />

coal is dispatched to MTPS.<br />

3.000 Part-B. Unloading <strong>of</strong> BOBR& BOXN coal rakes in Trackhopper-1& 2<br />

for Indigenous Coal and Imported Coal. :-<br />

a) On arrival <strong>of</strong> the rakes water spraying is to be done on the wagons for suppression <strong>of</strong> dust.<br />

b) After placement <strong>of</strong> Rakes in the track hopper, arrangements shall be made for evacuation<br />

<strong>of</strong> wagons by way <strong>of</strong> fitting compressed air hose pipe to each wagon operating cylinder for<br />

opening respective bottom discharge gate. The bottom discharge doors must be closed<br />

after total emptying <strong>of</strong> the wagons. The compressed air required for the opening/ closing<br />

<strong>of</strong> bottom discharge gate will be supplied by the Compressors installed for the purpose.<br />

Operation <strong>of</strong> the Compressors is to be done by the Contractor. Release <strong>of</strong> brakes if<br />

required on the hopper is to be done by the Contractor.<br />

c) In order to ensure proper flow <strong>of</strong> coal through existing grating <strong>of</strong> track hopper during<br />

evacuation <strong>of</strong> wagon, the Contractor shall be capable with know how and <strong>of</strong> mobilising all<br />

resources for evacuation <strong>of</strong> loaded wagons efficiently even under any critical situation.<br />

Improper mixture <strong>of</strong> non-Coal matters with Coal is although not an uncommon feature, but<br />

now avoidable through proper monitoring at loading end which is one <strong>of</strong> assignment <strong>of</strong> the<br />

contractor also. Expectedly critical situation in the course <strong>of</strong> handling will not arise.<br />

However, Contractor’s preparedness for all situations is mandatory. Proper flow <strong>of</strong> coal<br />

from track hoppers to the paddle feeders has to be ensured by regular removal <strong>of</strong> arching<br />

28


<strong>of</strong> coal in the track hopper and its wall, with better utilization <strong>of</strong> resourses and efficient use<br />

<strong>of</strong> tools and tackles as required. For handling sticky/arched coal in the wagons, the<br />

workers, if required, have to be engaged inside those wagons for quick evacuation after<br />

taking shutdown <strong>of</strong> overhead traction line. Necessary safety measures have to be taken<br />

care <strong>of</strong> by the contractor at no extra cost to DVC.<br />

d) All the beams <strong>of</strong> the structure, etc <strong>of</strong> the Track Hopper housing above the Track Hopper<br />

bay is to be done by the contractor.<br />

e) Tools & tackles and Safety equipments required for execution the jobs are to be supplied<br />

by the Contractor at their own cost. DVC shall supply the Air house pipes required for the<br />

unloading <strong>of</strong> wagons. The Contractor have to provide suitable number <strong>of</strong> pneumatic<br />

hammers at their own cost for breaking the over sized coal/ boulders received with the rail<br />

borne coal. Required flexible pipes needed for operation <strong>of</strong> the said pneumatic hammers<br />

shall also be arranged by the contractor at their own cost. Compressed air manifold for<br />

above operation shall be arranged by DVC, MTPS.<br />

f) The Coal wagons are to be emptied totally and no residual Coal should be left in the<br />

wagons.<br />

g) The Contractor has to ensure that no workers are working beneath the wagon before giving<br />

clearance for shunting.<br />

h) The Contractor has to deploy adequate infrastructural resources immediately after<br />

placement <strong>of</strong> the rake and initiate the manpower for the jobs. All safety measures are to be<br />

taken by the contractor during execution <strong>of</strong> the jobs and also movements <strong>of</strong> the rakes on<br />

the track hopper so that no accidents occur. In case <strong>of</strong> any accidents arising during the<br />

execution <strong>of</strong> the jobs, the Contractor shall be fully responsible. DVC will have no<br />

responsibility whatsoever and kept fully indemnified.<br />

i) Everyday at morning (9am to 9.30am) Track hopper will be jointly inspected by SE(FM)<br />

or his authorized representative and the Contractor’s representative for cleanliness <strong>of</strong> the<br />

Track hopper. In case cleanliness <strong>of</strong> the Track hopper is not found satisfactory penalty will<br />

be imposed as per the Penalty clause stated herein before.<br />

j) The Contractor shall ensure that no demurrage charge is required to be paid to the Railway<br />

authority on account <strong>of</strong> delay in evacuation <strong>of</strong> wagons beyond specified free time provided<br />

by the Railway for such job(At present free time allowed by Railways for evacuation <strong>of</strong><br />

each rake is two and half hours).<br />

k) Since it is incumbent upon the contractor to supervise loading <strong>of</strong> sized coal at loading<br />

point in the colliery and co-ordinate rake movement in close liaison with Railway<br />

authority as well as Coal Companies, the demurrage accrued in course <strong>of</strong> handling at<br />

Track hopper shall be on Contractor’s account except for reasons stated hereunder:<br />

1) In case there is a planned shut down <strong>of</strong> major system for preventive maintenance<br />

when operation <strong>of</strong> standby system is also impeded and in case <strong>of</strong> derailment <strong>of</strong><br />

wagons, not caused by boulder interference or jammed track.<br />

2) Situation not permitting to the contractor to work due to strike called by others<br />

except employees <strong>of</strong> the contractors. However, in case <strong>of</strong> strikes with advance<br />

intimation/ information, contractor will arrange prior entry <strong>of</strong> their work force to<br />

avoid any disruption <strong>of</strong> work assigned to them.<br />

l) The condition which are given hereunder are to be taken care <strong>of</strong> by the contractor at their<br />

cost & risk for the execution <strong>of</strong> contract:<br />

29


1) The rate <strong>of</strong> Demurrage considered for bidding is at present Rs.100/wagon/hr,<br />

which shall be guiding factor for submission <strong>of</strong> tender. Any increase there after<br />

during execution <strong>of</strong> contract shall be borne by DVC whereas decrease, if any, on<br />

same account shall have to be passed on to DVC by the Contractor.<br />

2) “Free Time for Unloading” is at present 2½ Hrs. for BOBR Rakes with Wagons<br />

limited to 59 nos. and 07 Hrs. for BOX-N Rakes with same no. <strong>of</strong> Wagons which<br />

shall be the guiding factors for submission <strong>of</strong> tender/bid. Any variation there after<br />

during execution <strong>of</strong> contract shall be taken care <strong>of</strong> jointly by DVC and the<br />

Contractor and the issue will be settled during Reconciliation at the end <strong>of</strong> the<br />

contract period on whether the consideration would be payable to the contractor or<br />

to be passed on to DVC.<br />

3) Since the transportation <strong>of</strong> rail borne coal originating from colliery end and<br />

terminating at M.T.P.S. unloading area depends on various factors beyond the<br />

control <strong>of</strong> D.V.C., bunching <strong>of</strong> rakes (arrival <strong>of</strong> two consecutive rakes back to<br />

back) is not an uncommon feature. The contractor whose one <strong>of</strong> principal<br />

assignment includes liaison with Railways and coordinating the rake movement,<br />

will have to handle the situation at its sole risk and cost so far as demurrage is<br />

concerned.<br />

m) Boulders and other foreign materials are to be removed immediately from the gratings and<br />

to break oversize coal including poking through the gratings for reuse. The rejects/ foreign<br />

materials, boulders etc. will have to be removed at the distance <strong>of</strong> 10-15 mtrs. from the<br />

track hopper bay .Track hopper bay has to be always maintained clean for free movement<br />

<strong>of</strong> working personnel. In exigency, mechanized removal <strong>of</strong> stones/boulders from the track<br />

hopper gratings must be resorted to at the direction <strong>of</strong> MTPS authority without any<br />

additional cost to DVC.<br />

n) It will be the sole responsibility <strong>of</strong> the Contractor to arrange vehicles at its own cost to<br />

facilitate shifting <strong>of</strong> Railway Guard/ Driver from M.T.P.S .to Raniganj Stn & vice versa<br />

during Long Hrs. duty <strong>of</strong> Driver/Guard as the situation warrants. Proper co-ordination <strong>of</strong><br />

rake movement is required to be ensured to avoid occurrence <strong>of</strong> such a situation. This is<br />

essential for reducing coal evacuation time at Track Hopper.<br />

4.000 Part-C. Scope <strong>of</strong> Work for Annual Repair& Maintenance Contract for Coal<br />

Handling Plant <strong>of</strong> Unit# 1,2,3&4 and Unit#5 & 6 <strong>of</strong> MTPS.<br />

4.100 I. Mandatory jobs:<br />

a) Mechanical Maintenance for Unit # 1 to 6.<br />

b) Electrical Maintenance including C&I system for Unit # 1 to 6.<br />

c) Operation <strong>of</strong> Stacker-cum-Reclaimer for Unit # 1 to 6, Paddle feeder for Unit # 1 to 6<br />

operations & its allied system operation like Conveyor Belt, Operation <strong>of</strong> Mobile Tripper<br />

Car at Bunker in one system & also its allied Conv. Belt for Unit # 1 to 6, poking,<br />

breaking <strong>of</strong> lump size coal at RH-I,RH-4,RH-3,RH-5 etc.<br />

d) Maintenance <strong>of</strong> 3 <strong>No</strong>s. stacker-cum-reclaimer along with its auxiliary system and<br />

associates Rail Tracks as well as other associated system.<br />

30


e) Operational support to run CHP <strong>of</strong> unit#5&6.<br />

4.101 The Maintenance Contract would mainly comprise <strong>of</strong> Running /Routine Maintenance,<br />

Preventive Maintenance, Break-down Maintenance <strong>of</strong> CHP including overhauling and<br />

minor modification <strong>of</strong> equipment as well as Maintenance <strong>of</strong> 3 <strong>No</strong>s. Stacker-cum-<br />

Reclaimer along with its auxiliary system / fitting and its rail tracks, operation <strong>of</strong> Stackercum-Reclaimer,<br />

Paddle feeders Operation, & Mobile tripper cars operation including its<br />

Conveyor Belts and other allied equipment, maintenance <strong>of</strong> dust extraction, suppression<br />

and ventilation system, maintenance <strong>of</strong> rail track for portion in In–Motion Weigh Bridge<br />

along with maintenance <strong>of</strong> its dewatering pumps and cleaning pits.<br />

4.102 The Contractor must provide all necessary infrastructure for executing the Details Scope<br />

<strong>of</strong> Work <strong>of</strong> Maintenance <strong>of</strong> CHP so that the system will always be available for feeding<br />

coal to bunkers so as to maintain unrestricted generation.<br />

4.103 It is incumbent upon the contractor to maintain close co-ordination with DVC’s Plant<br />

Engineers for the maintenance activities <strong>of</strong> the equipments and system etc. as<br />

detailed in the subsequent paragraphs and in the Annexure.<br />

4.104 The contractor/ firm is required to follow maintenance programme as per schedule framed<br />

by DVC or jointly as the predictive situation warrants.<br />

4.105 The contractor has to ensure the availability <strong>of</strong> standby equipment in good<br />

condition.<br />

4.106 The contractor has to provide adequate technical back up including periodical visit to the<br />

station by the Sr. Engineers <strong>of</strong> the contractor for ensuring smooth maintenance <strong>of</strong> the plant<br />

for perfect working <strong>of</strong> these systems. Sr. Engineers must visit site before start <strong>of</strong> the work<br />

and frequency <strong>of</strong> subsequent visits to be decided mutually as per requirement at site.<br />

4.107 The contractor has to maintain proper Register/ Record/ Log Book <strong>of</strong> the work / service<br />

covered under the contract<br />

.<br />

4.108 The list <strong>of</strong> Major equipments /system <strong>of</strong> coal Handling Plant is given at Annexure–II<br />

4.109 A list <strong>of</strong> consumable spares required for execution <strong>of</strong> the contract is to be submitted to the<br />

Engineer-in-Charge time to time before stock exhaust to take necessary procurement<br />

action by DVC.<br />

4.110 The future requirement <strong>of</strong> general spares including insurance spares are to be assessed<br />

jointly by DVC & the party so that effective utilization <strong>of</strong> the same is ensured.<br />

4.200 Running / Routine Maintenance:<br />

4.201 Running / Routine Maintenance <strong>of</strong> all equipment connected with the Station Coal<br />

Handling System namely Track Hoppers with Paddle feeders, Mobile tripper cars,<br />

Compressors and Compressed Air system for opening / closing <strong>of</strong> BOBR wagons doors,<br />

belt conveyor system, discharge and transfer hoppers and chutes, Flap gates, RP gates,<br />

Electro Mechanical Vibrating feeders, Mechanical Vibrating feeders, Metal detectors, belt<br />

weighers, crushers and crusher house equipment, track hopper gratings, Reclaim Hoppers<br />

and coal Bunkers Gratings, Work related to Centralized Control Room and Pent House,<br />

Conveyor Gallery & Tunnel walk ways, Air Conditioning System, Dust extraction,<br />

31


Suppression and ventilation system, Traveling Stacker cum- Reclaimer <strong>No</strong>.1,2&3<br />

dewatering pumps in CHP area.<br />

4.202 To check, replace, refill oil, lubricants etc. greasing <strong>of</strong> bearings etc. <strong>of</strong> all the equipment <strong>of</strong><br />

the coal handling system including Gear boxes, hydro-couplings, Gear couplings etc. as<br />

and when required as per direction <strong>of</strong> the concerned Engineer. The application <strong>of</strong> grease as<br />

required will be done by hand or grease gun.<br />

4.203 Adjustment <strong>of</strong> conveyor belts for their proper and smooth running as per direction <strong>of</strong><br />

concerned Engineer, if necessary; belt fasteners are to be provided temporarily in conveyor<br />

belts as and when required for feeding coal into the bunkers. Belt fasteners will be<br />

supplied by D.V.C. free <strong>of</strong> cost.<br />

4.204. (i) Opening and checking the condition <strong>of</strong> all crusher materials i.e. Ring Hammers,<br />

Centre disc, End disc, suspension bars, shaft sleeves, Disc spacers, screw jack, crusher<br />

body along with bearing housing etc. Necessary repair / replacement <strong>of</strong> deformed above<br />

items <strong>of</strong> plate / Replacement <strong>of</strong> broken / worn out ring hammer as & when required along<br />

with replacement <strong>of</strong> complete set <strong>of</strong> ring hammers, greasing <strong>of</strong> crushers bearing on<br />

regular basis, adjustment <strong>of</strong> its sleeves, nuts, lock washers etc. as per direction <strong>of</strong> DVC<br />

Engineer –in-charge for smooth running <strong>of</strong> the crusher system.<br />

(ii) Opening& checking <strong>of</strong> Roller screens. Replacement <strong>of</strong> roll body, bearings liners<br />

and other accessories as required for smooth running <strong>of</strong> the roller screens.<br />

4.205 Replacement <strong>of</strong> all types <strong>of</strong> individual idler such as impact, troughing, return, self-aligning<br />

troughing and return idlers etc., if required along with associated frames bolts, nuts etc.<br />

Repair <strong>of</strong> twisted idlers frame & bracket if possible to reuse/ welding <strong>of</strong> self-aligning<br />

idlers block, replacement <strong>of</strong> bearings. Guide roller replacement and greasing etc. as per<br />

direction <strong>of</strong> DVC Engineer-in- Charge<br />

4.206 Repair / Replacement time to time <strong>of</strong> belt scrappers, skirt board, rubbers, damaged rubber<br />

<strong>of</strong> back side <strong>of</strong> skirt board to prevent spillage <strong>of</strong> coal Regular checking and<br />

repair/replacement whenever essential <strong>of</strong> deflector plate, liner plates& other components<br />

to be done immediately.<br />

4.207 Repair <strong>of</strong> damaged gratings at RH -1 to 5, bunker floor and track Hopper gratings along<br />

with replacement <strong>of</strong> the same if necessary. Necessary fabricated gratings for replacement<br />

will be supplied by DVC free <strong>of</strong> cost, but collection <strong>of</strong> the same from stores or site at<br />

MTPS and transportation to the work site will be under the Contractor’s scope.<br />

4.208 To ensure proper flow <strong>of</strong> coal through gratings <strong>of</strong> coal bunkers, RH -1 to 5, Track<br />

Hoppers, removal <strong>of</strong> arching in any one bunkers as well as other hoppers for proper flow<br />

<strong>of</strong> coal to maintain sustained and reliable generation.<br />

4.209 To ensure prompt functioning <strong>of</strong> pull cord, belt sway, zero speed switches, sequential<br />

tripping, flap gates etc. if any repair/ replacement work <strong>of</strong> these accessories is found<br />

necessary for smooth operation <strong>of</strong> the Plant, the same has to be done immediately within<br />

specific time as per direction <strong>of</strong> Engineer-in-Charge.<br />

4.210 Running/routine maintenance &overhauling <strong>of</strong> all the Fuel handling pumps in Fuel<br />

unloading station has to be done by the contractor as per advice <strong>of</strong> E.I.C. However the<br />

spares required shall be issued to the contractor free-<strong>of</strong>-cost.<br />

4.300 PREVENTIVE MAINTENANCE<br />

4.301 Conveyor Belts:<br />

32


a) Single jointing <strong>of</strong> belts by cold/ hot vulcanizing along with all associated job & patch<br />

repair to be done as per requirement and direction <strong>of</strong> Engineer –in –Charge.<br />

b) Double jointing by additional length <strong>of</strong> healthy belt not exceeding 20 mtrs is with in the<br />

scope <strong>of</strong> work, if required,& to be done after removing the damaged portion <strong>of</strong> that belt<br />

along with doing all associated jobs. <strong>No</strong> extra payment will be done.<br />

c) Patch repair <strong>of</strong> any portion <strong>of</strong> Conveyor belt by Cold vulcanizing/ belt fasteners to be done<br />

as per instruction <strong>of</strong> DVC Engineer –in- Charge.<br />

d) Restoration <strong>of</strong> snapped Conveyor belt will have to be done by the contractor as and when<br />

required after fulfilling all associated jobs in a shortest time possible.<br />

4.302 Pulleys:<br />

a) Pulleys are to be re-lagged, if the laggings are found worn out / damaged by removing the<br />

adhesive, sticking materials from the bare pulley shell.<br />

b) Lagging materials (10 mm/ 12 mm thick) is to be supplied by the contractor at their own<br />

cost as per the specification & make. Pulley lagging work has to be carried out in situ.<br />

c) Bearing <strong>of</strong> different pulleys are to be inspected & adjusted/ re-greased as required if<br />

required bearings are to be replaced before they fail. The supply <strong>of</strong> bearing for the<br />

replacement etc will be taken care by DVC.<br />

d) If the contractor engages any external agencies for specialized jobs time to time like<br />

vulcanizing <strong>of</strong> Conveyor belts, lagging <strong>of</strong> pulleys etc. prior approval from DVC’s<br />

competent authority has to be obtained. <strong>No</strong> extra payment will be done.<br />

4.303 Idlers:<br />

a) Free rotation <strong>of</strong> roller without noise <strong>of</strong> different idlers such as troughing idler, return idler,<br />

self-aligning troughing and return idlers, guide roller, impact idlers etc. have to be ensured<br />

and corrective measure will be taken at the earliest. Damaged roller will be replaced<br />

immediately. Rubber rings <strong>of</strong> impact idlers will be replace if the same is found in worn<br />

out/ damaged condition.<br />

b) Spillage <strong>of</strong> coal due to belt sway or belt snap surrounding the Idler frame shall be removed<br />

as and when required for maintenance <strong>of</strong> the system. Side guide-rollers have to be checked<br />

for free rotation and wear in case <strong>of</strong> self-aligning idlers.<br />

c) Free movement <strong>of</strong> rollers on central pivot <strong>of</strong> self-aligning carrying return idlers has to be<br />

ensured.<br />

d) If bearing lubrication is required, it has to be done in correct time and grade <strong>of</strong> lubricant as<br />

per lubrication chart and manufacturer’s recommendation as per direction <strong>of</strong> Engineer-in-<br />

Charge. Bearing has to be replaced before they fail. Bearing surrounding to be always kept<br />

free <strong>of</strong> dust.<br />

e) Rubber strips have to be checked visually at regular interval and worn-out strip has to be<br />

replaced and to ensure proper movement <strong>of</strong> counter weight & arm.<br />

33


4.304 Skirt Plate:<br />

a) The Skirt sealing rubber strip to be inspected for its gap with the belts.<br />

b) Worn-out rubber strip to be replaced.<br />

c) At regular interval the skirt supporting bolts should be tightened as and when required and<br />

adjustment <strong>of</strong> skirt through slot hole in the rubber to be done.<br />

d) The sealing rubber at the back <strong>of</strong> skirt plate should be inspected and worn-out back guard<br />

to be replaced as and when required.<br />

4.305 Discharge Coal Chute:<br />

a) Inspection <strong>of</strong> all chutes shall be done regularly after removal <strong>of</strong> coal dust etc. Worn-out /<br />

eroded mother plates <strong>of</strong> chutes should be replaced or temporary patch repaired as per<br />

instruction <strong>of</strong> Engineer-in-Charge as and when required.<br />

b) Accumulation <strong>of</strong> material on chute will be removed at regular interval.<br />

c) Eroded Liner plates <strong>of</strong> all chutes are to be removed in time and new one will be fixed as<br />

per existing arrangement with the drilled counter sunk hole necessary to accommodate<br />

suitable bolt. For this DVC will provide raw steel material only. Fabrication, drilling &<br />

other machining work have to be arranged by the contractor at their own cost as per<br />

instruction <strong>of</strong> Engineer-in-Charge. Electrodes <strong>of</strong> good quality and <strong>of</strong> standard<br />

manufacturers e.g. M/s. ESSAB, D&H, Advani Oerlikon Ltd, L&T has to be used.<br />

d) Deflector plates to be checked in regular interval & eroded plates to be replaced as and<br />

when required.<br />

4.306 Flap Gate:<br />

a) The gap between the flap gate and chute plates will be checked for its uniformity.<br />

b) Proper positioning and operation <strong>of</strong> travel limit switches will be checked and rectified if<br />

found faulty.<br />

c) Electrical actuator, flap gate shaft bearing and electric actuator support brackets will be<br />

greased as lubrication chart & proper operation to be ensured.<br />

d) Necessary repair/ replacement <strong>of</strong> its any part has to be one if required.<br />

4.307 Rack & Pinion Gate:<br />

a) All components <strong>of</strong> Rack and pinion gate to be checked for its proper alignment and trouble<br />

free operation, including greasing and replacement <strong>of</strong> bearings. Repair/ replacement work<br />

<strong>of</strong> its any part, if found necessary, have to be done immediately.<br />

b) Slide plate support rollers should be checked for its free rotation & if required,<br />

replacement to be done.<br />

4.308 Tripper Chute:<br />

34


Chutes and liners should be checked at regular intervals and worn-out / damaged liners &<br />

mother plate <strong>of</strong> the chute if necessary should be replaced. New liners, if required, to be<br />

replaced with drilled counter sunk hole to be fabricated & drilled by the party. Raw steel<br />

materials will be supplied by DVC free <strong>of</strong> Cost.<br />

4.309 Tripper Cars:<br />

a) The functioning <strong>of</strong> tripper cars should be checked regularly for its smooth running on the<br />

rails and regular maintenance will have to be carried out to ensure proper functioning <strong>of</strong><br />

its brake, drive unit, wheels, cable drum, bearing etc. Regular greasing, lubrication <strong>of</strong> the<br />

accessories should be done as per the manufacturer’s recommendation or as per direction<br />

<strong>of</strong> Engineer-in-Charge.<br />

b) Checking / replacement <strong>of</strong> gear box lub. Oil, coupling bolts, bushes, solenoid assembly,<br />

brake shoe etc. are to be done as per manufacturer’s recommendation or as per direction <strong>of</strong><br />

Engineer-in-Charge.<br />

c) If required, damaged gear box, axle wheel, wheel bearings & other components shall be<br />

replaced. Necessary spares will be supplied by DVC free <strong>of</strong> cost.<br />

d) Any spares if required for the Tripper cars for its repairing / replacement are to be done.<br />

4.310 Various Gear Units:<br />

a) The quantity <strong>of</strong> oil in the gear unit should be inspected periodically and maintained strictly<br />

as per the given normal oil level mark.<br />

b) Checking <strong>of</strong> alignment to be done as per the manufacturer’s recommendation or<br />

instruction <strong>of</strong> the Engineer-in-Charge.<br />

c) Oil seals should be checked during the period <strong>of</strong> maintenance and in case <strong>of</strong> any oil<br />

leakage found from that gear box, it will have to be rectified / replaced immediately.<br />

d) The hold back system, input shaft out put shaft, bearing, pinion etc. should have to be<br />

checked for its proper functioning and any replacement if found necessary, has to be done.<br />

e) Checking <strong>of</strong> various gear unit and greasing <strong>of</strong> gear couplings <strong>of</strong> any drive system shall be<br />

done as and when required.<br />

f) Transportation <strong>of</strong> spares store to site will be the responsibility <strong>of</strong> the contractor. Necessary<br />

replacement <strong>of</strong> bearings in –situ for gear boxes to be done by the contractor.<br />

4.311 Fluid Coupling:<br />

a) The oil tightness <strong>of</strong> the filling plug <strong>of</strong> fluid coupling should be checked and rectified as<br />

and when required. Necessary repair work in case <strong>of</strong> any oil leakage should be done as per<br />

DVC Engineer-in-Charge.<br />

b) Proper alignment <strong>of</strong> the components <strong>of</strong> the fluid coupling should be checked and rectified<br />

as and when required.<br />

c) The fusible plug <strong>of</strong> the fluid coupling should be replaced as and when required.<br />

35


d) De-coupling and coupling <strong>of</strong> fluid coupling equipment are to be done for trial run <strong>of</strong><br />

motor, rubber block insertion <strong>of</strong> proper functioning.<br />

e) Oil topping or replacement <strong>of</strong> oil in fluid coupling to be done as per requirement<br />

/schedule.<br />

f) Replacement along with repair/maintenance <strong>of</strong> any fluid coupling by disassembly and<br />

assembly in any conveyor belt drive system including that for Ring Granulators fluid<br />

coupling may be required to be done if necessary. Transportation <strong>of</strong> the spares from DVC<br />

store to site to Machine Shop is the reasonability <strong>of</strong> the contractor.<br />

4.312 Paddle Feeder:<br />

a) Removal <strong>of</strong> Technological wastes from the paddle feeder cars and its auxiliary system to<br />

be done as per direction <strong>of</strong> Engineer-in-Charge.<br />

b) Checking/ replacement <strong>of</strong> oil / grease etc. <strong>of</strong> various drives as per recommendation <strong>of</strong> the<br />

manufacturer’s or instruction <strong>of</strong> Engineer-in-Charge.<br />

c) Regular monitoring <strong>of</strong> various bearings <strong>of</strong> paddle wheel drive, travel drive etc. and their<br />

replacement before they fail.<br />

d) Checking / replacement <strong>of</strong> oil seal, brake, coupling, bolts and bushes <strong>of</strong> its various drives/<br />

wheels to be done as and when required.<br />

e) Regular checking and keeping ready for operation <strong>of</strong> eddy current drives <strong>of</strong> each paddle<br />

feeder (total 4 <strong>No</strong>s.) including checking <strong>of</strong> electronics controller and associated electrical<br />

circuits and rectification <strong>of</strong> the fault if appears.<br />

f) Replacement <strong>of</strong> any defective part by suitable spares and / or repairing <strong>of</strong> any specific<br />

component if required have to be done. This will also include replacement & fitting <strong>of</strong><br />

gear boxes as and when required.<br />

g) Checking / replacement <strong>of</strong> paddle feeder blades to be done in regular interval as and when<br />

required.<br />

4.313 In Line Magnetic Separator:<br />

Regular monitoring <strong>of</strong> various equipment related to magnetic separator such as head belt,<br />

pulley, bearings, gear box, chains & allied electrical system etc. should be carried out and<br />

maintenance with necessary replacement <strong>of</strong> parts to be done as and when required.<br />

4.314 Sump Pumps (Total nine 9 nos Sump pumps including that in In-motion weigh bridge)<br />

a) Performance <strong>of</strong> the pump to be monitored and if required, replacement <strong>of</strong> bearings, seal,<br />

pump, impeller, pump shaft, coupling, bushes, motors etc. are to be done immediately as<br />

per direction <strong>of</strong> Engineer-in- Charge.<br />

b) Greasing <strong>of</strong> bearings as per requirement.<br />

c) Removal <strong>of</strong> Technological wastes from sump pump pits as and when required.<br />

4.315 Dust Extraction Ventilation & Suppression System:<br />

36


a) For maintenance <strong>of</strong> the various related equipment <strong>of</strong> the system, Necessary removal <strong>of</strong><br />

Technological waste to be done as per direction <strong>of</strong> Engineer-in-Charge as and when<br />

required. Regular monitoring <strong>of</strong> the performance <strong>of</strong> various accessories, drives etc. and<br />

proper replacement action will be taken for reliable and smooth running <strong>of</strong> the system.<br />

b) Replacement/ repairing <strong>of</strong> the items like drive belt, bearings, couplings, fan, motor, duct &<br />

casing, pump impeller, suction & discharge pipe line along with spray valves and nozzles<br />

etc. have to be done as and when required.<br />

c) Water spraying in coal yards, reclaim and track hoppers by fire water hoses and nozzles<br />

whenever necessary to arrest coal dust emission.<br />

4.316 Metal detector:<br />

Regular monitoring <strong>of</strong> metal detector and allied electrical system has to be carried out and<br />

to take preventive measures as per recommendation <strong>of</strong> the manufacturer.<br />

4.317 Crusher (Ring Granulator):<br />

a) Removal <strong>of</strong> Technological wastes for maintenance, upkeepment <strong>of</strong> equipment including<br />

bearing etc. to be done.<br />

b) Bearing to be lubricated as per recommendation <strong>of</strong> the manufacturer and to be replaced, if<br />

required, along with the pillow block before they fail. Replacement <strong>of</strong> individual or <strong>of</strong><br />

complete set <strong>of</strong> ring hammers is to be done as and when required.<br />

c) Time to time balancing <strong>of</strong> ring hammers to be done, if required, as per instruction <strong>of</strong><br />

Engineer-in-Charge.<br />

d) Replacement/ repair/ alignment <strong>of</strong> all internal parts, suspension bars, breaker plates, cage<br />

screen, tramp iron pocket, kick <strong>of</strong> plate, crusher body, crusher shaft new or repaired, centre<br />

disc, end disc, shaft sleeve, spacer etc. to be done, if required as per manufacturer’s<br />

recommendation or direction <strong>of</strong> the Engineer-in-Charge. Necessary Transportation <strong>of</strong><br />

spares / equipment from store/ site/ Machine shop for execution <strong>of</strong> above job will be under<br />

scope <strong>of</strong> contracts at no extra cost to DVC.<br />

4.318 Vibro -feeders:<br />

a) Replacement <strong>of</strong> damaged / worn – out liner plates should be done in time as per direction<br />

<strong>of</strong> DVC Engineer-in-Charge by providing drilled counter sunk hole matching with mother<br />

plate hole.<br />

b) Preventive maintenance <strong>of</strong> all the associated equipment i.e., drives, gear box, exciter and<br />

allied mechanical, electrical system etc. are to be taken up as per manufacture’s<br />

recommendation or direction <strong>of</strong> the Engineer-in-Charge.<br />

4.319 Coal Sampler:<br />

Preventive maintenance and necessary repair work <strong>of</strong> all the associated equipment <strong>of</strong> coal<br />

sampler unit including electrical system etc. are to be taken as per manufacturer’s<br />

recommendation or direction <strong>of</strong> the Engineer-in-Charge.<br />

37


4.320 Belt Weighers :<br />

a) Necessary preventive maintenance (mechanical) has to be taken as per manufacturer’s<br />

recommendation or direction <strong>of</strong> Engineer-in-Charge.<br />

b) Calibration at regular interval as recommended by the manufacturer have to be done.<br />

Expenditure thus incurred towards calibration <strong>of</strong> belt weighers will be borne by DVC at<br />

actual against documentary evidence.<br />

c) Repair/ replacement <strong>of</strong> components <strong>of</strong> belt weighers shall be done by the Contractor as per<br />

advice <strong>of</strong> the manufacturer’ representative / Engineer-in-Charge <strong>of</strong> DVC. Necessary spares<br />

will be supplied by DVC.<br />

4.321 Compressors in Track hopper area:<br />

a) Checking/ replacement <strong>of</strong> lubricants as per recommendations <strong>of</strong> manufacturers or<br />

instruction <strong>of</strong> Engineer-in-charge.<br />

b) Replacement <strong>of</strong> any defective part by suitable spare and /or repairing <strong>of</strong> any specific<br />

component if required have to be done.<br />

c) Any work, minor or major including overhauling for satisfactory performance <strong>of</strong> the<br />

compressed air system terminating at the common header near Track hopper area shall<br />

have to be carried out by the contractor at their own cost. However all components/spares<br />

for such job shall be supplied by DVC free <strong>of</strong> cost.<br />

4.322 Removal old and used unserviceable spares.<br />

Replaced old and used unserviceable spares & scraps at C.H.P. area is to be shifted from<br />

CHP area to the store, MTPS with their own arrangement at no extra cost to DVC.<br />

4.323 Various other activities:<br />

a) Mobile Tripper Car Operation:<br />

Coals are to be fed in all the bunkers <strong>of</strong> running units as per direction <strong>of</strong> In charge <strong>of</strong><br />

PLC/Shift-in-charge & also have to take care <strong>of</strong> its allied system operation like Conveyor<br />

Belts, Gear boxes, Mobile tripper Cars etc.<br />

Necessary infrastructure is to be provided in Paddle feeder, S&Rs, Mobile Tripper Cars<br />

operation as and when required for both systems in operation. However, it will depend on<br />

DVC’s discretion to instruct the contractor to engage the infrastructure in other areas <strong>of</strong><br />

maintenance (Mech.) and it will be binding for contractor to follow accordingly.<br />

b) Poking/Breaking <strong>of</strong> lump coal:<br />

In every shift cleaning <strong>of</strong> the Reclaim Hopper gratings is to be done. Boulders and other<br />

foreign materials are to be removed immediately from gratings and breaking <strong>of</strong> over sized<br />

coal including poking through the gratings for reuse is to be done. The rejects/foreign<br />

materials, Boulders etc. will have to be removed at a considerable distance from Reclaim<br />

Hopper gratings as per direction <strong>of</strong> Engineer-In-Charge.<br />

38


c) Paddle feeder operation.<br />

Coals are to be fed in the Conveyor belt 1A/1B or conv 9A/9B as per direction <strong>of</strong> In<br />

charge <strong>of</strong> PLC by controlling the speed <strong>of</strong> paddle feeder blades. To meet the Power House<br />

requirement sometimes two (2) paddle feeders on both the conveyor system 1A/1Bor<br />

9A/9B may be required to put into normal operation simultaneously as per direction <strong>of</strong> In-<br />

Charge <strong>of</strong> PLC/Shift-In- Charge.<br />

4.324 SCOPE OF WORK ELECTRICAL MAINTAINENCE WORK<br />

I. For unit#1 to 4<br />

a. Attending the breakdown <strong>of</strong> all electrical equipments in Coal Handling Plant round the<br />

clock and on emergency basis including Rack in- Rack out <strong>of</strong> LT & HT Breakers. The list<br />

<strong>of</strong> important equipments (Electrical) <strong>of</strong> CHP is given at Annexure – V.<br />

b. Maintenance <strong>of</strong> HT Breakers (6.6 KV shall include checking / filing up <strong>of</strong> gas,<br />

rectification <strong>of</strong> Gas leakage in interrupter pole by replacing ‘O’ rings. Replacement <strong>of</strong><br />

pole, checking/replacement <strong>of</strong> spares, checking/rectification <strong>of</strong> spring charging/ tripping/<br />

closing mechanism, checking/ rectification <strong>of</strong> control circuit, checking <strong>of</strong> IR value,<br />

cleaning etc. Preventive and breakdown maintenance <strong>of</strong> HT breaker(6.6KV) vacuum<br />

circuit breaker shall include checking the vacuum, replacement <strong>of</strong> looks, checking/<br />

replacement <strong>of</strong> spares, checking/ rectification <strong>of</strong> spring charging/ tripping/ closing<br />

mechanism, checking/ rectification <strong>of</strong> control circuit, checking <strong>of</strong> IR value, cleaning etc.<br />

c. Maintenance <strong>of</strong> 6.6 KV Bus PT, Line PT Lighting arrestor panel including, checking/<br />

rectification <strong>of</strong> control circuit, checking/ replacement <strong>of</strong> spares etc.<br />

d. Maintenance <strong>of</strong> LT Beakers, MCC Panels including checking/ rectification <strong>of</strong> mechanism,<br />

checking/ replacement <strong>of</strong> spares, checking/ rectification <strong>of</strong> control circuit, cleaning <strong>of</strong><br />

Breaker panel etc.<br />

e. Maintenance <strong>of</strong> 6.6 KV/ 415V Bus bar including cleaning, heating, checking/ replacement<br />

<strong>of</strong> Bus bars, support insulator etc. in case <strong>of</strong> breakdown.<br />

f. Maintenance/ overhauling <strong>of</strong> HT/ LT Motors limited to opening <strong>of</strong> motor armature up to<br />

replacement <strong>of</strong> bearing, checking <strong>of</strong> bearing and refitting, greasing <strong>of</strong> bearing, cleaning <strong>of</strong><br />

cooling ducts, checking <strong>of</strong> IR value, heating <strong>of</strong> motor in order to improve IR value,<br />

checking/ repairing <strong>of</strong> RTD, BTD, Local temperature gauge, etc. repairing <strong>of</strong> motor leads,<br />

socketing, glanding and termination <strong>of</strong> cables.<br />

g. Preventive & breakdown maintenance <strong>of</strong> the electrical drives including electrical control<br />

circuits, local control station, remote control panel <strong>of</strong> all the conveyor belts, tripper car,<br />

paddle feeder, Vibro feeder, sump pumps, flap gate, RPG, Pull cord, Zero speed, Belt<br />

sway switches, In line magnetic separator, Belt weighers, Ventilation and suppression<br />

system, Coal sampler, Compressor house etc, including replacement <strong>of</strong> spares.<br />

h. Cable maintenance including cable jointing by suitable jointing kits for HT, LT, Flexible<br />

Cables (jointing kits will be supplied by DVC), dressing <strong>of</strong> cable, termination <strong>of</strong> cable<br />

with suitable gland etc.<br />

i. Maintenance <strong>of</strong> lighting system <strong>of</strong> entire CHP are included street light in and around CHP<br />

area, street light and area lighting <strong>of</strong> oil unloading bay, Oil unloading pump house, area<br />

39


lighting in-motion weigh bridge peripheral lighting <strong>of</strong> old and road way bridge. Power<br />

lighting no: 1 to8 <strong>of</strong> CHP and <strong>No</strong>: 24 and <strong>No</strong>:26 <strong>of</strong> other area, cable gallery, conveyor belt<br />

gallery, TP points, CHP Control room building etc., arrangement <strong>of</strong> temporary lighting,<br />

welding machine connection, maintenance <strong>of</strong> welding receptacles. Provision <strong>of</strong> temporary<br />

power for welding machine and lighting are under Contractors’ scope <strong>of</strong> work.<br />

j. Transportation <strong>of</strong> LT, HT motors and its equipments, Gas and spares, from site to site or<br />

from Stores to Site for maintenance work.<br />

k. The PLC system at CHP Control Room and remote PLC panel at TP-5, field contacts <strong>of</strong><br />

PLC system at all equipment level, are to be maintained by the contactor. Fault finding<br />

and rectification <strong>of</strong> all type <strong>of</strong> problem in PLC system including modification <strong>of</strong> ladder<br />

logic, replacement <strong>of</strong> hardwire are included in the scope <strong>of</strong> work. Necessary spares will be<br />

supplied by DVC.<br />

l. Control and Power circuit modification may be required and the same may be<br />

incorporated in consultation with Engineer-in- Charge.<br />

m. Cleaning and removal <strong>of</strong> Technical waste from different electrical panels and its<br />

associated floor and room, different drives, cable gallery, cable trench, etc., on regular<br />

basis.<br />

n. Preventive maintenance like tightness checking <strong>of</strong> terminal greasing <strong>of</strong> bearing, filling <strong>of</strong><br />

lubrication oil, cleaning <strong>of</strong> ducts, painting <strong>of</strong> surface (Paint will be supplied by DVC free<br />

<strong>of</strong> cost) for panel and electrical drives only as and when required. Removal <strong>of</strong> dust by<br />

blower and vacuum cleaner.<br />

o. Laying <strong>of</strong> power cable: - Scope <strong>of</strong> work is limited to laying <strong>of</strong> Power cable up to the size<br />

<strong>of</strong> 3 Core 185 mm 2 , 1100 volts insulation grade and 200 meter in length. However laying<br />

<strong>of</strong> Control cable <strong>of</strong> any size and any length, earth work, dewatering, removal <strong>of</strong> earth hip if<br />

required for laying <strong>of</strong> cable will come under the scope <strong>of</strong> work.<br />

p. Breakdown and preventive maintenance <strong>of</strong> different AC and DC drives <strong>of</strong> stacker- cum-<br />

Reclaimer 1 & 2 and its associated switch gear, MCC panel, Frequency converter panel,<br />

Thyristor converter panel, related control circuit, Local Control station, Operator’s Control<br />

cubicle, cable reeling drums, different limit switch, position switch, Hydraulic System,<br />

Thyristor break assembly, lighting system, Communication, Power distribution system,<br />

Distribution transformer etc.<br />

q. Breakdown and preventive maintenance <strong>of</strong> Belt weighers system. It includes regular<br />

cleaning, checking <strong>of</strong> the system as per manufacturer’s recommendation, Fault detection,<br />

repair, replacement <strong>of</strong> component as and when necessary as per directives <strong>of</strong> manufacturer<br />

or Engineer-in-Charge. Calibration checking <strong>of</strong> the weighing system as and when<br />

necessary.<br />

r. DVC may engage the manufacturer for cross checking <strong>of</strong> the calibration as and when felt<br />

necessary. Deputation charge for such visit will be borne by DVC. In all other cases the<br />

deputation charge for Service Engineer from the manufacturer should be borne by the<br />

Contractor.<br />

s. Breakdown and preventive maintenance <strong>of</strong> sump pump motors and its associated control<br />

panels.<br />

40


t. The work, which has not been covered above but is to be carried out for normalization and<br />

smooth running <strong>of</strong> plant, is to be done by the Contractor as per direction <strong>of</strong> the Engineerin-Charge.<br />

u. DVC has also the right to engage any external agency including manufacturer <strong>of</strong> different<br />

equipments if it is observed that the agency is not capable to set right any fault / or not<br />

taking up the job in time during execution <strong>of</strong> maintenance work. The expenditure against<br />

deputation <strong>of</strong> external agency will be deducted from the monthly running bill <strong>of</strong> AMC.<br />

v. During execution <strong>of</strong> the contract if it is noticed that the contractor is not capable and<br />

sufficient to take up the specialized Electrical / C&I maintenance work, DVC has the right<br />

to engage competent agency at the cost and risk <strong>of</strong> the contractor. Decision <strong>of</strong> DVC in this<br />

regard is final and binding upon the contractor.<br />

w. Electrical supervisors shall be posted in each shift <strong>of</strong> CHP, U #1 to 4 exclusively to take<br />

care the followings:<br />

i) To supervise the safety matters related to Electrical operation & maintenance works.<br />

ii) To supervise the electrical maintenance job.<br />

iii) To ensure the blocking <strong>of</strong> power before shutdown <strong>of</strong> equipments & restoration <strong>of</strong> the same<br />

after return <strong>of</strong> permit to work card.<br />

x. Exclusion(Unit 1 to 4):<br />

Maintenance <strong>of</strong> package Air Conditioning system at CHP control room building.<br />

II. For Unit#5& 6:<br />

i) Attending the breakdown <strong>of</strong> all electrical equipment in Coal Handling Plant round-theclock<br />

and on emergency basis including Rack-in-Rack out <strong>of</strong> LT & HT Breakers. The list <strong>of</strong><br />

important equipment (electrical) <strong>of</strong> CHP is given at Annexure-V.<br />

ii) Preventive and breakdown Maintenance <strong>of</strong> HT breaker (6.6 KV) vacuum circuit breaker<br />

shall include checking the vacuum. Replacement <strong>of</strong> poles, checking/replacement <strong>of</strong> spares,<br />

checking/Rectification <strong>of</strong> spring charging/ Tripping/ Closing Mechanism, Checking/<br />

Rectification <strong>of</strong> Control Circuit, Checking <strong>of</strong> IR valve, Cleaning etc.<br />

iii) Maintenance <strong>of</strong> 6.6 KV Bus P.T., Line PT, Lightning arrestor panel including,<br />

checking/rectification <strong>of</strong> Control Circuit, Checking/Replacement <strong>of</strong> spares etc.<br />

iv) Preventive and breakdown Maintenance <strong>of</strong> L.T. breaker, MCC panels including<br />

checking/rectification <strong>of</strong> mechanism, checking/replacement <strong>of</strong> spares, checking/rectification<br />

<strong>of</strong> control circuit, cleaning <strong>of</strong> breaker, panel etc.<br />

v) Maintenance <strong>of</strong> 6.6 KV/415V Bus bar including cleaning, Heating, Checking/ Replacement<br />

<strong>of</strong> Bus bars, support insulator etc. in case <strong>of</strong> break down.<br />

vi) Maintenance/overhauling <strong>of</strong> H.T./LT motors limited to opening <strong>of</strong> motor armature up to<br />

replacement <strong>of</strong> bearing, Checking <strong>of</strong> bearing and refitting, Greasing <strong>of</strong> bearing, Cleaning <strong>of</strong><br />

cooling ducts, checking <strong>of</strong> I.R. value, Heating <strong>of</strong> motor in order to improve I.R. value.<br />

Checking/Repairing <strong>of</strong> RTD, BTD, Local Temp gauge, checking <strong>of</strong> vibration etc. repairing <strong>of</strong><br />

motor leads, socketing, glanding and termination <strong>of</strong> cables.<br />

41


vii) Preventive and break down maintenance <strong>of</strong> the Electrical drives including<br />

checking/rectification <strong>of</strong> Electrical Control Circuit, local control station, remote control panel<br />

<strong>of</strong> all the conveyor belts, tripper car, paddle feeder, Vibro feeder, sump pumps, flap gate,<br />

RPG, Pull cord, Zero speed, Belt sway switches, Inline magnetic separator, Belt weighers,<br />

Metal detector, Dust Extraction, ventilation and suppression system, coal sampler, water<br />

supply system, scoop coupling panel, compressor motor, hooter, hoist, brakes etc. including<br />

replacement <strong>of</strong> spares. Spares will be supplied by DVC free <strong>of</strong> cost.<br />

viii) Cable maintenance including cable jointing by suitable jointing kits for H.T., L.T.,<br />

flexible cables, (jointing kits will be supplied by DVC), dressing <strong>of</strong> cable, Glanding,<br />

termination <strong>of</strong> cable etc.<br />

ix) Maintenance <strong>of</strong> lighting system <strong>of</strong> entire CHP area including street light in and around<br />

CHP area, cable gallery, conveyor belt gallery, T.P. Points, CHP Control room building<br />

RH3,RH4,RH5,MCC Room # 1, MCC Room # 2 MCC Room # 3 ,Track hopper, Bunker<br />

floor, Crusher house, compressor room, service cooling water room etc. Tower lighting <strong>of</strong><br />

different area in CHP, arrangement <strong>of</strong> temporary lighting, welding machine connection,<br />

maintenance <strong>of</strong> welding receptacles. Provision for temporary power for welding machine and<br />

lighting are under contractor’s scope <strong>of</strong> work.<br />

x) Transportation <strong>of</strong> L.T., H.T., motors and its equipment and spares from site to site or from<br />

stores to site for maintenance work.<br />

xi) Field contacts <strong>of</strong> PLC system at all equipment level , CHP control room remote PLC panel<br />

at MCC # 1,MCC#3,Stacker cum reclaimer, Paddle feeder etc. are to be maintained by the<br />

contactor.<br />

xii) Control and power circuit modification may be required and the same may be<br />

incorporated in consultation with Engineer-in-Charge.<br />

xiii) Cleaning and removal <strong>of</strong> technical waste from different electrical panels and its<br />

associated floor & room, different drives, cable gallery, cable trench, etc. on regular basis.<br />

xiv) Preventive maintenance like tightness <strong>of</strong> terminal, Greasing <strong>of</strong> bearing, filling <strong>of</strong><br />

lubrication oil, Cleaning <strong>of</strong> duct, Painting <strong>of</strong> surface (Paint will be supplied by DVC free <strong>of</strong><br />

cost) for panel and electrical drives only as and when required. Removal <strong>of</strong> dust by blower and<br />

vacuum cleaner.<br />

xv) Laying <strong>of</strong> power cable: The scope <strong>of</strong> work is limited to laying <strong>of</strong> power cable up to the<br />

size <strong>of</strong> 3 crore 185 mm 2 , 1100 volts insulation grade and 200 meter in length. However laying<br />

<strong>of</strong> control cable <strong>of</strong> any size and any length, earthwork, dewatering, removal <strong>of</strong> earth hip if<br />

required for laying <strong>of</strong> cable will come under the scope <strong>of</strong> work.<br />

xvi) Breakdown and Preventive maintenance <strong>of</strong> different AC and DC drives <strong>of</strong> stacker-cumreclaimer<br />

<strong>of</strong> unit # 5 & 6 and its associated switchgear, MCC Panel, Frequency converter<br />

panel, Thyristor converter panel, related control circuit, Local Control station, Operator’s<br />

Control cubicle, cable reeling drums, different limit switch, position switch, Hydraulic system.<br />

Thyristor break assembly, Lighting system, Communication, Power distribution system,<br />

Distribution transformer etc.<br />

xvii) Breakdown and preventive maintenance <strong>of</strong> Belt weighers system. It includes regular<br />

cleaning, checking <strong>of</strong> the system as per manufacturer’s recommendation Fault detection,<br />

42


epair, replacement <strong>of</strong> component as and when necessary as per directives <strong>of</strong> manufacturer or<br />

Engineer-in-Charge. Calibration checking <strong>of</strong> the weighing system as and when necessary.<br />

xviii) DVC may engage the manufacturer for cross checking <strong>of</strong> the calibration as and when<br />

felt necessary. Deputation charge for such visit will be borne by DVC. In all other cases the<br />

deputation charge for Service Engineer from the manufacturer should be borne by the<br />

Contractor.<br />

xix) Maintenance <strong>of</strong> 220 V Battery charger & Battery cell including topping up <strong>of</strong> distil water<br />

in battery cells, measuring <strong>of</strong> specific gravity & voltage <strong>of</strong> cell, checking/Replacement <strong>of</strong><br />

spares, checking/rectification <strong>of</strong> control circuit, cleaning <strong>of</strong> battery cell & its contact, charging<br />

and discharging <strong>of</strong> battery cell.<br />

xx) The work which has not been covered above but is to be carried out for normalization and<br />

smooth running <strong>of</strong> plant, is to be done by the Contractor as per direction <strong>of</strong> Engineer-in-<br />

Charge.<br />

xxi) DVC has also the right to engage external agency including manufacturer if it is observed<br />

that the agency is not capable to set right any fault /or not taking up the job in time during<br />

execution <strong>of</strong> maintenance work. The expenditure against that work will be deducted from their<br />

bill <strong>of</strong> AMC.<br />

xxii) Maintenance <strong>of</strong> Distribution Transformer including changing <strong>of</strong> silica gel, topping <strong>of</strong><br />

transformer oil, checking <strong>of</strong> tightness <strong>of</strong> terminal in bus duct, HT & LT Chamber, panel etc,<br />

testing <strong>of</strong> transformer, replacement <strong>of</strong> HT & LT bushing etc. silica gel & transformer oil will<br />

be supplied by DVC.<br />

xxiii) Operation <strong>of</strong> Elevators installed at crusher house and TP # 12 by competent person<br />

having experienced in lift, elevators etc.<br />

xxiv) During execution <strong>of</strong> the contract if it is noticed that the contractor is not capable and<br />

sufficient to take up the specialized Electrical/ C&I maintenance work, DVC has the right to<br />

engage competent agency at the cost and risk <strong>of</strong> the contractor. Decision <strong>of</strong> DVC in this regard<br />

is final and binding upon the contractor.<br />

xxv) Electrical supervisors shall be posted in each shift <strong>of</strong> CHP , U #5 & 6 exclusively to take<br />

care the followings:<br />

a) To supervise the safety matters related to Electrical operation & maintenance works.<br />

b) To supervise the electrical maintenance job.<br />

c) To take care the tit bits problem related to PLC system operation.<br />

d) To ensure the blocking <strong>of</strong> power before shutdown <strong>of</strong> equipments & restoration <strong>of</strong> the same<br />

after return <strong>of</strong> permit to work card.<br />

xxvi) Exclusion (Unit 5& 6):<br />

i) Maintenance <strong>of</strong> PLC system.<br />

ii) Maintenance <strong>of</strong> UPS.<br />

iii) Maintenance <strong>of</strong> Package AC system.<br />

III. Special Condition for the Scope <strong>of</strong> Work for Electrical maintenance jobs (Unit 1 to 6):<br />

During execution <strong>of</strong> contract if it is found that contractor is not engaging required manpower<br />

or the manpower engaged by the contractor if not competent enough for the maintenance jobs,<br />

43


then DVC has the right to depute the required manpower at the cost & risk <strong>of</strong> the contractor.<br />

Decision <strong>of</strong> DVC in this regard will be final & binding to the contractor.<br />

4.325 Operation& maintenance <strong>of</strong> Stacker cum reclaimer:<br />

a) Operation <strong>of</strong> 03 <strong>No</strong>s. Traveling Stacker-cum-Reclaimer in by pass mode, stacking<br />

mode, reclaiming mode, long travel <strong>of</strong> S&R and slew operation <strong>of</strong> Boom Conveyor<br />

as per requirement to be done. Maintenance <strong>of</strong> associated equipment/ components<br />

<strong>of</strong> S&R have also to be carried out. All electrical equipment in connection with<br />

S/R #1, 2& 3 are to be maintained with all proclaims. Electrical troubles in Power<br />

circuit and Control circuit are to be attended and rectified.<br />

b) The maintenance <strong>of</strong> S&R means replacement/ repairing <strong>of</strong> all sub parts <strong>of</strong> S&R<br />

with necessary spares, to be supplied by DVC as and when required.<br />

c) Maintenance <strong>of</strong> Rail track <strong>of</strong> S&R # 1, 2& 3 for long travel movement as per<br />

standard recommended by the manufacturer by suitable ballast packing, replacing<br />

missing nuts, bolts and clits. Necessary spares will be provided by DVC. Supply <strong>of</strong><br />

Ballast <strong>of</strong> desire grade/ quality shall be arranged by DVC at DVC’s cost. The<br />

quantity and quality <strong>of</strong> ballast will be decided in consultation with DVC Engineerin-Charge<br />

and Civil wing.<br />

4.326 Breakdown Maintenance :<br />

The Contractor shall be well equipped with all required infrastructural resources to take up<br />

immediate Maint. Work in the event <strong>of</strong> forced outage <strong>of</strong> any equipment in Coal Handling<br />

Plant and they have to restore the system to its normalcy. The jobs may have to be taken<br />

up at any time <strong>of</strong> the day even during odd hours and have to be completed at the earliest<br />

within time frame fixed by DVC considering all ground realities.<br />

4.327 Operational support to run CHP <strong>of</strong> unit#5&6:<br />

Operational support to run CHP in 3-shift duty has to be provided. All transfer points,<br />

driving end <strong>of</strong> conveyors, Vibro-feeders, crushers, belt feeders, roller screen, hydro<br />

coupling scoop etc are to be covered for smooth operation <strong>of</strong> the system. Any abnormality<br />

in running parameters should be intimated to Shift Charge Engineer immediately. Running<br />

<strong>of</strong> cooling water pumps, dust suppression pumps, sump pumps, ventilation fans etc are to<br />

be done by the shift personnel. Cleaning <strong>of</strong> filters, cleaning <strong>of</strong> adjacent areas are the<br />

responsibility <strong>of</strong> the shift personnel. Topping up <strong>of</strong> oil in gear box and hydro coupling tank<br />

are to be done in the shift. Feeding coal to the bunkers for maintaining sustained full load<br />

<strong>of</strong> the unit by running conveyor system either from track hopper or reclaim hopper shall<br />

have to be taken care <strong>of</strong> by the Contractor in consultation with Shift Charge Engineer.<br />

4.327 Other Incidental Scope <strong>of</strong> Work:<br />

a) The list <strong>of</strong> major equipment/ system <strong>of</strong> CHP under the Contractor’s scope <strong>of</strong> work is<br />

shown in Annexure-II. Any other requirement <strong>of</strong> activity under execution which have not<br />

been envisaged/ covered above but are essential for satisfactory performance <strong>of</strong> both<br />

CHP& Stacker-cum- Reclaimer. Paddle feeders & its allied system operation shall be<br />

deemed to have been included within the scope <strong>of</strong> work without any additional cost burden<br />

to DVC.<br />

44


) All tools, tackles viz., chain-pulley block, lifting equipment, winch, wire rope, sling etc.<br />

have been valid tested & Approval Certificate from competent Agency including welding<br />

machines and tested welders, providing safety appliances as required as per statutory rules<br />

will have to be arranged by the Contractor. Consumable items as per the approved brand/<br />

manufacturer viz. Electrodes, DA & Oxygen gas, Markin cloth, cotton wastes, hold-tite,<br />

belt jointing adhesive, petrol, diesel, CRC, CTC, soldering lugs pretape, different sealing<br />

compound, different soap, soap solution etc. required for execution <strong>of</strong> the job are to be<br />

arranged by the Contractor. The list <strong>of</strong> T&P items to be arranged by the Contractor before<br />

start up <strong>of</strong> the contract is annexed as Annexure-III& IV.<br />

c) To and fro transportation <strong>of</strong> materials between work site to site store, M/C shop, work<br />

shop etc are to be arranged by the Contractor at his won cost/ responsibility.<br />

d) Truck/ other heavy vehicles/equipments as and when required for execution <strong>of</strong> various<br />

activities as per scope <strong>of</strong> work have to be arranged by the Contractor at his own cost and<br />

responsibility.<br />

e) If the existing electric hoist at different locations be found inoperative at the moment <strong>of</strong><br />

the work, the Contractor either will have to repair or will have to arrange for some<br />

alternative arrangement for which no extra claim will be entertained by DVC.<br />

f) To provide operation assistance also in CHP area in case <strong>of</strong> urgency as and when required<br />

as per direction <strong>of</strong> DVC Engineer-in-Charge as mutually agreed basis.<br />

g) The contractor may <strong>of</strong>fload part <strong>of</strong> his work to any other agency subject to prior approval<br />

<strong>of</strong> DVC, MTPS competent authority and the competency <strong>of</strong> the agency proposed will be<br />

judged by DVC authority and the decision in this regard <strong>of</strong> DVC authority will be final &<br />

binding to the party.<br />

h) All technological wastes, which will be generated in course <strong>of</strong> preventive, running,<br />

breakdown maintenance or any extra work scheduled or unscheduled will have to be<br />

removed as per direction <strong>of</strong> DVC Engineer-in-Charge.<br />

i) The Contractor has to submit monthly reconciliation statement in respect <strong>of</strong> spares,<br />

consumables etc. (supplied by DVC).<br />

j) In case <strong>of</strong> any confusion for any clause <strong>of</strong> the W.O. on technical matters the interpretation<br />

<strong>of</strong> authorized representative <strong>of</strong> user section would be final and shall be binding to the<br />

party.<br />

k) Party has to ensure proper electrical related men with proper license for handling all<br />

activities related to Power blocking/restoring etc.<br />

l) If any damage is done to DVC property by the Contractor for negligence <strong>of</strong> work, DVC<br />

will have the right to get the value recovered from the party.<br />

m) In-house repair/refurbishment through new spares, cannibalization with others for any<br />

equipment/components/assemblies/ sub-assembly may be essential for satisfactory<br />

execution <strong>of</strong> day to day activities <strong>of</strong> the Plant. Decision <strong>of</strong> appropriate authority <strong>of</strong> DVC,<br />

MTPS in this regard shall be final and binding to the contractor at no additional cost to<br />

DVC.<br />

4.400 II. Mandatory Extra job:<br />

45


The Extra jobs under exigency would be decided by DVC as and when situation would<br />

warrant or getting the job done by Contractor. Breakups <strong>of</strong> such jobs have been enlisted<br />

below:<br />

The following breakdown/ maintenance jobs will be treated as work <strong>of</strong> exigent nature and<br />

shall have to be done by the Contractor with augmentation <strong>of</strong> required resources, if felt<br />

essential.<br />

a) Complete/ part replacement <strong>of</strong> conveyor belts 1A/1B, 2A/B, 3,4,5,6A/6B,<br />

7A/7B,8A/8B,9A/9B,10A/10B,11,12A/12B,13,14,15,16A/16B,17A/17B,18,19 & Boom<br />

Conv. Belt <strong>of</strong> Stackers-cum-Reclaimer-1,2&3. Details <strong>of</strong> conveyor belts are given<br />

hereunder.<br />

b) Oil wagon unloading (within railway free time) – Details given hereunder.<br />

c) Any belt insertion or laying in excess <strong>of</strong> 20 meters shall be considered as extra job.<br />

However payment shall be made for extra length beyond 20 mtrs. only.<br />

d) The laying <strong>of</strong> control and power cable <strong>of</strong> length more than 50mtrs. (except pull cord)<br />

will be treated as extra work. This is only applicable in respect <strong>of</strong> permanent type <strong>of</strong><br />

work. For temporary connection such as lighting, welding machines this is not<br />

applicable.<br />

e) Maintenance <strong>of</strong> stacker-cum-reclaimer on failure like slew bearing, replacement slew<br />

drive gear, front wheel arm (pivot), where technical expertise and very special<br />

equipments if required, will have to be arranged by the party as and when required,<br />

essential tools and tackles etc. as an extra cost at the time as L.S. on negotiation basis for<br />

execution <strong>of</strong> the above work.<br />

f) Any work / job which are not covered under 1.000 the General scope <strong>of</strong> work & Services<br />

but required for better and efficient service <strong>of</strong> the system, are to be considered as extra<br />

work / job. The attempt to be made to get such work done by he Contractor on mutually<br />

agreed price to get a cost effective work output.<br />

g) Fabrication and fitting <strong>of</strong> new gratings for locations such as Reclaim hoppers, track<br />

hoppers, bunker floor etc as per drawings. DVC will provide MS Plates free <strong>of</strong> cost. All<br />

necessary consumables and resources are to be arranged by the Contractor. Total<br />

estimated quantity to be fabricated is 360 MT per year approximately.<br />

DETAILS OF REPLACEMENT OF CONVEYOR BELTS<br />

Sl <strong>No</strong> Conv. Belt.<br />

1 1A/1B<br />

2 2A/2B<br />

3 3<br />

4 4<br />

5 5<br />

6 6A/6B<br />

7 7A/7B<br />

8 8A/8B<br />

9 Boom Conveyor for S&R-1&2<br />

10 9A/9B<br />

11 10A/10B<br />

46


12 11<br />

13 12A/12B<br />

14 13<br />

15 14<br />

16 15<br />

17 16A/16B<br />

18 17A/17B<br />

19 18A/18B<br />

20 19<br />

21 Boom Conveyor for S&R-3<br />

22 BF#1 &#2<br />

NOTE: The lump-sum rate for replacement <strong>of</strong> each <strong>of</strong> the above Conv. belt should be inclusive <strong>of</strong><br />

the following:<br />

1. Transport charge i.e., collection <strong>of</strong> new conv. belt from DVC Store to site & shifting <strong>of</strong> old<br />

used belts to DVC Stores after weighment in DVC Weigh Bridge.<br />

2. Providing cold/ hot vulcanizing joints.<br />

3. Necessary T&P, consumable etc. to be used should <strong>of</strong> standard brand and are to be approved<br />

from DVC.EIC.<br />

4. Total belt to be replaced/month should be taken as 3000 meters (approx) in a year for bidding<br />

purpose and bid evaluation purpose only.<br />

5. The work is to be started immediately as per instruction <strong>of</strong> DVC’s Engineer-in-Charge.<br />

6. Guarantee: The Fabricated new gratings will be covered by a guarantee for its satisfactory<br />

performance for a period <strong>of</strong> six months from the date <strong>of</strong> use or nine months from the date <strong>of</strong><br />

completion <strong>of</strong> the work which ever is earlier.<br />

7. Guarantee: The replacement job <strong>of</strong> the Conv. belts. will be covered by a guarantee for its<br />

satisfactory performance for a period <strong>of</strong> 90 days after completion <strong>of</strong> the work.<br />

8. Replacement / laying <strong>of</strong> belt in excess <strong>of</strong> 20 Mtrs shall be considered for payment. However<br />

Payment shall be made for part <strong>of</strong> length beyond 20 meters.<br />

9. Rate for replacement <strong>of</strong> conveyor belts must be quoted per meter.<br />

10. For total replacement <strong>of</strong> any conveyor belt a mutually agreed completion period will be<br />

decided and if completion time is beyond the agreed time frame, penalty shall be applicable.<br />

h) DETAILS OF OIL WAGON UNLOADING:<br />

1. Oil wagon unloading (within railway free time) – Unloading <strong>of</strong> LDO/FO oil rake wagons at<br />

MTPS site to Main storage Tank including up-keeping adjacent to Fuel Oil Unloading Pump<br />

House. Oil Unloading Site and Main Storage Tank area along with Maint. <strong>of</strong> Fuel Pumps as<br />

per requirement.<br />

2. <strong>No</strong>. <strong>of</strong> rakes likely to be unloaded per month – 02(two) rakes (approx.). Approximate no. <strong>of</strong><br />

tanks/wagons per rake is 70nos.<br />

3. Approx quantity <strong>of</strong> LDO/FO to be unloaded/ Rake – 1650 KL<br />

47


4. Oil wagon unloading from the entire rake has to be carried out even in odd hours within Rly.<br />

Free Time<br />

5. The Contractor should ensure that no demurrage charges are required to be paid to the Rly. on<br />

account <strong>of</strong> delay in unloading beyond Rly. Free Time. If the reasons for delay in unloading are<br />

not attributable to either DVC or any force majeure condition, the contractor shall have to bear<br />

the entire demurrage charges so accrued.<br />

6. The contractor should ensure that there should not be any wastage <strong>of</strong> oil in any manner<br />

whatsoever.<br />

7. Rate for oil rakes unloading must be quoted per wagon basis.<br />

8. Total no <strong>of</strong> wagons/month to be unloaded should be taken as 140(approx) for bidding purpose<br />

& bid evaluation purpose.<br />

9. During decantation if unloading is not done in conventional way then the contractor requires<br />

to adopt improvised manner i.e., siphon method to facilitate smooth unloading solely at its<br />

own discretion, risk and cost. Necessary decanting oil hoses will be supplied by DVC free <strong>of</strong><br />

cost. However, it shall be the sole responsibility <strong>of</strong> the contractor to maintain the health <strong>of</strong> the<br />

used oil hoses for further use. In the event <strong>of</strong> failure to do so, DVC reserves the right to fix<br />

accountability upon the contractor unilaterally.<br />

10. Road Oil Tanker(LDO/FO) unloading.<br />

5.000 Part-D. Removal <strong>of</strong> technological waste & Up-keepment <strong>of</strong> Coal Handling Plant <strong>of</strong><br />

Unit# 1,2,3&4 and Unit#5 & 6 <strong>of</strong> MTPS.<br />

5.100 General scope <strong>of</strong> work and services to be rendered by the contractor for Removal <strong>of</strong><br />

Technological waste and upkeepment <strong>of</strong> the Coal Handling Plant <strong>of</strong> Unit no. 1,2,3&4<br />

and Unit#5 & 6 <strong>of</strong> D.V.C, M.T.P.S.<br />

5.101 General Scope <strong>of</strong> Work:<br />

a) Removal <strong>of</strong> technological waste <strong>of</strong> entire C.H.P area <strong>of</strong> Unit <strong>No</strong>#1,2,3&4 taking care <strong>of</strong> all<br />

equipments. The upkeepment activities will comprise <strong>of</strong> six zones for better supervision &<br />

upkeepment.<br />

Zones will be as follows.<br />

i) Zone-1: All area around conv. belt 1A and 1B including paddle feeder, TP-1, Sump Pump<br />

area , Conv. belt 2A & 2B with its drive end including sump pump pits and drain area, feeder and<br />

flap gate floor areas, out side Track hoppers &R.H#1 gratings, discharge chute up to conv. belt no<br />

2A & 2B<br />

ii) Zone-2 : All area around Crusher house, its all floors, tail-end area <strong>of</strong> conv. belt no 3<br />

&Conv.belt-4, all floors <strong>of</strong> TP-2 including tail-end <strong>of</strong> conv. belt no5.<br />

48


iii) Zone-3 : All area around conv. belt no3 & no.5(excluding their tail end) including drive point<br />

at TP no3& T.P no 4, around RH-2 (out side) gratings area, structure <strong>of</strong> Stacker cum Reclaimer –<br />

1 & 2 .<br />

iv) Zone-4 : All area around conv. belt no.6A & 6B from tail end to drive end, sump pump area<br />

including its pit and drains, feeder floor area <strong>of</strong> RH-2, flap gate floor and bottom areas <strong>of</strong> TP no 3<br />

& 4 .<br />

v) Zone-5 : All floors <strong>of</strong> TP-5 area , all areas from tail end to drive end <strong>of</strong> conv. belt 7A & 7B<br />

and all spillage coal from the said conv. belts to the ground have to be cleaned.<br />

vi) Zone-6 : All floors <strong>of</strong> TP-6 , tail end <strong>of</strong> conv. belt no.8A & 8B to drive end , total bunker floor<br />

area including all tripper cars .Coals accumulated on the feeder floor from the dribble chute<br />

located at the drive end <strong>of</strong> the said conv. belts also have to be transported to the R.H#2 area on<br />

regular basis.<br />

b) Removal <strong>of</strong> technological waste <strong>of</strong> entire C.H.P area <strong>of</strong> Unit <strong>No</strong>#5&6 taking care <strong>of</strong> all<br />

equipments. The upkeepment activities will comprise <strong>of</strong> six zones for better supervision &<br />

upkeepment.<br />

Zones will be as follows.<br />

i) Zone-1: All area around conv. belt 9A and 9B including paddle feeder, TP-7, Sump Pump area ,<br />

Conv. belt 2A & 2B with its drive end including sump pump pits and drain area, Conv. Belt<br />

10A& 10B, feeder and flap gate floor areas, out side Track hoppers &R.H#3 gratings, discharge<br />

chute up to conv. belt no 10A& 10B including cam Belt no#11.<br />

ii) Zone-2 : All area around 12A& 12B starting from TP 8 including D/E& T/E and flap gate floor<br />

area <strong>of</strong> TP 8. All area around Crusher house, its all floors, tail-end area <strong>of</strong> conv. belt no 13<br />

&Conv.belt-14, all floors <strong>of</strong> TP-9 including tail-end <strong>of</strong> conv. belt no15.<br />

iii) Zone-3 : All area around conv. belt no13 & no.15(excluding their tail end) including drive<br />

point at TP no10& T.P no 11, around RH-4 (out side) gratings area, structure <strong>of</strong> Stacker cum<br />

Reclaimer – 3.<br />

iv) Zone-4 : All area around conv. belt no.16A & 16B from tail end to drive end, sump pump area<br />

including its pit and drains, feeder floor area <strong>of</strong> RH-4, flap gate floor and bottom areas <strong>of</strong> TP no<br />

10 & 11 including all its floors .<br />

v) Zone-5 : All floors <strong>of</strong> TP-12 area , all areas from tail end to drive end <strong>of</strong> conv. belt 17A & 17B<br />

and all spillage coal from the said conv. belts to the ground have to be cleaned.<br />

vi) Zone-6 : Conv. belt no.18A & 18B from drive end to tail end, total bunker floor area including<br />

all tripper cars .Coals accumulated on the feeder floor from the dribble chute located at the drive<br />

end <strong>of</strong> the said conv. belts also have to be transported to the R.H#4 area on regular basis.<br />

5.102 All technological wastes i.e. coal dust, stone/boulders etc. generated in the above said<br />

zones are to be removed on daily basis. All structural members <strong>of</strong> the above zones also<br />

have to be kept clean.<br />

5.103 Urgent removal <strong>of</strong> coal from conveyor belts system has to be done to facilitate<br />

maintenance work at site at the earliest. The coal /waste thus accumulated by the side <strong>of</strong><br />

49


the conveyor belt system has to be cleaned either putting the same into the system or by<br />

other means to a distant location as per direction <strong>of</strong> the Engineer in charge <strong>of</strong> D.V.C.<br />

5.104 Boulders/stones etc. <strong>of</strong> RH-I,RH-4,RH-3,RH-5, Track hoper, on the ground under<br />

conveyor belts etc. disposed <strong>of</strong> by other agencies at a distance <strong>of</strong> within 02 to 05 mtrs. <strong>of</strong><br />

the above said areas have to be removed on daily basis so that there should not be any<br />

accumulation <strong>of</strong> the same. Also the stones accumulated in the bunker floor <strong>of</strong> all the four<br />

units have to be removed on daily basis. Disposal & removal <strong>of</strong> such accumulated<br />

boulders /foreign materials etc are to be done to a distant place after weighment at the<br />

DVC weigh bridge to a suitable place(within a distance <strong>of</strong> 4KM approximately) as per<br />

direction <strong>of</strong> DVC Engineer-in-charge.<br />

5.105 The coal dust/ technological waste, generated due to removal <strong>of</strong> chute jamming <strong>of</strong><br />

conveyor belts, Stacker-cum-Reclaimer, mobile Tripper cars & crushers, etc. has to be<br />

removed as and when required for smooth operation <strong>of</strong> the system.<br />

5.106 Materials / boulders/technological waste etc. accumulated in side the tripper chute should<br />

have to be removed as and when required on priority basis for smooth maintenance and<br />

running <strong>of</strong> the system.<br />

5.107 Proper removal <strong>of</strong> technological waste from sump pits, drains connected to the pits etc are<br />

to be done for proper maintenance <strong>of</strong> all the Sump pumps for smooth operation.<br />

5.108 In case <strong>of</strong> emergent situation, the requirement <strong>of</strong> additional work has to be done by<br />

contractor (without any extra cost to DVC) to restore normalcy.<br />

5.109 In the event <strong>of</strong> partial or full chocking <strong>of</strong> gratings in bunker floor <strong>of</strong> running units, the<br />

accumulated coal are to be removed immediately for smooth operation <strong>of</strong> tripper car for<br />

coal flow to bunkers.<br />

5.110 Deposit <strong>of</strong> coal /coal dust on the structural members, equipments are to be regularly<br />

removed. Structures, equipments should remain clean on day to day basis.<br />

5.111 The contractor will have to engage sufficient numbers <strong>of</strong> tractors/ trucks for disposal <strong>of</strong><br />

the stones/ boulders/coal/ coal dust generated in CHP areas on daily basis to the designated<br />

place. The loading and unloading <strong>of</strong> stones/ boulders/coal/ coal dust will be done by the<br />

Contractor. All tractors/ trucks deployed by the Contractor will first report to the<br />

designated Weigh bridge <strong>of</strong> MTPS for recording tare weighment <strong>of</strong> the vehicle at least<br />

once in a day. All tractors/ trucks loaded with stones/ boulders/coal/ coal dust will report<br />

to the designated Weigh bridge <strong>of</strong> MTPS for record <strong>of</strong> Gross weighment <strong>of</strong> the vehicle for<br />

each trip while coal, coal dust are to be dumped back to the coal yard, stones and other<br />

non-coal matters like shales, boulders are to be dumped to suitable site as identified by<br />

SE(FM) or his representative. The contractor should not load coal/ coal dust with boulder<br />

in the same tractors/ trucks. Contractor should deploy separate tractors/ trucks for coal and<br />

non-coal matters. Net weight will be calculated by deducting the recorded tare weight<br />

from the gross weight for each trip. The bidders are requested to quote their price for<br />

loading, unloading and carrying per MT <strong>of</strong> stones/ boulders/coal/ coal dust. The vehicle<br />

has to cover approximately 04(four) kilometers in each to& fro trip. In actual the distance<br />

covered will be around 04(four) kilometers. Payment shall be made on the net quantity<br />

disposed per month.<br />

50


6.000. Part- E. Shortage Minimization <strong>of</strong> BOBR indigenous coal rakes for Mejia TPS and<br />

Improve Turn-around time.<br />

Scope <strong>of</strong> Work :<br />

6.100 Ensure proper Security Enroute for Rail borne coal during movement from loading point<br />

to MTPS Track Hopper against any theft/ pilferage for which Armed Guards are to be<br />

deployed in each rake. All possible preventive measures shall be adopted to give the backup<br />

or support to the escort team by having vigilance network in the en-route to MTPS and<br />

take-up the matter with law enforcing authority, whenever necessary.<br />

6.101 The contractor has to witness the Weighment <strong>of</strong> coal rakes at loading point and also at<br />

unloading point. The authentic weighment sheet <strong>of</strong> each rake is to be handed over at the<br />

unloading point to ascertain difference, if any, <strong>of</strong> the weight from Loading point weights.<br />

6.102 The principal objective <strong>of</strong> the defined scope <strong>of</strong> work is to ensure safe and secured transit<br />

<strong>of</strong> rake without theft/pilferage on sole risk and responsibility <strong>of</strong> the Agency who will be<br />

engaged for the purpose. Presently movement <strong>of</strong> 180 rakes (6.3 lakh MT) has been<br />

envisaged. This quantity is likely to go up in future on even during the currency <strong>of</strong> the<br />

contract. The Contractor/Agency shall deploy adequate infrastructure to escort the Rake<br />

and place required number <strong>of</strong> security persons at strategic locations en-route, if felt<br />

essential, to thwart attempt <strong>of</strong> pilferage or theft. The additional deployment as the<br />

situation warrants shall be without any cost to DVC. The Contractor/Agency shall take<br />

adequate care to avoid accidental damage, personal injury <strong>of</strong> security and other personnel<br />

employed by him while escorting the rake. DVC will not be in any way responsible for<br />

such eventuality.<br />

6.103 The Contractor/Agency has to take up with law enforcing authority, as the situation<br />

demands, to ensure transit <strong>of</strong> rakes.<br />

6.104 The Contractor/Agency has to inform DVC , MTPS about the course <strong>of</strong> back up action<br />

with additional placement <strong>of</strong> force at strategic points apart from number <strong>of</strong> escorts placed<br />

in the rake.<br />

6.105 Indemnity Bond:<br />

The successful <strong>Tender</strong>er will have to sign on the Indemnity Bond absolving DVC <strong>of</strong> all<br />

the accidental damages, personal injury and loss <strong>of</strong> life <strong>of</strong> the security and other personnel<br />

employed by him while escorting the rakes. DVC will not be in any way responsible for<br />

such eventuality.<br />

6.106 The Agency, if engaged by the Contractor for taking up this job, must have proven<br />

credentials in its “Name” against execution <strong>of</strong> similar jobs. The details <strong>of</strong> Agency and the<br />

personnel engaged on this job viz. Armed Guards, Supervisors etc. alongwith the details <strong>of</strong><br />

the Official In-charge on behalf <strong>of</strong> the Contractor must be intimated to MTPS authority<br />

prior to taking up the job to avoid untoward dispute at later stage. Failure to do so shall be<br />

considered as the inability to mobilise for the entire contract covered under these <strong>Tender</strong><br />

<strong>Documents</strong> by the Contractor and measures will be taken accordingly.<br />

6.107 Names <strong>of</strong> the personal to be engaged/ engaged in each “Part” <strong>of</strong> the entire contract job<br />

must be intimated to the MTPS Authority by the successful bidder immediately after<br />

issuance <strong>of</strong> LOA/ LOI/ W.O/ award <strong>of</strong> Contract or during such period as MTPS Authority<br />

consider as appropriate.<br />

51


Annexure – II<br />

LIST OF MAJOR EQUIPMENT/ SYSTEM OF COAL HANDLING PLANT OF MTPS U<strong>NIT</strong><br />

NO: 1, 2, 3 AND 4 UNDER THE CONTRACTOR’S SCOPE OF WORK.<br />

1. Track unloading hopper and accessories :<br />

(A) RCC Track Hopper – 1 (Length - 170M width - 5M), Capacity – 2700MT<br />

(B) Steel grating over hopper – 225MM X 225MM Mesh<br />

(C) Track Hopper Beams all sides (except bottom) and inclined portion <strong>of</strong> inner surface all through lined with<br />

replaceable SAILHARD/ SAILMA Plates.<br />

(D)Concrete table top all through lined with 10MM SAILHARD/SAILMA Plates (removable).<br />

(E) Paddle Feeders – 4 <strong>No</strong>s. (each <strong>of</strong> Capacity 960 TPH Designed & 800 TPH Rated)<br />

2. Belt conveyors and accessories :-<br />

Capacity 950 TPH (Designed) 800 TPH (Rated), Troughing Angle – 35.<br />

A)2 nos.1200 mm belt conveyors(Horizontal) 1A and 1B each <strong>of</strong> approximate length – 475mtrs. complete with<br />

belting, idlers, pulleys, speed reducer, drives and motors, tension devices, cleaning devices, pulleys and coupling,<br />

hold backs, transfer chutes and accessories for carrying coal <strong>of</strong> 250 mm and down lump size.<br />

B) 2 nos. 1200 mm belt conveyors(inclined) nos. 2A and 2B each <strong>of</strong> approx length 675 mtrs. complete with usual<br />

accessories mentioned in 2 (A) including in-line Magnetic separators at head end along with non-magnetic pulleys<br />

and belt weighers.<br />

C)2 nos. 1200 mm belt conveyor(Horizontal) no. 3 and 5 each <strong>of</strong> approx length – 1230 mtrs. and 1130 mtrs.<br />

respectively with all usual accessories to carry crushed coal <strong>of</strong> 20 mm and down up to transfer points discharging to<br />

conveyor belt no: 6A and 6B.<br />

D) 1 <strong>No</strong>. 1200 mm belt conveyor(Horizontal) no. 4 <strong>of</strong> approximate length 160 mtrs. with usual accessories inter<br />

connecting conveyor no. 4 to 5.<br />

E) 2 nos. 1200 mm belt conveyors(inclined) no. 6A and 6B each <strong>of</strong> approx 650 mtrs. with usual accessories and inline<br />

Magnetic separators and non-Magnetic Pulleys for carrying coal (20mm and down) from transfer points and reclaim<br />

hoppers to conveyor no. 7A and 7B.<br />

F) 2 nos. 1200 mm belt conveyors(inclined) no. 7A and 7B each <strong>of</strong> approx. length – 485 mtrs. with usual accessories<br />

as well as belt weighers, metal detectors, coal samples etc. to discharge coal to conveyor belt 8A and 8B.<br />

G) 02 <strong>No</strong>s. 1200 mm belt conveyors(Horizontal) no 8A & 8B each <strong>of</strong> approx. length-750 mtrs with usual accessories<br />

for feeding coal to the bunkers. 2 nos. 1200 mm belt conveyors no. 8A and 8B each <strong>of</strong> approx. length 750 mtrs. with<br />

usual accessories as well as automating motor driven traveling belt hoppers complete with track rails, cable reeling<br />

drums, etc. for transfer <strong>of</strong> coal to coal bunkers <strong>of</strong> Unit 1, 2, 3 and 4 respectively<br />

H) Electro-Mechanical Vibrating feeders – 4 nos. <strong>of</strong> 800 TPH rated capacity (To feed uncrushed coal from RH-1 to<br />

Conv. # 2A/2B & crushed coal/ Middling from RH-2 to Conv. (6A/6B).<br />

I) Accessories fitted with Conveyors.<br />

Belt wiper units, pull cord type emergency switches, belt sway limit switches, foundation plate, anchor bolts,<br />

fasteners etc. counter weight, one zero speed switches for each conveyor, brakes and hold-backs, steel structures/CGI<br />

sheet enclosure for all outdoor conveyors.<br />

3. Reclaimer Hopper for Crushed and Uncrushed Coal:<br />

a) RH1: 1 (One) <strong>of</strong> 150 MT capacity to feed uncrushed coal to Conv. Belt # 2A & 2B with 2 nos. motorized<br />

rack & pinion gates and steel gratings over hoppers <strong>of</strong> size 250mm X 250mm Mesh.<br />

b) RH2: 1 (one) <strong>of</strong> 150 MT capacity to feed crushed coal to Conv. Belt # 6A & 6B with 2 nos. motorized rack<br />

and pinion gates and steel gratings over hoppers <strong>of</strong> size 150mm X 150mm Mesh.<br />

4. Crusher House Equipment :<br />

a) Ring type Granulator Crusher (800 TPH rated each) – 3 nos. with motors and fluid couplings.<br />

b) Surge Hopper (200 MT Capacity) to receive coal from Conv. # 2A/2B& discharge to Cr- 1, 2,and 3 – 1 no.<br />

c) Linear actuator operated flap gates, belt to feeders etc.<br />

d) Electro-mech Vibro feeder (800 TPH rated) with drives and accessories to feed uncrushed coal from surge hopper<br />

to crusher – 3 nos.<br />

5. Traveling Stacker-cum-Reclaimer:<br />

Stacker-cum-Reclaimer for Stacking and reclaiming mounted on Conv. no. 3 & 5 with all accessories like tripper<br />

Unit, reversible boom conveyor, bucket wheel control panel etc. 2 nos.<br />

6. Track hopper Maint. bay, RH#1 & 2 tunnel area and sump pump pits.<br />

7. Coal bunkers for Unit 1,2,3 and 4 with six hoppers in each Unit, each capacity <strong>of</strong> 800 MT.<br />

8. Structure, Structural steel construction etc. for conveyor frames, head frames, stringers, hand rails, walk ways,<br />

safety guards, stairs etc.<br />

9. a) Mobile belt trippers – 4 nos.<br />

b) Magnetic separators – 4 nos.<br />

c) Metal detectors – 2 nos.<br />

d) Coal samplers – 2 nos.<br />

e) Belt weighers – 4 nos(2 nos. in crushing side and 2 nos. in feeding side)<br />

10. Air pollution control system:<br />

a)Ventilation system – vent 1 to 4<br />

52


)Dust extraction system DEP – 1 to 6 and I 7A, 7B, 7C, 8A, 8B, 8C<br />

c)Dust suppression system<br />

LIST OF IMPORTANT EQUIPMENTS AT CHP <strong>of</strong> Unit#5&6,MTPS,DVC<br />

Track hopper-2:Length-220M,Width-6M,Capacity-4500MT,Grating size-300x300mm<br />

Hoppers liner plates(removable)<br />

Paddle feeder-4nos each capacity-960TPH designed & 800TPH rated<br />

Sump pump-8nos,Dust suppression system, Ventilation system.<br />

Lighting, paging & hooter system.<br />

Conveyor 9A &9B:Size 1200mm inclined belts approximate length-1118M each.<br />

Transfer Point-7:Drive <strong>of</strong> conveyor 9A & 9B ,Flap gate,-2nos<br />

Dust extraction system, Lighting, Paging & Hooter.<br />

Conveyor 10A & 10B:Size 1200mm inclined belts approximate length-430M each.<br />

Transfer Point-8:Drive <strong>of</strong> conveyor 10A ,10B & 11,Flap gate,-3nos<br />

Metal detector-2nos<br />

Dust extraction system, Lighting, Paging & Hooter.<br />

Conveyor 12A & 12B:Size 1200mm inclined belts approximate length-620M each.<br />

CRUSHER HOUSE: Drive <strong>of</strong> conveyor 12A ,12B ,Flap gate,-2nos<br />

ILMS-2nos,Belt weigher-2nos, Surge hopper-2nos<br />

Crusher-4nos,Roller screen-4nos,Belt feeder—2nos<br />

Dust extraction system, Lighting, Paging & Hooter .<br />

Conveyor 14:Size 1200mm inclined belts approximate length-178M .<br />

Transfer Point-9:Drive <strong>of</strong> conveyor 14,<br />

Dust extraction system, Lighting, Paging & Hooter.<br />

Transfer Point-10:Drive <strong>of</strong> conveyor 13,Flap gate,-1nos<br />

Dust extraction system, Lighting, Paging & Hooter.<br />

Conveyor 15:Size 1200mm inclined belts approximate length-885M .<br />

Conveyor 16A & 16B:Size 1200mm inclined belts approximate length-420M each.<br />

Transfer Point-11:Drive <strong>of</strong> conveyor 16A ,16B & 15,Flap gate,-2nos<br />

Metal detector-2nos, ILMS-4nos,Vibro feeder-2nos<br />

Dust extraction system, Lighting, Paging & Hooter.<br />

Conveyor 17A & 17B:Size 1200mm inclined belts approximate length-530M each.<br />

Transfer Point-12:Drive <strong>of</strong> conveyor 17A ,17B ,Flap gate,-2nos<br />

Metal detector-2nos, Belt weigher-2nos<br />

Coal sampling line, Dust extraction system, Lighting, Paging & Hooter.<br />

Conveyor 18A & 18B:Size 1200mm inclined belts approximate length-386M each.<br />

BUNKER FLOOR: Drive <strong>of</strong> conveyor 18A ,18B ,<br />

Traveling tripper car-2nos<br />

Bunker level instrument, Dust extraction system,<br />

Coal bunker-12nos each capacity 800MT<br />

Lighting, Paging & Hooter.<br />

RECLAIM HOPPER:RH-4 each 150MR capacity<br />

Each consisting <strong>of</strong> following-<br />

R.P.GATE-2nos, Vibro-feeder-2nos , Sump pump-2nos<br />

Dust extraction system, Lighting, Paging & Hooter.<br />

COMPRESSOR -2nos<br />

COOLING WATER PUMP-2NOS<br />

DUST SUPPRESION PUMP-4NOS<br />

53


Annexure – III<br />

List <strong>of</strong> tools and tackles required for electrical Maint. works to be arrange by the contractor<br />

without additional cost to DVC :<br />

For Unit# 1,2,3&4<br />

1. Insulation tester (Megger)- 3 nos. 2.5 KV – 1 no., 1 KV – 1 no, 500 V – 1 no.<br />

2. SF6 - Gas leakage detector – 1 no.<br />

3. Gas filling adapter with gas pressure gauge – different size.<br />

4. Digital multi meter (good quality) -4 nos.<br />

5. Analog multi meter ( good quality) – 1 no.<br />

6. LT Tong tester – 0-5 (For multi amps reading), 0-100 (for ampere reading)<br />

7. Ladder (Aluminum)– 10 mtrs – 2 nos, 16 mtrs. – 1 nos, 5 mtrs. – 2 nos, Trolley type ladder for street light Maint- 1 no.<br />

8. Bearing puller – different size<br />

9. Crimping tool with all size <strong>of</strong> dia – 1 set<br />

10. Vacuum cleaner – 1 no.<br />

11. Hot air blower – 1 no.<br />

12. Digital motor checker – 1no.<br />

13. Grease gun – 2 nos.<br />

14. Bench vice – 1 no. – 8” size.<br />

15. Motorized hand drills – 1 no.<br />

16. Table grinder – 1 no.<br />

17. Box spanner set – 1 no.<br />

18. All necessary loose tools - in sufficient quantity<br />

19. Walky-talkies / Mobile phone / other mode for site to site communication equipment – 2 nos.<br />

For Unit# 5&6:<br />

1. Insulation tester (Megger)-03 <strong>No</strong>s.<br />

2.5 KV---01 <strong>No</strong>.<br />

1 KV-----01 <strong>No</strong>.<br />

500 V----01 <strong>No</strong>.<br />

2. Digital Multimeter (good quality)-04 <strong>No</strong>s.<br />

3. Analog Multimeter (good quality)-01 <strong>No</strong>.<br />

4. L.T. Tong tester-0-5 (For milli amps reading)<br />

0-100 (For Ampere reading)<br />

5. Ladder (Aluminium)- 10 meters-02 <strong>No</strong>s.<br />

16 meters-01 <strong>No</strong>s.<br />

05 meters-2 <strong>No</strong>s.<br />

Trolly type ladder for street light maintenance-01 <strong>No</strong>s.<br />

6. Bearing pullers <strong>of</strong> different sizes.<br />

7. Crimping tool with all size <strong>of</strong> dia.-01 set<br />

8. Vacuum cleaner-01 <strong>No</strong>.<br />

9. Hot air blower-01 <strong>No</strong>.<br />

10. Digital Motor checker-01 <strong>No</strong>.<br />

11. Grease Gun-02 <strong>No</strong>s.<br />

12. Bench vice-01 <strong>No</strong>. 8” size<br />

13. Motorised Hand Drills-01 <strong>No</strong>.<br />

14. Table Grinder-01 <strong>No</strong>.<br />

15. Box spanner set-01 <strong>No</strong>.<br />

16. All necessary loose tools- in sufficient quantity<br />

17. Walki Talkie/ Mobile Phone/ other mode for site to site communication equipment-2 <strong>No</strong>s.<br />

18.IRD for vibration measurement<br />

54


ANNEXURE-IV<br />

List <strong>of</strong> T&P Items to be arranged by the Contractor during execution <strong>of</strong> the work:<br />

Adequate tools & tackles as per requirement have to be supplied by the contractor.<br />

The following Mech. Tools & Tackles are required for the contractor to start their job for Annual Maintenance<br />

Contract.<br />

TOOLS & TACKLES U<strong>NIT</strong> 1 TO 4 U<strong>NIT</strong> 5 &6<br />

1) Lifting Equipment<br />

a) Hydra IOT Capacity(as and when required)<br />

b) Winch M/C<br />

i) Electrical operated (a) 5T<br />

ii)Mechanical operated (b)3T<br />

2) Chain pulley Block<br />

i) 3T Capacity (6m lift)<br />

ii) 5T Capacity (---do---)<br />

iii)2T Capacity (---do---)<br />

iv) 10T Capacity (---do---)<br />

3) Hydraulic Jack<br />

i) 10T Capacity<br />

ii) 35T Capacity<br />

iii) 50T Capacity<br />

4) Mechanical Equipments<br />

a) Welding M/C<br />

i) Transformer type<br />

ii) Portable welding M/C<br />

b) Grinder<br />

i) Table Grinder<br />

ii) Angle Grinder<br />

iii) Straight Grinder<br />

c) Weighting M/C 0 to 50 Kg<br />

d) Induction Leater<br />

5) Mechanical Jack<br />

i) 70 MT<br />

ii) 35 MT<br />

iii)10 MT<br />

6) a) Greax Gun<br />

i) Pr-10 Kg<br />

Pr-5 Kg<br />

iii) Pr-3 Kg<br />

b) Hard Grease Gun<br />

7) Slings<br />

i) 16mm 3mtr<br />

ii) 16 mm 2 mtr<br />

iii) 12mm 3 mtr<br />

iv) 12mm 2 mtr<br />

v) 20mm 3 mtr<br />

vi) 20mm 2 mtr<br />

8) Max Pulley<br />

i) 2 tons 15 mtr<br />

55<br />

1 <strong>No</strong>.<br />

2 <strong>No</strong>s.<br />

1 <strong>No</strong>.<br />

4<br />

4<br />

2<br />

2<br />

1<br />

1<br />

1<br />

9<br />

2<br />

1<br />

2<br />

2<br />

1<br />

2<br />

1<br />

2<br />

1<br />

1<br />

2<br />

2<br />

2<br />

2<br />

2<br />

2<br />

2<br />

2<br />

2<br />

2 <strong>No</strong>s.<br />

2 <strong>No</strong>s.<br />

1 <strong>No</strong>.<br />

2<br />

2<br />

ii) 3 tons 15 mtr<br />

2<br />

2<br />

9) Gas Cutting Sets with hose & Regulator 5 sets 5 sets<br />

10) Welding cable 200 mtr<br />

11) Rope Cuppy<br />

1 1<br />

i) Double 5T Capacity<br />

4<br />

4<br />

ii) Single 5T Capacity<br />

6<br />

4<br />

iii) Single 3T Capacity<br />

12) D’ Cycle<br />

2<br />

4<br />

i)5T<br />

6<br />

6<br />

ii) 3T<br />

6<br />

6<br />

iii) 2T<br />

13) a) P.P. Rope<br />

6<br />

6<br />

i) 25mm 100 mtrs<br />

1<br />

1<br />

ii) 20 mm 100 mtrs<br />

b) P.P. Rope Pulley<br />

1<br />

1<br />

4<br />

4<br />

2<br />

2<br />

2<br />

1<br />

1<br />

9<br />

2<br />

1<br />

2<br />

2<br />

1<br />

2<br />

1<br />

2<br />

1<br />

1<br />

2<br />

2<br />

2<br />

2<br />

2<br />

2<br />

2<br />

2<br />

2


i) Double<br />

2<br />

2<br />

ii) Single<br />

2<br />

2<br />

14) a) Magnetic Drill M/C with different bits<br />

2<br />

2<br />

b) Stand Drill M/C with different types <strong>of</strong> bits<br />

1<br />

1<br />

15) Table vice/Bench Vice<br />

16) Hammers<br />

1 1<br />

i) Wooden Mallet<br />

2<br />

2<br />

ii) Copper Hammer<br />

2<br />

2<br />

iii) Slage Hammer<br />

2<br />

2<br />

3 Kg<br />

2<br />

2<br />

5 Kg<br />

2<br />

2<br />

10 Kg<br />

2<br />

2<br />

17) Cose Rope (Steel) <strong>of</strong> 16mm 200 mtrs 200 mtrs<br />

18) Alen key sets 2 mm to 20mm 2 sets 2 sets<br />

19) Dial gauge with magnetic base<br />

20) Verner<br />

4 4<br />

i) 12”<br />

2<br />

2<br />

2) 18”<br />

1<br />

1<br />

21) Micro meter i) Outer side (50mm to 200mm)<br />

1<br />

1<br />

ii) inner side (----do---)<br />

1<br />

1<br />

22) Box spanner sets, different types <strong>of</strong> files filler gauge, center<br />

punch, chisel, different types pipe wrinch, Sli wrench etc in<br />

sufficient nos to carry out day to day maintenance activity must<br />

be procured by the contractor<br />

1 1<br />

Annexure – V<br />

LIST OF IMPORTANT EQUIPMENT OF CHP, MTPS, DVC (ELECT.) 6.6 KV<br />

SWITCH GEAR in Unit# 1,2,3&4<br />

1) <strong>No</strong>. <strong>of</strong> 6.6 KV SF-6 Breaker<br />

2) <strong>No</strong>. <strong>of</strong> P.T. breaker – 2<br />

3) <strong>No</strong>. <strong>of</strong> L.A. breaker – 2<br />

4) <strong>No</strong>. <strong>of</strong> 6.6 KV/ 415V, 1600 KVA Transformer -3<br />

5) <strong>No</strong>. <strong>of</strong> 6.6 KV Motor - 11<br />

415V SWITCH GEAR<br />

1) <strong>No</strong>. <strong>of</strong> 415 V Motor – 40 nos. (approx)<br />

2) Stacker-cum-Reclaimer -2<br />

3) Paddle Feeder – 4<br />

4) Tripper Car – 2<br />

5) 415 V M.C.C. – 6<br />

6) 415 V breaker – 35<br />

7) Lightning Transformer – 4<br />

8) PLC Panel – 5<br />

9) Remote Panel – 2<br />

10) Air Conditioning Machine – 5<br />

11) Lighting Points – 1500 nos. (approx.)<br />

12) Frequency Control Panel – 2 nos.<br />

13) Lighting Tower – 10 nos.<br />

LIST OF IMPORTANT ELECTRICAL EQUIPMENTS OF CHP, MTPS, DVC.<br />

6.6 KV SWITCH GEAR in Unit# 5&6<br />

1) 6.6 KV Vacuum Circuit Breaker<br />

2) P.T. breaker<br />

3) 6.6 KV/415V, 1250-KVA Trasnformer-6<br />

4)6.6 KV Motor-12<br />

415V SWITCH GEAR<br />

1) <strong>No</strong>. <strong>of</strong> 415V Motor-85(Approx)<br />

2) Stacker-cum-Reclaimer-1<br />

3) Paddle Feeder-4<br />

4) Tripper Car-2<br />

5) 415V M.C.C.-6<br />

6) 415V BREAKERS<br />

56


7) Lighting Transformer<br />

8) PLC Panel<br />

9) Remote Panel<br />

10) Air Conditioning Machine<br />

11) Lighting Points<br />

12) Thyristor Panel<br />

13) Frequency Control Panel<br />

14) Lighting Tower.<br />

15) Vibro Feeder<br />

18) ILMS & Belt weigher system<br />

19) Battery bank & charger<br />

20) UPS System <strong>of</strong> PLC.<br />

ANNEXURE-VI<br />

(On non-judicial stamp paper <strong>of</strong> appropriate value)<br />

PROFORMA OF BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT<br />

To,<br />

DAMODAR VALLEY CORPORATION B.G. <strong>No</strong>.:<br />

Mejia Thermal Power Station. Date :<br />

P.O- M.T.P.S, Dist- Bankura<br />

Pin – 722183.<br />

In accordance with your <strong>No</strong>tice Inviting <strong>Tender</strong> for ……………… under your <strong>No</strong>tice <strong>No</strong> ………………<br />

dated …………………… M/s. …………… (Name & full address <strong>of</strong> the firm) (herein after called the<br />

<strong>Tender</strong>er) hereby submit the Bank Guarantee)<br />

whereas to participate in the said tender for the following:<br />

1. ………………………………………………………(Nature / items to be supplied as per <strong>NIT</strong>)<br />

2. ………………………………………………………<br />

It is a condition in the tender documents that the tenderer has to deposit Earnest Money amounting to Rs.<br />

…………………… in respect to the tender, with <strong>Damodar</strong> <strong>Valley</strong> <strong>Corporation</strong>, Mejia Thermal Power<br />

Station, P.O.- M.T.P.S. Dist. – Bankura (herein after referred to as ‘<strong>Corporation</strong>’) by a Bank Guarantee<br />

from a Nationalised Bank/ Scheduled Bank/ Foreign Bank irrevocable and operative till the validity <strong>of</strong> the<br />

<strong>of</strong>fer (i.e. ………… days from the date <strong>of</strong> opening <strong>of</strong> tender) for the like amount which amount is likely to<br />

be forfeited on the happening <strong>of</strong> contingencies mentioned in the tender documents.<br />

And where as the tenderer desires to secure exemption from deposit <strong>of</strong> Earnest Money and has <strong>of</strong>fered to<br />

furnish a Bank Guarantee for a sum <strong>of</strong> Rs. …… to the <strong>Corporation</strong> as Earnest Money.<br />

<strong>No</strong>w, Therefore, we the ……………… (Bank), a body corporate constituted under the Banking Companies<br />

(Acquisition and Transfer <strong>of</strong> Under taking) Act. 1996 and branch Office at ………… (Hereinafter referred<br />

as the Guarantor) do hereby undertake and agree to pay forthwith on demand in writing by the <strong>Corporation</strong><br />

<strong>of</strong> the said guaranteed amount without any demur, reservation or recourse.<br />

We, the aforesaid Bank, further agree that the <strong>Corporation</strong> shall be the sole judge <strong>of</strong> and as to whether the<br />

tenderer has committed any breach or breaches <strong>of</strong> any <strong>of</strong> the terms costs, charges and expenses cause to or<br />

suffered by or that may be caused to or suffered by the <strong>Corporation</strong> on account there<strong>of</strong> to the extent <strong>of</strong> the<br />

Earnest Money required to be deposited by tenderer in respect <strong>of</strong> the said <strong>Tender</strong> Document and the<br />

decision <strong>of</strong> the <strong>Corporation</strong> that the <strong>Tender</strong>er has committed such breach or breaches and as to the amount<br />

<strong>of</strong> loss, damage, costs, charges and expanses caused to or suffered by or that may be caused to or suffered<br />

by the <strong>Corporation</strong> shall be final and binding to us.<br />

We, the said Bank, further agree that the Guarantee herein contained shall remain in full force and effect<br />

until it is released by the <strong>Corporation</strong> and it is further declared that it shall not be necessary for the<br />

<strong>Corporation</strong> to proceed against the tender before proceeding against the Bank and the Guarantee herein<br />

contained shall be invoked against the Bank, notwithstanding any security which the <strong>Corporation</strong> may have<br />

57


obtained or shall be obtained from the <strong>Tender</strong>er at any time when proceedings are taken against the Bank<br />

for whatever amount that may be outstanding or unrealised under the Guarantee.<br />

The right <strong>of</strong> the <strong>Corporation</strong> to recover the said amount <strong>of</strong> Rs. ……… (Rupees ………………..) from us in<br />

manner aforesaid will not be precluded / affected, even if, disputes have been raised by the said M/s.<br />

…………………. (<strong>Tender</strong>er) and / or dispute or disputes are pending before any authority, <strong>of</strong>ficer,<br />

tribunal, arbitrator (s) etc.<br />

<strong>No</strong>twithstanding any thing stated above, our liability under this guarantee shall be restricted to<br />

Rs. ………………….(Rupees ……………………..) only and our guarantee shall remain in force upto<br />

……………. and unless a demand or claim under the guarantee is made on us in writing within three<br />

months after the aforesaid date i.e. on or before the ………………………………. all your rights under the<br />

guarantee shall be forfeited and we shall be relieved and discharged from all liability thereunder.<br />

Date ………………………..<br />

Place ……………………….. (Signature)<br />

58<br />

(Printed name)<br />

In presence <strong>of</strong>. (designation)<br />

(Bank’s Common Seal)<br />

WITNESESS (with full name, designation, address & Office seal, if any)<br />

1) ………………………………………………..<br />

2) ………………………………………………….<br />

INSTRUCTION FOR FURNISHING BANK GUARANTEE:<br />

ANNEXURE-VII<br />

1. Bank Guarantee (B.G.) for advance payment, Mobilization Advance, B.G. for Security Deposit-cum-<br />

Performance Guarantee should be executed on the <strong>No</strong>n-Judicial Stamp paper <strong>of</strong> the applicable<br />

value and to be purchased in the name <strong>of</strong> the Bank.<br />

2. The Executor (Bank authorities) is required to mention the Power <strong>of</strong> Attorney <strong>No</strong>. & date <strong>of</strong><br />

execution in his/her favour with authorization to sign the documents. The Power <strong>of</strong> Attorney is to<br />

be witnessed by two persons from Issuing Bank mentioning their full name and address with seal<br />

& <strong>No</strong>.<br />

3. The B.G. should be executed by a Nationalised Bank/Scheduled Commercial Bank, B.G. from cooperative<br />

Bank/Rural Banks are not acceptable.<br />

4. A Confirmation Letter <strong>of</strong> the concerned Bank must be furnished as a pro<strong>of</strong> <strong>of</strong> genuineness <strong>of</strong> the<br />

Guarantee issued by them.<br />

5. Any B.G., if executed on <strong>No</strong>n-Judicial Stamp paper after 6 (six) months <strong>of</strong> the purchase <strong>of</strong> such<br />

stamp paper shall be treated as <strong>No</strong>n-valid.<br />

6. Each page <strong>of</strong> the B.G. must bear signature and seal <strong>of</strong> the Bank and B.G. Number.<br />

7. The contents <strong>of</strong> the B.G. shall be strictly as Pr<strong>of</strong>orma prescribed by D.V.C. in line with purchase<br />

Order/LOI/Work Order etc. and must contain all factual details.<br />

8. Any correction, deletion etc. in the B.G. should be authenticated by the Bank Officials signing the<br />

B.G.<br />

9. In case <strong>of</strong> extension <strong>of</strong> a Contract, the validity <strong>of</strong> the B.G. must be extended accordingly.<br />

10. B.G. must be furnished within the stipulated period as mentioned in purchase Order/L.O.I./Work<br />

Order etc.<br />

11. In the event <strong>of</strong> the value <strong>of</strong> Purchase Order/Contract is increased, the B.G. amount should also<br />

correspondingly increased.<br />

12. Issuing Bank/The Vender are requested to mention the Purchase Order reference along with the<br />

B.G. <strong>No</strong>. for making any future queries to D.V.C.


ANNEXURE-VIII<br />

PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT-CUM-<br />

PERFORMANCE GUARNATEE<br />

(on non-judicial stamp paper <strong>of</strong> appropriate value to be purchased in the name <strong>of</strong><br />

executing Bank)<br />

Ref………………………… Bank Guarantee<br />

<strong>No</strong>………………………… Date…………………<br />

PROFORMA OF B.G. FOR SECURITY DEPOSIT/100% PAYMEMT<br />

1. KNOW ALL MEN THESE PRESENTA that in consideration <strong>of</strong> <strong>Damodar</strong> <strong>Valley</strong><br />

<strong>Corporation</strong>, a <strong>Corporation</strong> constituted and established under the <strong>Damodar</strong> <strong>Valley</strong><br />

<strong>Corporation</strong> Act being Act <strong>No</strong>.XIV <strong>of</strong> 1948 and having its Headquarters at D.V.C.<br />

Towers, VIP Road, Kolkata-700 054 (hereinafter called “The <strong>Corporation</strong>”) having agreed<br />

to accept from___________________________________(hereinafter called “The<br />

Contractor”), a bank Guarantee for Rs._____________________ in lieu <strong>of</strong> Cash Security<br />

Deposit for the due fulfilment by the Contractor <strong>of</strong> the terms & conditions <strong>of</strong> the *Work<br />

Order/Letter <strong>of</strong> Intent/Letter <strong>of</strong> Acceptance <strong>No</strong>._________________________ issued by the<br />

<strong>Corporation</strong> for (Name & Description <strong>of</strong> the<br />

work)_______________________________________(hereinafter called “the said * Work<br />

Order/Letter <strong>of</strong> Intent/Letter <strong>of</strong> Acceptance”) we __________________________<br />

(hereinafter called “the Guarantor”) do hereby undertake to indemnity and keep<br />

indemnified the <strong>Corporation</strong> to the extent <strong>of</strong> Rs._______________________(Rupees<br />

___________________________________) only against any loss or damage caused to or<br />

suffered by the <strong>Corporation</strong> by reason <strong>of</strong> any breach by the Contractor <strong>of</strong> any <strong>of</strong> the<br />

terms & conditions contained in the said * Work Order/Letter <strong>of</strong> Intent/Letter <strong>of</strong><br />

Acceptance <strong>of</strong> which breach the opinion <strong>of</strong> the <strong>Corporation</strong> shall be final and conclusive.<br />

2.AND WE,_____________________________________ DO HEREBY Guarantee and<br />

undertake to pay forthwith on demand to the <strong>Corporation</strong> such sum not exceeding the<br />

said sum <strong>of</strong> ________________________________(Rupees________________________)<br />

only as may be specified in such demand, in the event <strong>of</strong> the Contractor failing or<br />

neglecting to execute fully efficiently and satisfactorily the order for___________________<br />

PLACED WITH IT (the work tendered for by it) within the period stipulated in the said *<br />

Work Order/Letter <strong>of</strong> Intent/Letter <strong>of</strong> Acceptance in accordance with terms & conditions<br />

contained or referred to in the said * Work Order/Letter <strong>of</strong> Intent/Letter <strong>of</strong> Acceptance in<br />

the event <strong>of</strong> the Contractor refusing or neglecting to maintain satisfactory operation <strong>of</strong><br />

the equipment or work or to make good any defect therein or otherwise to comply with<br />

and conform to the design, specification, terms & conditions contained or referred to in<br />

the said * Work Order/Letter <strong>of</strong> Intent/Letter <strong>of</strong> Acceptance.<br />

3. WE_______________________________ further agree that the guarantee herein<br />

contained shall remain in full force and effect during the period that would be taken for<br />

the performance <strong>of</strong> the said order as laid down in said * Work Order/Letter <strong>of</strong><br />

Intent/Letter <strong>of</strong> Acceptance including the warranty obligations and that it shall continue<br />

to be enforceable till all the dues <strong>of</strong> the <strong>Corporation</strong> under or by virtue <strong>of</strong> the said * Work<br />

59


Order/Letter <strong>of</strong> Intent/Letter <strong>of</strong> Acceptance have been fully paid and its claims satisfied<br />

or discharged or till the <strong>Corporation</strong> or its authorised representative certified that the<br />

terms & conditions <strong>of</strong> the said *Purchase Order/Letter <strong>of</strong> Intent/Letter <strong>of</strong> Acceptance<br />

have been fully and properly carried out by the said contractor and accordingly<br />

discharged the Guarantee.<br />

4. WE__________________________________, the Guarantor undertake to extend the<br />

validity <strong>of</strong> Bank Guarantee at the request <strong>of</strong> the Contractor for further period or periods<br />

from time to time beyond its present validity period falling which we shall pay the<br />

<strong>Corporation</strong> the amount <strong>of</strong> Guarantee.<br />

5. The liability under this Guarantee is restricted to Rs.______________________________<br />

(Rupees___________________________________) only and will expire on_______________<br />

and unless a claim in writing is presented to us or an action or suit to enforce the claim is<br />

filed against us within 6 months from________________________________ all your rights<br />

will be forfeited and we shall be relieved <strong>of</strong> and discharged from all our liabilities<br />

(thereinafter).<br />

6. The Guarantee herein contained shall not be determined or effected by liquidation or<br />

winding up or insolvency or closure <strong>of</strong> the Contractor.<br />

7. The executant has the power to issue this guarantee on behalf <strong>of</strong> the Guarantor and<br />

holds full and valid power <strong>of</strong> Attorney granted in his favour by the Guarantor<br />

authorizing him to execute Guarantee.<br />

8. <strong>No</strong>twithstanding anything contained herein above, our liability under this guarantee<br />

is restricted to Rs.____________________________(Rupees___________________________)<br />

only and our guarantee shall remain in force upto__________________________________<br />

and unless a demand or claim under the guarantee is made on us in writing on or<br />

before____________________________ all your rights under the guarantee shall be<br />

forfeited and we shall be relieved and discharged from all liabilities thereunder.<br />

We________________________________ Bank lastly undertake not to revoke this<br />

guarantee during the currency except with the previous consent <strong>of</strong> the <strong>Corporation</strong> in<br />

writing. In witness where<strong>of</strong> we _____________________________ have set and subscribed<br />

our had on this ____________________________ day <strong>of</strong> ____________________________.<br />

WITNESS<br />

(1)___________________________<br />

60<br />

SIGNED, SEALED & DELIVERED<br />

______________________________<br />

(Stamp <strong>of</strong> the Executant)<br />

(2)___________________________<br />

(Name & address in full with Rubber Stamp)<br />

*Mention the relevant along with reference number.<br />

Delete the terms which are not applicable. Each page <strong>of</strong> B.G. to be signed by the<br />

executant with common Bank Stamp & date.


ANNEXURE-IX<br />

<strong>NIT</strong>. <strong>No</strong>. Date:<br />

Techno-Commercial Deviation Schedule.<br />

Bidder shall agree to all the techno-commercial terms and conditions mentioned. However, deviation,<br />

if any, should be stated as per the following schedule and to be submitted alongwith the technocommercial<br />

bid failing which it will be presumed that all terms and conditions are acceptable to them.<br />

Deviations taken elsewhere and not brought out in the following deviation schedule, the same will not<br />

be accepted. The owner reserves the right to reject the <strong>of</strong>fer on account <strong>of</strong> such deviation if the bidder,<br />

on advice <strong>of</strong> owner, dose not withdraw the deviations.<br />

Name <strong>of</strong> the Project………………………………………………<br />

<strong>NIT</strong>. <strong>No</strong>. Date:<br />

(Bidder’s Name & Address) : ……………………………………<br />

To,<br />

The Superintending Engineer (Tech),<br />

<strong>Damodar</strong> <strong>Valley</strong> <strong>Corporation</strong>,<br />

Mejia Thermal Power Station,<br />

Po. MTPS, Dist. Bankura.<br />

Dear Sir,<br />

Following are the deviation proposed by us relating to techno-commercial terms and conditions.<br />

We confirm that we shall withdraw the deviations proposed by us at the cost <strong>of</strong> withdrawal indicated in<br />

the price bid falling, which our bid may be rejected and Bid Security forfeited.<br />

Sl. <strong>No</strong>. Clause <strong>No</strong>. <strong>of</strong> Terms& conditions Deviation<br />

Date: ………………….. (Signature) …………………………………….<br />

Place: …………………. (Name) ……………………………………..<br />

(Designation) ………………………………<br />

(Common Seal) ……………………………<br />

<strong>No</strong>te: If there are no deviations, this deviation schedule shall be submitted along with the technocommercial<br />

bid duly signed and stamped after stating “NIL DEVIATIONS.”<br />

61


ANNEXURE-X<br />

<strong>NIT</strong>. <strong>No</strong>. Date:<br />

Cost <strong>of</strong> withdrawal <strong>of</strong> deviations<br />

Mejia Thermal Power Station.<br />

Your <strong>NIT</strong>. <strong>No</strong>. Date:<br />

(Bidder’s Name & Address) ………………………………………<br />

To,<br />

The Superintending Engineer (Tech),<br />

<strong>Damodar</strong> <strong>Valley</strong> <strong>Corporation</strong>,<br />

Mejia Thermal Power Station,<br />

Po. MTPS, Dist. Bankura.<br />

Dear Sir,<br />

Following are the deviations as proposed by us relating to techno-commercial terms and conditions. We are<br />

also furnishing below the cost <strong>of</strong> withdrawal for the deviations proposed by us. We confirm that we shall<br />

withdraw the deviations proposed by us at the cost <strong>of</strong> withdrawal indicated in the attachment falling, which<br />

our bid may be rejected and Bid Security forfeited.<br />

Sl. <strong>No</strong>. Clause <strong>No</strong>. Deviation Cost <strong>of</strong> withdrawal in Rs.<br />

Date: ………………….. (Signature) …………………………………….<br />

Place: …………………. (Name) ……………………………………..<br />

(Designation) ………………………………<br />

(Common Seal) ……………………………<br />

<strong>No</strong>te: Bidders may note that bids containing deviations without the cost <strong>of</strong> withdrawal price shall be<br />

considered as unresponsive <strong>of</strong>fer and will be out rightly rejected. This schedule indicating the cost <strong>of</strong><br />

withdrawal price for such deviations should be submitted alongwith the price bid only and will be taken<br />

into consideration for the purpose <strong>of</strong> bid evaluations.<br />

62


ANNEXURE-XI<br />

PRICE-BID FORMAT.<br />

<strong>NIT</strong> <strong>No</strong>.: Date:<br />

Price for Part-A.<br />

Sl <strong>No</strong> NATURE OF WORK Rate(Rs)<br />

(P)<br />

Part-A.<br />

(i) Liaison with Colliery& Railways.<br />

Part – A<br />

(ii) Supervision <strong>of</strong> loading <strong>of</strong> BOBR Coal<br />

Rakes at Loading Point.<br />

63<br />

Rate per month<br />

(Rs)<br />

Per Rake Price for 180 Rakes<br />

per month<br />

per MT<br />

Total <strong>of</strong> Part-A=<br />

Price for<br />

6,30, 000MT per<br />

month<br />

Amount per Year<br />

(Rs)<br />

P X 180 X 12<br />

P X 6,30,000 X 12


Price for Part-B.<br />

Sl <strong>No</strong> NATURE OF WORK Rate(Rs)<br />

(P)<br />

Part-B. (i) Unloading <strong>of</strong> BOBR coal<br />

rakes at MTPS Track hopper-1&2.<br />

Part-B. (ii) Unloading <strong>of</strong> BOXN coal<br />

rakes at MTPS Track hopper-1&2.<br />

64<br />

Rate per month<br />

(Rs)<br />

per Wagon Price for 10620<br />

Wagons<br />

per Wagon Price for 1,180<br />

Wagons<br />

Total <strong>of</strong> Part-B=<br />

Amount per Year<br />

(Rs)<br />

P X 10,620 X 12<br />

P X 1,180 X 12


Price for Part-C.<br />

Sl <strong>No</strong> NATURE OF WORK Rate per month<br />

(Rs)<br />

65<br />

Amount per Year<br />

(Rs)<br />

Part-C. Annual Repair& Maintenance Contract for Coal Handling Plant <strong>of</strong> Unit# 1,2,3 &4 and<br />

Coal Handling Plant <strong>of</strong> Unit#5 & 6 <strong>of</strong> MTPS.<br />

I. Mandatory Jobs <strong>of</strong> CHP:<br />

1<br />

2<br />

Mechanical Maintenance.<br />

Electrical Maintenance including C&I system.<br />

3 Operation <strong>of</strong> Stacker-cum-Reclaimer, Paddle feeder<br />

operations & its allied system operation like<br />

Conveyor Belt, Operation <strong>of</strong> Mobile Tripper Car at<br />

Bunker in one system & also its allied system<br />

operation like Conv. Belt etc, poking, breaking <strong>of</strong><br />

lump size coal at RH etc.<br />

4 Maintenance <strong>of</strong> 3 <strong>No</strong>s. stacker-cum-reclaimer along<br />

with its auxiliary system and associated Rail Tracks<br />

as well as other associated system.<br />

5 Operational support for Unit# 5&6.<br />

Total <strong>of</strong> “I. Mandatory Jobs <strong>of</strong> CHP”


II. Mandatory Extra Jobs :<br />

1 Replacement <strong>of</strong> Conveyor Belts<br />

2 Unloading <strong>of</strong> Oil Wagons<br />

(LDO/FO)<br />

3 Fabrication <strong>of</strong> GMS Gratings<br />

4 Unloading <strong>of</strong> Road Oil<br />

Tanker(LDO/FO)<br />

Rate per<br />

meter<br />

Rate per<br />

wagon<br />

66<br />

Price for 250 meters<br />

per month<br />

Price for 140<br />

wagons per month<br />

Rate per MT Price for 30MT per<br />

month<br />

Rate per<br />

Road oil<br />

Tanker<br />

Total <strong>of</strong> “II. Mandatory Extra Jobs”<br />

Total <strong>of</strong> Part-C=<br />

Price for 50 tankers<br />

per month<br />

Price for 3000meters<br />

Price for 140 wagons<br />

X 12months<br />

Price for 360MT<br />

Price for 50 tankers<br />

per month X<br />

12months


Price for Part-D.<br />

Sl <strong>No</strong> NATURE OF WORK Rate per month Amount per Year<br />

(Rs)<br />

(Rs)<br />

Part-D. Removal <strong>of</strong> technological waste & Up-keepment <strong>of</strong> Coal Handling Plant <strong>of</strong> Unit# 1,2,3&4<br />

and Unit#5 & 6 <strong>of</strong> MTPS.<br />

1 General Scope <strong>of</strong> Work:<br />

a) Removal <strong>of</strong> technological waste <strong>of</strong> entire C.H.P area <strong>of</strong> Unit <strong>No</strong>#1,2,3&4<br />

i)<br />

Zone# 1<br />

ii)<br />

iii)<br />

iv)<br />

v)<br />

vi)<br />

Zone # 2<br />

Zone # 3<br />

Zone # 4<br />

Zone # 5<br />

Zone # 6<br />

Total <strong>of</strong> (a) Removal <strong>of</strong> technological waste <strong>of</strong> entire<br />

C.H.P area <strong>of</strong> Unit <strong>No</strong>#1,2,3&4<br />

67


2<br />

i)<br />

ii)<br />

iii)<br />

iv)<br />

v)<br />

vi)<br />

General Scope <strong>of</strong> Work:<br />

b) Removal <strong>of</strong> technological waste <strong>of</strong> entire C.H.P area <strong>of</strong> Unit <strong>No</strong>#5&6<br />

Zone# 1<br />

Zone # 2<br />

Zone # 3<br />

Zone # 4<br />

Zone # 5<br />

Zone # 6<br />

Total <strong>of</strong> (b) Removal <strong>of</strong> technological waste <strong>of</strong> entire<br />

C.H.P area <strong>of</strong> Unit <strong>No</strong>#5&6<br />

68


3.<br />

Loading, unloading and carrying<br />

through MTPS weigh-bridge per MT<br />

for :<br />

(i) Stones& Boulders<br />

per MT Price per month Price for 12 months<br />

69<br />

Price for 3500 MT<br />

(ii) Coal Dust Price for 500 MT<br />

Total <strong>of</strong> Loading, unloading and carrying through<br />

MTPS weigh-bridge for Stones, Boulders and Coal<br />

Dust<br />

Part-E Shortage Minimization <strong>of</strong><br />

BOBR indigenous coal rakes for Mejia<br />

TPS.<br />

Total <strong>of</strong> Part-D=<br />

Price for Part-E.<br />

Rate per MT<br />

<strong>of</strong> coal<br />

received at<br />

MTPS<br />

Total <strong>of</strong> Part-E=<br />

Price for 6,30,000<br />

MT per month<br />

Price for 3500MTX<br />

12 months<br />

Price for 500MTX 12<br />

months<br />

630000MTX 12months


Rates:<br />

Service Tax & any other statutory Taxes and duties<br />

70<br />

Rs.<br />

Per month<br />

Rs.<br />

Per year<br />

TOTAL PRICE OF PART-A, B, C, D& E INCLUDING TAXES AND DUTIES<br />

Total Price <strong>of</strong> Part-A, B, C, D& E including Taxes<br />

and Duties=<br />

Rs.<br />

Rs.<br />

Signature <strong>of</strong> the Bidder:<br />

Date:<br />

Office Seal.<br />

Per month<br />

Per year<br />

Method <strong>of</strong> Bid Evaluation<br />

The Contract may be awarded to the successful bidder either in Part/Sub-Part or in<br />

full at sole discretion <strong>of</strong> DVC. But it is obligatory for the Bidders to quote their prices<br />

for all the Part-A (i & ii), B, C, D& E <strong>of</strong> the Scope <strong>of</strong> the Contract in the Price-bid<br />

format given herein before. In case <strong>of</strong> incomplete quotation, the bid shall be liable to<br />

be rejected.<br />

Work is composite in nature comprising Part - A, B, C, D&E. Hence evaluation will be<br />

done on composite basis provided the Bidders quote for all the Parts as mentioned above.<br />

Relative standing <strong>of</strong> the qualified bidders whose price bid will be opened shall be made<br />

after working out total Amount per Year which shall be the algebraic sum <strong>of</strong> Part-wise<br />

amount calculated as, Q = A (i) + A (ii) + B + C + D + E Plus (Taxes and Duties as<br />

applicable)<br />

Bid Ranking viz. L1, L2 etc. shall be determined on Q1, Q2, etc. basis respectively.<br />

The rate shall be quoted in both “figures” and “words”. In the event <strong>of</strong> any discrepancy in the<br />

quoted rate, the “words” will prevail.


ANNEXURE-XII<br />

FORMAT FOR AGREEMENT FOR ANNUAL MAINTENANCE CONTRACT OF<br />

DAMODAR VALLEY CORPORATION<br />

AN AGREEMENT made and entered into this…………… day <strong>of</strong> ………………..<br />

20…. between M/s DAMODAR VALLEY CORPORATION, Mejia Thermal Power<br />

Station, P.O. MTPS, Dist. Bankura, Pin-722183 <strong>of</strong> the FIRST PART (which expression<br />

shall unless repugnant) to the context be deemed to include its successors or assigns) and<br />

M/s…………….<br />

<strong>of</strong> the SECOND PART (which expression shall repugnant to the context or meaning<br />

there<strong>of</strong> be deemed to include its successors, assigns.)<br />

WHEREAS the aforesaid Party <strong>of</strong> the First Part invited tenders for the work <strong>of</strong><br />

……………(Name <strong>of</strong> the work).<br />

WHEREAS the tender <strong>of</strong> the Party <strong>of</strong> the Second Part was accepted and the work was<br />

awarded to the Party <strong>of</strong> the Second Part by letter <strong>No</strong>…………<br />

AND WHEREAS the Party <strong>of</strong> the Second Part has accepted the work order aforesaid in<br />

their letter no…………………<br />

<strong>No</strong>w the Agreement, witnessed and it is hereby agreed by and between the parties as<br />

follows:<br />

I. This Agreement is a Contract for services, consisting <strong>of</strong> Clauses 1 to 21. Inclusive <strong>of</strong><br />

Annexure hereto and <strong>NIT</strong>/LOA/LOI/ Work Order/ DVC’s GCC/DVC’s T1/T3 Forms shall<br />

form an inseparable part <strong>of</strong> this Agreement.<br />

II. In consideration <strong>of</strong> the payments to be made by the Party <strong>of</strong> the First Part to the Party<br />

<strong>of</strong> the Second Part, the Party <strong>of</strong> the Second Part hereby covenants to carry out the work <strong>of</strong><br />

……………(Name <strong>of</strong> the work). The Party <strong>of</strong> the First Part hereby covenants to pay to the<br />

Party <strong>of</strong> the Second Part in consideration <strong>of</strong> the aforesaid work, as provided in the<br />

Agreement.<br />

1. Definitions:-<br />

a) “Commencement date” shall mean the date on which this agreement shall come into<br />

force.<br />

b) “Payment” shall mean the amount payable as specified in Clause 10.<br />

c) “Premises” shall mean the Premises described in Schedule I.<br />

d) “<strong>No</strong>tice” shall mean <strong>No</strong>tice complied with the terms <strong>of</strong> Clause 16.<br />

e) “Services” shall mean the detailed scope <strong>of</strong> work as described Schedule-II.<br />

f) “Terms& Conditions” shall mean the Terms& Conditions which is in the works and<br />

procurement manual 2006 and the terms and conditions mentioned herein after and is<br />

binding on the parties.<br />

71


2. Obligations <strong>of</strong> The Party <strong>of</strong> the Second Part :-<br />

a) The Party <strong>of</strong> the Second Part shall provide services as agreed upon and set out in<br />

Schedule II foe the term <strong>of</strong> the Agreement or until it is terminated in accordance with the<br />

clauses <strong>of</strong> this Agreement.<br />

b) The Party <strong>of</strong> the Second Part shall obtain at his own cost necessary permits or licenses<br />

etc. as required under the various clauses whether Central, State or Local from time to time<br />

for performing and rendering services and the Company <strong>of</strong> the First Part does not take any<br />

liability whatsoever in this regard.<br />

(i) The Party <strong>of</strong> the Second Part has to obtain licenses/ permits etc. as applicable as<br />

mentioned above within a time period <strong>of</strong> fourteen days <strong>of</strong> signing this Agreement, failing<br />

which this Agreement shall stand unilaterally terminated.<br />

(ii) If the licenses/ permits etc. obtained by the Party <strong>of</strong> the Second Part are revoked and/<br />

or suspended and/ or cancelled by the authority concerned and/ or become invalid, the<br />

Agreement shall stand unilaterally terminated.<br />

c) The Party <strong>of</strong> the Second Part shall at its own cost comply with the provisions <strong>of</strong> all<br />

laws, rules, orders and regulations and notifications whether Central or State or Local as<br />

applicable to him or to this Agreement from time to time. These Acts/Rules include,<br />

without limitations, the following:<br />

(i) The Minimum Wages Act & Rules and Orders and <strong>No</strong>tifications issued there under<br />

from time to time;<br />

(ii) The Contract Labour (Regulation & Abolition) Act, 1970 with Rules, Orders and<br />

<strong>No</strong>tifications made there under;<br />

(ii) The Industrial Disputes Act, 1947 with Rules, Orders and <strong>No</strong>tifications issued there<br />

under from time to time.<br />

(iv) The Workmen’s Compensation Act, 1923 with Rules, Orders and <strong>No</strong>tifications<br />

there under issued from time to time.<br />

(v) The Payment <strong>of</strong> Gratuity Act, 1972 with Rules, Orders and <strong>No</strong>tifications issued<br />

there under from time to time.<br />

(vi) The Payment <strong>of</strong> Wages Act, 1936 with Rules, Orders and <strong>No</strong>tifications issued<br />

thereunder from time to time;<br />

(vii) The Employees’ Provident Fund and Miscellaneous Provisions Act, 1952 with<br />

Rules, Orders and <strong>No</strong>tifications issued thereunder from time to time;<br />

(viii) The Factories Act, 1948 with subsequent modifications & amendments from time to<br />

time.<br />

72


(ix) The Employees State Insurance Act, 1948 with Rules, Orders and <strong>No</strong>tifications<br />

issued thereunder from time to time;<br />

(x) All other Acts/Rules/Regulations, Bye-laws, Order, <strong>No</strong>tifications etc. already in vogue<br />

or may be enacted in future by the legislation or present <strong>of</strong> future Applicable to the Party <strong>of</strong><br />

the Second Part from time to time for performing the aforesaid services.<br />

The Party <strong>of</strong> the Second Part shall produce the requisite Compliance Report to the Party <strong>of</strong><br />

the First Part from time to time or as prescribed in the above mentioned laws.<br />

d) The Party <strong>of</strong> the Second Part shall undertake the services as per details given in<br />

Schedule-II attached to this Agreement. The Party <strong>of</strong> the Second Part shall also comply<br />

with other requirements, if any, given to the Party <strong>of</strong> the Second Part in writing by the<br />

authorized representative <strong>of</strong> the Party <strong>of</strong> the First Part to the Party <strong>of</strong> the Second Part or his<br />

authorized representative for performing the aforesaid services.<br />

e) The performance <strong>of</strong> service by the Party <strong>of</strong> the second Part, shall be <strong>of</strong> highest<br />

order/standing and competence and as described in Schedule II.<br />

f) The Party <strong>of</strong> the First Part may terminate this Agreement if the performance <strong>of</strong> services<br />

by the Party <strong>of</strong> the Second Part is not up to specified standard and if the Party <strong>of</strong> the<br />

Second Part fails to comply with the laws mentioned hereinbefore. The decision <strong>of</strong> the<br />

Party <strong>of</strong> the First Part in this respect shall be absolute and final.<br />

3. Deployment <strong>of</strong> Employees by the Party <strong>of</strong> the Second Part:<br />

a) The Party <strong>of</strong> the First Part as and when required shall deploy his own employees for<br />

rendering satisfactory services.<br />

b) That there shall not subsist in any manner whatsoever any employer-employee<br />

relationship between the Party <strong>of</strong> the First Part and the workmen/employees employed and<br />

as and when deployed by the party <strong>of</strong> the Second Part or the Party <strong>of</strong> the Second Part<br />

himself. The party <strong>of</strong> the Second Part shall be responsible for appointments, payment <strong>of</strong><br />

wages, compliances with all statutory formalities relating to the workmen/employees<br />

employed and deployed by it.<br />

c) The party <strong>of</strong> the Second Part shall conduct the work in the manner prescribed by the<br />

Party <strong>of</strong> the First Part and in the event <strong>of</strong> any deviation there from, the party <strong>of</strong> the Second<br />

Part shall be responsible to make good the same within………….(need based to be<br />

incorporated) from being intimated by the Party <strong>of</strong> the First Part. The party <strong>of</strong> the Second<br />

Part shall supervise and control the manner and mode <strong>of</strong> working and also the working <strong>of</strong><br />

the workmen as and when deployed and there shall not be any supervision and control by<br />

the Party <strong>of</strong> the First Part over the employees/ workmen employed by the party <strong>of</strong> the<br />

Second Part.<br />

d) The workmen/employees engaged and deployed by the Party <strong>of</strong> the Second Part should<br />

also observe discipline at all times and maintain decency and decorum during the course <strong>of</strong><br />

their employment and the party <strong>of</strong> the Second Part shall be fully responsible for the said<br />

workmen/employees.<br />

73


e) The payment <strong>of</strong> wages, ESI, PF, bonuses and other benefits to the employees <strong>of</strong> the<br />

Party <strong>of</strong> the Second Part shall be the exclusive responsibility <strong>of</strong> the Party <strong>of</strong> the Second<br />

Part and the employees shall have no claim whatsoever on the Party <strong>of</strong> the First Part.<br />

f) The party <strong>of</strong> the Second Part as and when deploy workmen the Party <strong>of</strong> the Second Part<br />

shall maintain a Register <strong>of</strong> persons employed under him and issue Employment Cards to<br />

each worker within three days <strong>of</strong> employment and a copy <strong>of</strong> the same to be submitted with<br />

the Party <strong>of</strong> the First Part within seven days there from.<br />

g) The party <strong>of</strong> the Second Part as and when employed workmen shall also maintain al<br />

statutory register viz register <strong>of</strong> wages, master roll register <strong>of</strong> deductions, register <strong>of</strong><br />

overtime, register <strong>of</strong> fines, register <strong>of</strong> advances, wage slip and any other register required to<br />

be maintained under the statue and shall give inspection <strong>of</strong> the same to the Party <strong>of</strong> the First<br />

Part on demand.<br />

h) The party <strong>of</strong> the Second Part as and when employed workmen shall make the Payment<br />

<strong>of</strong> wages and other conditions <strong>of</strong> employment in respect <strong>of</strong> workmen employed and<br />

deployed by the party <strong>of</strong> the Second Part in conformity with statutory requirements and the<br />

Party <strong>of</strong> the First Part shall be fully protected in all respect in this regard.<br />

i) The party <strong>of</strong> the Second Part as and when employed workmen shall send half-yearly<br />

returns to the Licensing Officer not later than thirty days from the closing <strong>of</strong> the Half year.<br />

j) The party <strong>of</strong> the Second Part as and when employed workmen shall be solely and wholly<br />

responsible for the safety& security <strong>of</strong> the employees employed by the party <strong>of</strong> the Second<br />

Part. The Party <strong>of</strong> the Second Part shall also make adequate provision <strong>of</strong> Insurance for the<br />

said employees at their own cost to cover them against the risk <strong>of</strong> accident and/ or death in<br />

harness. In the event <strong>of</strong> any accident and/ or death in harness, the Party <strong>of</strong> the Second Part<br />

shall pay proper compensation as per The Workmen’s Compensation Act 1923. The Party<br />

<strong>of</strong> the First Part will have no responsibility whatsoever, and will be kept fully indemnified<br />

and harmless.<br />

k) The party <strong>of</strong> the Second Part shall also be responsible for the property <strong>of</strong> the Party <strong>of</strong><br />

the First Part and in case <strong>of</strong> any damage whatsoever, shall immediately repair/ replace the<br />

damaged property at their own cost and arrangement failing which Party <strong>of</strong> the First Part<br />

shall have right to recover the cost from the Party <strong>of</strong> the Second Part.<br />

l) The party <strong>of</strong> the Second Part as and when employed workmen in case <strong>of</strong> any act <strong>of</strong><br />

indiscipline on the part <strong>of</strong> workmen/employees <strong>of</strong> the Party <strong>of</strong> the Second Part, the Party <strong>of</strong><br />

the Second Part shall take suitable action against the delinquent employee with proper<br />

intimation to the appropriate authority <strong>of</strong> the Party <strong>of</strong> the First Part.<br />

m) The workmen/employees <strong>of</strong> the Party <strong>of</strong> the Second Part as and when employed by the<br />

Party <strong>of</strong> the Second Part including himself shall have no right and/ or any right to access<br />

whatsoever to claim as an employment with the company <strong>of</strong> the Party <strong>of</strong> the First Part.<br />

n) In case the workmen/employees engaged by the Party <strong>of</strong> the Second Part have any<br />

grievance they shall take it up with the Party <strong>of</strong> the Second Part without causing any<br />

disturbance in the premises <strong>of</strong> the Party <strong>of</strong> the First Part in any manner. Under no<br />

74


circumstances, shall the workmen engaged by the Party <strong>of</strong> the Second Part initiate or take<br />

part in any agitation or demonstration against the Party <strong>of</strong> the First Part.<br />

o) If the process forming part <strong>of</strong> this Agreement is abolished by any provision <strong>of</strong> law or<br />

under Sec.10 <strong>of</strong> the Contract Labour (R&A) Act.1970 the workmen/employees <strong>of</strong> the Party<br />

<strong>of</strong> the Second Part shall not become the employees <strong>of</strong> the Principal Employer i.e. Party <strong>of</strong><br />

the First Part.<br />

p) During the terms <strong>of</strong> this Agreement the Party <strong>of</strong> the Second Part shall be independent<br />

employer and not in any manner has any employer-employee relationship with the Party <strong>of</strong><br />

the First Part and that <strong>of</strong> Principal to Principal.<br />

4. OBLIGATIONS OF THE PARTY OF THE FIRST PART:<br />

a) The Party <strong>of</strong> the First Part shall permit the duly authorized workmen <strong>of</strong> the Party <strong>of</strong> the<br />

Second Part at all convenient times to enter into and upon the premises only on<br />

presentation <strong>of</strong> the approved gate passes as mentioned below, for the purpose <strong>of</strong> carrying<br />

out their work.<br />

b) The Party <strong>of</strong> the First Part shall make to the Party <strong>of</strong> the Second Part all payments. As<br />

per Clause 10, throughout the term <strong>of</strong> this Agreement or so long the Agreement subsists or<br />

the Party <strong>of</strong> the Second Part performs its obligation under this Agreement.<br />

5. COMPLETION:<br />

The work shall be deemed to have been completed on expiry <strong>of</strong> the period <strong>of</strong> this<br />

Agreement and release <strong>of</strong> final payment to the Party <strong>of</strong> the Second Part by the Party <strong>of</strong> the<br />

First Part.<br />

6. PENALTY:<br />

In terms <strong>of</strong> the General Terms <strong>of</strong> the Contract clause………………(as applicable).<br />

7. DELEGATION;<br />

(As applicable).<br />

8. INDEM<strong>NIT</strong>Y :<br />

Party <strong>of</strong> the Second Part covenants and agrees to fully protect and hold the Party <strong>of</strong> the<br />

First Par,t its employees and agent harmless against any claim, demand, actions, suits,<br />

proceedings, judgment, liabilities, costs, expenses, damages or losses.<br />

9. BILLS :<br />

The Party <strong>of</strong> the First Part reserves the right to require the Party <strong>of</strong> the Second Part to<br />

submit documentary evidence in support <strong>of</strong> the bills, including details <strong>of</strong> the work done,<br />

duly supported by the Certificate from the representative <strong>of</strong> the Party <strong>of</strong> the First Part in the<br />

first week <strong>of</strong> the following month. Party <strong>of</strong> the First Part also reserves the right to make at<br />

the earliest opportunity any adjustment which may be pending from the previous months.<br />

75


10. PAYMENT:<br />

As per relevant clauses <strong>of</strong> work order.<br />

11. DURATION OF THE AGREEMENT:<br />

a) This Agreement shall be effective from the date <strong>of</strong> commencement <strong>of</strong> the work as per<br />

the Work Order.<br />

b) The Agreement shall be deemed to expire on completion <strong>of</strong> the work and on compliance<br />

<strong>of</strong> all statutory obligations by the Party <strong>of</strong> the Second Part as provided in for in the<br />

agreement, unless extended by both the parties in writing.<br />

12. CANCELLATION/ TERMINATION:<br />

As per the Clause 28 <strong>of</strong> the General Conditions <strong>of</strong> the Contract.<br />

13. CONSEQUENCES OF TERMINATION:<br />

a) In the event <strong>of</strong> this Agreement being determined whether by efflux <strong>of</strong> time or notice or<br />

breach or otherwise, the Party <strong>of</strong> the Second Part shall forthwith returns to the Party <strong>of</strong> the<br />

First Part all the papers, books or other articles belonging to the Party <strong>of</strong> the First Part.<br />

b) In the event <strong>of</strong> termination <strong>of</strong> this Agreement, the rights and obligations <strong>of</strong> the parties<br />

thereto shall be settled by mutual discussion. The financial settlement shall take into<br />

consideration not only the expenditure incurred but also the expenditure committed by the<br />

Party <strong>of</strong> the First Part.<br />

c) In the event <strong>of</strong> termination <strong>of</strong> this Agreement, the Party <strong>of</strong> the Second Part shall be liable<br />

to refund the amount, if any, paid in advance by the Party <strong>of</strong> the First Part.<br />

d) Either Party shall be entitled to exercise any one or more <strong>of</strong> the rights and remedies<br />

given to it under the terms <strong>of</strong> this Agreement and the determination <strong>of</strong> this Agreement shall<br />

not affect or prejudice such rights and remedies and each party shall remain liable to<br />

perform all outstanding liabilities under this Agreement notwithstanding that the other may<br />

have exercised any or more <strong>of</strong> the rights and remedies available against each other.<br />

14. FORCE MAJEURE:<br />

As per the Clause 27 <strong>of</strong> the General Conditions <strong>of</strong> the Contract.<br />

15. CONFIDENTIALITY:<br />

During the tenure <strong>of</strong> the Agreement and 7 years thereafter the Party <strong>of</strong> the Second Part<br />

undertake on their behalf and on the behalf <strong>of</strong> their subcontractors/ employees/<br />

representatives/ associates etc to maintain strict confidentiality and prevent disclosure<br />

there<strong>of</strong>, <strong>of</strong> all the information and data exchanged/ generated pertaining to the work under<br />

this Agreement for any purpose other than in accordance with the Agreement.<br />

76


16. <strong>No</strong>t ice:<br />

Any notice to be served by either party on the other shall be sent by Registered Post and<br />

shall be deemed to have been received by the addresses within 07 days <strong>of</strong> posting.<br />

17. Settlement <strong>of</strong> disputes & Arbitration :<br />

a) Any dispute(s) or difference(s) arising out <strong>of</strong> or in connection with the contract shall, to<br />

the extent possible, be settled amicably between the Party <strong>of</strong> the First Part & Party <strong>of</strong> the<br />

Second Part.<br />

b) In the event <strong>of</strong> any dispute or difference whatsoever arising under this Agreement or in<br />

connection therewith including any question relating to existence, meaning and<br />

interpretation <strong>of</strong> the terms <strong>of</strong> the Agreement or any alleged breach there<strong>of</strong>, the same shall<br />

be referred to the Secretary, CEO <strong>of</strong> <strong>Damodar</strong> <strong>Valley</strong> <strong>Corporation</strong>, Kolkata-54 or to a<br />

person nominated by him for arbitration. The Arbitration shall be conducted in accordance<br />

with the provisions <strong>of</strong> Arbitration and Conciliation Act, 1996 or any other latest enactment<br />

and the decision/ judgment <strong>of</strong> Arbitrator/Arbitrators shall be final and binding on both the<br />

parties. The venue <strong>of</strong> arbitration shall be at Kolkata.<br />

However, in case the Party <strong>of</strong> the Second Part is a Central Public Sector Enterprise/ Govt.<br />

Department, the dispute arising between the Party <strong>of</strong> the First Part & Party <strong>of</strong> the Second<br />

Part shall be settled through Permanent Arbitration Machinery (PAM) <strong>of</strong> the Department <strong>of</strong><br />

Public Enterprise, Govt. <strong>of</strong> India as per prevailing rules.<br />

c) All suits arising out <strong>of</strong> <strong>NIT</strong>, subsequent work order and agreement, if any, are subject<br />

jurisdiction <strong>of</strong> Court in the City <strong>of</strong> Kolkata only and no other Court, when<br />

resolution/settlement through mutual discussion and arbitration fails.<br />

18. AMENDMENTS OF THE AGREEMENT:<br />

<strong>No</strong> amendment or modification <strong>of</strong> this Agreement shall be valid unless the same is made in<br />

writing by both parties or their authorized representative and specifically stating the same<br />

to be an amendment <strong>of</strong> this Agreement. The modifications/ changes shall be effective from<br />

the date on which they are made/ executed, unless otherwise agreed to.<br />

19. MISCELLANEOUS<br />

a) The party <strong>of</strong> the second part as and when required shall deploy as any in number expert<br />

personnel and/ or skilled / semi-skilled/ unskilled workmen with adequate qualification<br />

and experience having appropriate level <strong>of</strong> acumen to carry out the job with entire<br />

satisfaction <strong>of</strong> the party <strong>of</strong> the First Part.<br />

b) <strong>No</strong> child labour shall be engaged by the contractor as per statutory rules <strong>of</strong> the Govt. <strong>of</strong><br />

India.<br />

c) The party <strong>of</strong> the second part as an when employed their employees engaged in the job<br />

shall follow all safety rules at the time <strong>of</strong> execution <strong>of</strong> work. It shall be the<br />

responsibility <strong>of</strong> the contractor to supply all safety equipment necessary to their O& M<br />

77


personnel without any extra cost to DVC. All statutory rules & regulations shall have to<br />

be followed by the contractor during employment/ retrenchment <strong>of</strong> his workers/<br />

employees.<br />

d) As the plant site is a protected area, necessary gate passes with photograph <strong>of</strong> every<br />

worker/ employee <strong>of</strong> the party <strong>of</strong> the second part shall be arranged by the Party <strong>of</strong> the<br />

Second art with proper intimation to the Part <strong>of</strong> the First part. The expenditure <strong>of</strong><br />

issuing the gate passes to the workmen shall be borne by the Party <strong>of</strong> the Second Part.<br />

The gate passes shall be duly signed by the Party <strong>of</strong> the second part with <strong>of</strong>ficial seal in<br />

addition to the signature <strong>of</strong> the holder (employee <strong>of</strong> the party <strong>of</strong> the Second Part) and<br />

the authoised <strong>of</strong>ficer <strong>of</strong> the Party <strong>of</strong> the First Part.<br />

e) In case <strong>of</strong> sub-letting the contract, the sub-contractor shall be engaged with prior<br />

approval <strong>of</strong> the Party <strong>of</strong> the First Part and at full risk <strong>of</strong> the Party <strong>of</strong> the Second Part.<br />

f) The party <strong>of</strong> the Second Part shall not pay less than prescribed minimum wages to the<br />

workmen engaged by him under minimum Wages Act,1948 and the Govt. rules made<br />

there under and subject to revision from time to time. The monthly payment is to be<br />

made on the 7 th day <strong>of</strong> the successive month. The Party <strong>of</strong> the Second Part shall<br />

intimate the disbursement <strong>of</strong> payment to the authorized representative <strong>of</strong> Personnel<br />

Dept. <strong>of</strong> the Party <strong>of</strong> the First Part on 7th -10th day <strong>of</strong> the successive month.<br />

g) Legal suits arising out <strong>of</strong> the Agreement, if any, are subject to the jurisdiction in the<br />

Court <strong>of</strong> the city <strong>of</strong> Kolkata and no other Court elsewhere.<br />

h) The workers/ employees engaged by the party <strong>of</strong> the Second Part should not be under<br />

the influence or addiction <strong>of</strong> drug/ liquor while on duty. It should be obligatory on the<br />

part <strong>of</strong> the Party <strong>of</strong> the Second Part to remove any such person from the job whose<br />

action or conduct in the opinion <strong>of</strong> management <strong>of</strong> the Party <strong>of</strong> the First part is<br />

detrimental to its interest.<br />

i) If the Party <strong>of</strong> the Second Part desires to execute a part <strong>of</strong> Scope <strong>of</strong> maintenance<br />

contract which are very specialized in nature by engaging a specialized competent<br />

group they will have to obtain approval from the Party <strong>of</strong> the First Part, furnishing all<br />

credential and requirement <strong>of</strong> the manpower strength before engagement. However, the<br />

Party <strong>of</strong> the First Part reserves the right to discontinue the same at its discretion.<br />

j) The Party <strong>of</strong> the Second Part shall fully cooperate with other contractors employed by<br />

the Party <strong>of</strong> the First Part for associated plant and subsidiary as well as other similar<br />

activities and shall carry out all reasonable directions <strong>of</strong> the designated Chief Engineer<br />

(O&M) <strong>of</strong> the Party <strong>of</strong> the First Part or his authorized representative as the case may be.<br />

20. CHANGE OF ADDRESS:<br />

Each Party shall give notice to the other <strong>of</strong> any change or acquisition <strong>of</strong> any address or<br />

telephone number or FAX or similar number at the earliest possible opportunity but in any<br />

even within 48 hours <strong>of</strong> such change <strong>of</strong> acquisition.<br />

IN WITNESS WHEREOF the parties hereto put their signatures on the date as written<br />

above.<br />

78


SIGNED, SEALED AND DELIVERED<br />

Party <strong>of</strong> the Second Part. Party <strong>of</strong> the First Part<br />

in the presence <strong>of</strong>:- in the presence <strong>of</strong>:-<br />

1. 1.<br />

2. 2.<br />

S C H E D U L E :- (I)<br />

Premises at which the Services are to be required.<br />

S C H E D U L E :- (II)<br />

List <strong>of</strong> services to be provided at all the premises listed in Schedule-I.<br />

79


1. Definition<br />

ANNEXURE-XIII<br />

DAMODAR VALLEY CORPORATION<br />

DVC Towers VIP Road<br />

Kolkata – 700 054<br />

General conditions OF CONTRACT<br />

The following terms and expressions used herein shall have the meaning as<br />

indicated therein :-<br />

Purchase Order/The Contract : Shall mean the documents forming the tenders and<br />

acceptance there<strong>of</strong> together with the documents referred to therein including the conditions,<br />

specifications/Scope <strong>of</strong> Work, designs, drawings and instructions issued from time to time<br />

by the Purchaser/ Owner and all these documents taken together shall be deemed to form<br />

one contract and shall be complementary to one another.<br />

Applicable Law : This contract including all matters connected with this Contract shall be<br />

governed and construed in accordance with the Indian Law both substantive and procedural<br />

and shall be subject to the exclusive jurisdiction <strong>of</strong> Indian courts at Kolkata (India).<br />

Contract Price : It means the total price to be paid for the supply <strong>of</strong><br />

materials/goods/services to the consignee in accordance with the payment terms stipulated<br />

in the contract.<br />

Supplier/Vendor/Contractor : Shall mean the registered individual firm, Company or<br />

<strong>Corporation</strong> whether incorporated or otherwise to whom the Purchase Order/Work<br />

Order/LOA/LOI is addressed and shall include its permitted assigns and successors.<br />

Purchaser/Owner : Shall mean <strong>Damodar</strong> <strong>Valley</strong> <strong>Corporation</strong>, a statutory body established<br />

under Act <strong>No</strong>. XIV <strong>of</strong> 1948 <strong>of</strong> GOI having its Corporate Office at DVC Towers, VIP Road,<br />

Kolkata – 700 054.<br />

Party : It means the owner or the bidder, as the case may be, and ‘Parties’ means both <strong>of</strong><br />

them.<br />

Sub-Vendor/Sub Contractor : Shall mean the person/organization/firm named in the<br />

Purchase Order/Contract for any part <strong>of</strong> the material/works to whom that part <strong>of</strong> the<br />

Purchase Order/Contract has been sublet by the vendor with the consent in writing <strong>of</strong> the<br />

‘Owner’ and will include the legal representatives, successors and permitted assigns <strong>of</strong><br />

such person.<br />

Equipment/Stores/Materials : Shall mean and include equipment, stores & materials to be<br />

supplied by the vendor under the contract.<br />

80


Specification/Scope <strong>of</strong> Work : Shall mean the Specifications and Bidding documents<br />

forming a part <strong>of</strong> the contract and also such other schedules and drawings furnished by<br />

purchaser/owner and or as may be mutually agreed upon.<br />

Guarantee/Warranty Period : Shall mean the period during which the vendor shall<br />

remain liable to repair or replacement <strong>of</strong> any defective part <strong>of</strong> the<br />

Stores/Equipment/Materials supplied/works executed under the contract.<br />

2. Reference<br />

The number <strong>of</strong> the concerned Purchase Order/Work Order/LOA/LOI must appear on all<br />

correspondence, drawings, invoices, packing and shipping documents and on all documents<br />

or papers connected with the Contract.<br />

3. Specifications and Drawings<br />

3.1 Any information, details etc. called for in the specification and not shown in the<br />

drawings and vice-versa shall have the same effect and meaning as if called for and shown<br />

both in the specification and drawings. In case <strong>of</strong> conflict between the specifications and<br />

drawings, the decision <strong>of</strong> the Purchaser/owner or his duly authorized representative shall be<br />

final and binding.<br />

3.2 Standards :<br />

The goods/materials supplied under this contract shall conform to the standards mentioned<br />

in the Technical Specification, and, when no applicable standard is mentioned, the<br />

authoritative standard appropriate to the goods/materials issued by the concerned institution<br />

and such standard shall be the latest.<br />

4. GENERAL INFORMATIONS :<br />

Single Stage Bidding :<br />

(a) For One Part Limited/Open <strong>Tender</strong> : Bidders are requested to Submit their <strong>of</strong>fer in<br />

sealed envelope superscribing on it Enquiry/<strong>Tender</strong> <strong>No</strong>. and Date. Also indicate the Name<br />

and Address <strong>of</strong> the firm; and date <strong>of</strong> opening on the envelope. In case, earnest money is<br />

required to be deposited, the above envelope should contain two smaller sealed envelopes<br />

marked ‘A’ & ‘B’.<br />

(i) Envelope ‘A’ superscribed on it “Earnest Money against <strong>Tender</strong> <strong>No</strong>tice <strong>No</strong>. and Date”<br />

should contain the Earnest Money in desired form and also the cost <strong>of</strong> tender documents in<br />

DD/Pay Order in favour <strong>of</strong> Chief Accounts Officer, DVC, Kolkata-54, if the same is<br />

downloaded from website.<br />

(ii) Envelope ‘B’ superscribed on it ‘Techno-Commercial and Price Bid against <strong>Tender</strong><br />

<strong>No</strong>tice <strong>No</strong>. and Date” should contain quotation with price and other details.<br />

(b) For two part Limited/Open <strong>Tender</strong> :<br />

81


I. 4 ENVELOPE BIDDING :<br />

Bidders are requested to submit their <strong>of</strong>fer in sealed envelope superscribing on it “<strong>Tender</strong><br />

<strong>No</strong>tice <strong>No</strong>. and Date”. Also indicate the Name and Address <strong>of</strong> the firm; and date <strong>of</strong><br />

opening on the envelope. Above sealed envelope should contain three smaller sealed<br />

envelopes marked ‘A’, ‘B’, ‘C’&’D’.<br />

(i) Envelope ‘A’ superscribed on it “Earnest Money against <strong>Tender</strong> <strong>No</strong>tice <strong>No</strong>. and Date”<br />

should contain Earnest Money in desired form and also the cost <strong>of</strong> tender documents in<br />

DD/Pay Order in favour <strong>of</strong> Chief Accounts Officer, DVC, Kolkata-54, if the same is<br />

downloaded from the website.<br />

(ii) Envelope ‘B’ superscribed on it ‘Quotation against <strong>Tender</strong> <strong>No</strong>tice <strong>No</strong>. and Date should<br />

contain supporting documents for Qualifying Requirement as asked in the <strong>NIT</strong>.<br />

(iii) Envelope ‘C’ superscribed on it ‘Quotation against <strong>Tender</strong> <strong>No</strong>tice <strong>No</strong>. and Date should<br />

contain quotation with technical details and commercial terms along with Deviation<br />

Schedule as per format given in Annexure ‘C’.<br />

(iv) Envelope ‘D’ superscribed on it “Price Bid against <strong>Tender</strong> <strong>No</strong>tice <strong>No</strong>. and Date”<br />

should contain the Price Schedule along with the withdrawal prices for deviation, if any, as<br />

per format given in Annexure ‘D’. This envelope will be opened only for technocommercially<br />

and QR complied bids at a date to be notified later on.<br />

II. 3 ENVELOPE BIDDING :<br />

I. Envelope ‘A’ superscribed on it “Earnest Money against <strong>Tender</strong> <strong>No</strong>tice <strong>No</strong>.<br />

and Date” should contain Earnest Money in desired form and also the cost <strong>of</strong> tender<br />

documents in DD/Pay Order in favour <strong>of</strong> Chief Accounts Officer, DVC, Kolkata-54, if the<br />

same is downloaded from the website.<br />

II. Envelope ‘B’ superscribed on it ‘Quotation against <strong>Tender</strong> <strong>No</strong>tice <strong>No</strong>. and<br />

Date should contain supporting documents for Qualifying Requirement as asked in the <strong>NIT</strong><br />

and techno-commercial <strong>of</strong>fers along with Deviation Schedule as per format given in<br />

Annexure ‘C’.<br />

III. Envelope ‘C’ superscribed on it “Price Bid against <strong>Tender</strong> <strong>No</strong>tice <strong>No</strong>. and<br />

Date” should contain the Price Schedule along with the withdrawal prices for deviation, if<br />

any, as per format given in Annexure ‘C’. This envelope will be opened only for technocommercially<br />

and QR complied bids at a date to be notified later on.<br />

FOR TWO STAGE BIDDING: GENERALLY ADOPTED FOR HIGH VALUE<br />

PROCUREMENT FROM MANUFACTURERS ONLY AT THE DISCRETION OF<br />

TIA<br />

A two stage bidding process shall broadly comprise <strong>of</strong> the following two stages :<br />

(a) 1 st Stage Bidding (Techno-Commercial Bids without prices but with Deviation<br />

Schedule, if any).<br />

82


(b) 2 nd Stage Bidding (Price Bids along with requisite EMD and cost <strong>of</strong> withdrawal <strong>of</strong><br />

declared techno-commercial deviation, if any).<br />

● The owner will provide necessary inputs/information as considered necessary to the<br />

successful bidder for completion <strong>of</strong> the assignment.<br />

● The cost on account <strong>of</strong> preparation <strong>of</strong> proposal, negotiation, discussion etc. as may be<br />

incurred by the Bidder in the process <strong>of</strong> finalisation <strong>of</strong> the contract are not reimbursable by<br />

the owner.<br />

● The owner reserves the right to reject any or all proposals, wholly or partially, without<br />

assigning any reasons whatsoever.<br />

● Sub contracting in part or full <strong>of</strong> the assignment awarded to the successful bidder without<br />

prior written consent <strong>of</strong> the owner is not permitted.<br />

5. BIDDING DOCUMENTS<br />

Each bidder shall submit with its bid the following attachments for single stage bidding:<br />

Attachment 1 : EMD/BID SECURITY. An EMD to be furnished in accordance with GCC<br />

Clause <strong>No</strong>. 06 and cost <strong>of</strong> bid documents in DD if the same is downloaded from Website.<br />

Attachment 2 : Techno-commercial Terms & Conditions as per Format given in Annexure<br />

“A” and Specification Booklet/Sheet .<br />

Attachment 3 : Price schedule as per Annexure “B”. The bidder shall also provide the<br />

withdrawal price, if any, for withdrawal <strong>of</strong> techno-commercial deviations as per format<br />

given in Annexure ‘D’ along with the price bid.<br />

Attachment 4 : Deviation sheet – Deviations, if any, from the commercial terms and<br />

conditions or Technical Specifications shall be listed ONLY as per format given in<br />

Annexure “C” and to be enclosed with the Techno-commercial <strong>of</strong>fer.<br />

Attachment 5 : Supporting <strong>Documents</strong> as asked in the qualifying requirements in<br />

accordance with this <strong>NIT</strong>.<br />

Attachment 6 : Pr<strong>of</strong>orma and check list <strong>of</strong> Bank Guarantee against EMD.<br />

Each bidders shall submit with its bids the following attachments for two stage bidding :<br />

First Stage Bidding : Attachment 2, 4 & 5 as detailed above along with the cost <strong>of</strong> bid<br />

documents in DD if the same is downloaded from website.<br />

Second Stage Bidding (if qualified after first stage bidding) : Attachment 1, 3 & 6 as<br />

detailed above.<br />

Each bidder should respond for single stage bidding with<br />

(i) 4-envelope (Two part tendering): Attachment 1 & 6 in envelope ‘A’, attachment 5 in<br />

envelope ‘B’, attachment 2 & 4 in envelope ‘C’ and attachment 3 in envelope ‘D’.<br />

83


(ii) 3-envelope (Two part tendering): Attachment 1 & 6 in envelope A, Attachment 2,4&5<br />

in envelope B and Attachment 3 in envelope C.<br />

(iii) 2- envelope (1 part tendering): Attachment 1 & 6 in envelope A and Attachment 2,3,4<br />

& 5 in envelope ‘B’.<br />

6. EARNEST MONEY DEPOSIT (IF APPLICABLE) :<br />

Every tender must accompany ‘ Earnest Money ’ as mentioned in the <strong>Tender</strong><br />

<strong>No</strong>tice/Enquiry in desired form as mentioned below without which the tender will not be<br />

accepted. The Earnest Money should be deposited in any <strong>of</strong> the following forms:-<br />

a) Pay Order or Demand Draft in favour <strong>of</strong> the Chief Accounts Officer, DVC, Kolkata-54<br />

from any Nationalised or scheduled bank.<br />

b) Bank Guarantee from a Nationalised Bank/Scheduled Bank/Foreign Banks, irrevocable<br />

and operative till the validity <strong>of</strong> the <strong>of</strong>fer as per standard Pr<strong>of</strong>orma.<br />

c) Fixed Deposit Receipt issued by Nationalised Bank endorsed in favour <strong>of</strong> DVC.<br />

d) DVC Bonds duly endorsed in favour <strong>of</strong> DVC.<br />

e) Post Office National Savings Certificate having face value equal to the EMD value and<br />

duly endorsed in favour <strong>of</strong> DVC.<br />

<strong>No</strong> Bank Guarantee shall be accepted for EMD amount upto Rs. 10,000/-. However, EMD<br />

exceeding Rs. 10,000/- may be accepted in any <strong>of</strong> the above forms.<br />

The <strong>of</strong>fer accompanied by B.G. against EMD will only be considered valid on acceptance<br />

<strong>of</strong> the Bank Guarantee. The <strong>of</strong>fer not accompanied by EMD or specified EMD in proper<br />

form as defined above shall not be considered as valid tender for opening provided<br />

necessary stipulations are made in the <strong>NIT</strong>.<br />

i) Earnest Money will only be refunded to the unsuccessful <strong>Tender</strong>er within 15 days after<br />

finalisation <strong>of</strong> <strong>Tender</strong> and no interest will be paid for the same.<br />

ii) The amount <strong>of</strong> Earnest Money will be refunded to the successful tenderer, after<br />

acceptance <strong>of</strong> their Security Deposit-cum-Performance B.G./successful completion <strong>of</strong> the<br />

order.<br />

iii) Small Scale Industries registered with NSIC shall be exempted from the payment <strong>of</strong><br />

Earnest Money. Small Scale Industries seeking such exemption must enclose valid<br />

registration certificate from the appropriate Govt. authority giving details such as validity,<br />

stores etc., failing which exemption will not be granted.<br />

7. CONDITIONS FOR FORFEITURE OF EMD :<br />

The EMD may be forfeited<br />

o In case the purchase order/work order is not executed by the vendor in full.<br />

o In case a bidder withdraws his <strong>of</strong>fer within the <strong>of</strong>fer validity period<br />

specified by the bidder.<br />

84


o If the bidder does not accept the arithmetical correction <strong>of</strong> its Bid Price.<br />

o If the Bidder does not withdraw any deviation at the cost <strong>of</strong> withdrawal<br />

price indicated by him in ‘deviation schedule’.<br />

o If the bidder refuses to withdraw, without any cost to the owner, any<br />

deviation not listed in deviation schedule but found elsewhere in the bid.<br />

o In the case <strong>of</strong> a successful bidder, if the bidder fails within the specified time<br />

limit as mentioned in the purchase order/contract to furnish the acceptance <strong>of</strong><br />

contract.<br />

o In case <strong>of</strong> a successful bidder, if the bidder fails to submit Security Depositcum-Performance<br />

BG within 30 days from last day <strong>of</strong> the stipulated period<br />

mentioned in the Purchase Order/Work Order/LOA/LOI.<br />

o For those tenderers who are found to be indulging in changing /adding or<br />

deleting the contents <strong>of</strong> the downloaded tender documents.<br />

8. Price Basis<br />

Price mentioned in the Purchase Order/Work Order/Turnkey Project Contracts shall<br />

normally be firm till execution <strong>of</strong> the contract unless stated otherwise.<br />

• The contractor/vendor shall furnish the following certificate to the Paying Authority<br />

along with each invoice/bill against payment for supplies made against any supply<br />

order/RC with longer completion period (more than a year), if the same is placed on firm<br />

price basis.<br />

‘I/we certify that there has been no reduction in the sale price <strong>of</strong> the stores <strong>of</strong> description<br />

identical to this item, supplied to any person/organization and such stores have not been<br />

<strong>of</strong>fered/sold by me/us to any person/organization at a price lower than the price charged<br />

under this contract upto the date <strong>of</strong> this bill.’<br />

The bids may be invited either on ‘firm price basis’ or on ‘variable price basis’, but not on<br />

both. <strong>Tender</strong> Inviting Authority may invite any or all the items/components in<br />

supply/works/turnkey project tenders on ’variable price basis’ i.e. few items/components <strong>of</strong><br />

a <strong>NIT</strong> may be on ‘variable price’ basis and remaining items/components <strong>of</strong> the same <strong>NIT</strong><br />

may be on ‘firm price basis’.<br />

The bids may be invited on variable price basis in respect <strong>of</strong> transmission lines packages,<br />

supply <strong>of</strong> tower members and different conductors and major equipments like power and<br />

instrument and distribution transformers, HV circuit breakers, EHV grade transformer oil<br />

or any other materials/packages at the discretion <strong>of</strong> TIA. In such cases Standard Price<br />

Variation Formula, based on PV formula published by IEEMA/CACMAI or similar<br />

recognised sources or adopted by power utilities like NTPC/PGCIL etc shall be prepared<br />

by TIA for the purpose <strong>of</strong> price variation <strong>of</strong> equipments/materials and shall be indicated in<br />

the bid document. Bid document shall also indicate the standard source <strong>of</strong> different indices<br />

(for labour/material/exchange rate etc.) used in the PV formula for purpose <strong>of</strong> calculation<br />

<strong>of</strong> variable component. The base date for different indices for the purpose <strong>of</strong> calculating<br />

price variation will normally be considered 30 days prior to the last date <strong>of</strong> submission <strong>of</strong><br />

price bid or as decided by TIA for this purpose and shall also to be indicated in the bid<br />

document. The cut <strong>of</strong>f date for different indices in the PV formula for the purpose <strong>of</strong><br />

calculating price variation may be considered as 2 to 4 months ahead <strong>of</strong> scheduled delivery<br />

period or as decided by TIA. The same shall also to be indicated component-wise in the bid<br />

85


document. The PV formula shall be stipulated in the bid document with or without any<br />

ceiling limit as decided by <strong>Tender</strong> Inviting Authority. In case <strong>of</strong> non-publication <strong>of</strong><br />

applicable indices on a particular date, which happens to be applicable date for price<br />

adjustment purposes, the published indices prevailing immediately prior to the particular<br />

date will be applicable.<br />

Such bids shall be evaluated on the basis <strong>of</strong> <strong>of</strong>fered price without any loading on account <strong>of</strong><br />

price variation. In case a specific ceiling limit is mentioned in the bid document, payment<br />

shall, however, be restricted to the actual extent <strong>of</strong> variation that would take place limited<br />

to the ceiling limit. For bids on variable price basis without any ceiling limit, payment will<br />

also be effected on actuals as per PV formula without any ceiling limit.<br />

<strong>No</strong> price variation beyond scheduled contractual delivery/completion period will be<br />

allowed. There shall also be no price variation on the advance payment component, if any.<br />

In case <strong>of</strong> any bidder <strong>of</strong>fering firm price against <strong>NIT</strong> stipulation <strong>of</strong> variable price basis or<br />

variable price against <strong>NIT</strong> stipulation <strong>of</strong> firm price basis, it will be considered as deviation<br />

and bidder shall declare the cost <strong>of</strong> withdrawal <strong>of</strong> the same alongwith the price bid, failing<br />

which the <strong>of</strong>fer will be considered unresponsive and to be rejected.<br />

9. Taxes, Levies and Duties<br />

Manufacturers shall quote statutory taxes and duties (Sales Tax, Excise Duty, Customs<br />

Duty, Service Tax, Municipal Tax, Octroi, Levies and any other duties) as applicable on<br />

the date <strong>of</strong> bid opening and shall be shown separately in the <strong>of</strong>fer. This shall be to the<br />

account <strong>of</strong> the Purchaser/Owner against documentary evidence, unless otherwise<br />

mentioned in the Purchase Order. Any variation in statutory taxes and duties after bid<br />

opening and upto the scheduled delivery period shall be to the purchaser’s account.<br />

However, any decrease in this respect shall be passed on to DVC. Any upward variation in<br />

statutory taxes and duties beyond the contractual delivery period will not be paid by DVC<br />

if the reasons <strong>of</strong> the delay are attributable to the vendor.<br />

Changes in the tax rate dependant on the volume <strong>of</strong> turn over shall not come under the<br />

purview <strong>of</strong> reimbursement and should be spelt out in the bid documents itself.<br />

Bidders, other than manufacturers shall quote all-inclusive price upto the consignee’s end,<br />

clearly indicating the quantum <strong>of</strong> CST/VAT, if applicable and F&I Charges embedded in<br />

all-inclusive FOR Destination Price.<br />

For turnkey contracts/any other similar contracts, the bidder shall quote price <strong>of</strong> all the<br />

items manufactured by them and to be directly supplied to DVC with ruling rates <strong>of</strong> taxes<br />

and duties which would be reimbursed at actual including variations, if any, against<br />

documentary evidence at the time <strong>of</strong> supply, upto contractual completion period. All taxes<br />

and duties applicable on materials/equipment supplied as finished goods to DVC through<br />

Sub-vendor/Sub-contractor as bought out items are to be included in the price quoted by<br />

the bidder for such items, which will remain firm throughout the pendency <strong>of</strong> the contract.<br />

This will also cover raw material, component, special assembly procured for manufacturing<br />

finished goods, material/equipment to be supplied to DVC either directly by the contractor<br />

or through Sub Vendor. However, taxes and duties charged by the concerned State<br />

govt./local statutory body for entry into the destination state/site viz., (a) Octroi, (b)<br />

86


Entry/Exit Tax (c) Additional Toll Tax (d) Special Toll Tax (e) Turnover tax etc. or any<br />

other taxes and duties having the same spirit and purpose shall be reimbursed at actual<br />

against documentary evidence. The reimbursement will, however, be subject to a ceiling <strong>of</strong><br />

total amount <strong>of</strong> Taxes and Duties worked out on the basis <strong>of</strong> ruling rate <strong>of</strong> such items.<br />

Service Tax as applicable on service that are provided directly by the contractor to the<br />

owner (DVC) shall be indicated separately in the bid price schedule with the ruling rate and<br />

will be reimbursed at actual including variation, if any, upto contractual completion period,<br />

on production <strong>of</strong> documentary evidence. However, Service Tax on services that is not<br />

provided directly by the contractor to DVC viz., transportation, insurance etc. shall be<br />

included in the bid price itself and shall not be considered separately.<br />

Works Contract Tax (WCT) at the admissible rate wherever applicable will normally be<br />

included in bid price. DVC will, however, deduct WCT from the vendor’s bill/invoice and<br />

deposit the same to the concerned authorities as per statutory provisions.<br />

Beyond contractual completion period, DVC will normally accept lower <strong>of</strong> the tax liability<br />

either on the scheduled or actual date <strong>of</strong> completion unless the contractor is not responsible<br />

for the delay and/or it is otherwise decided by the authority granting the extension <strong>of</strong> time.<br />

Changes in the tax rate dependant on the volume <strong>of</strong> turn over shall not come under the<br />

purview <strong>of</strong> reimbursement and should be spelt out in the bid documents itself.<br />

For reimbursement <strong>of</strong> Sales/VAT/Service Tax, self-attested/notarized copy <strong>of</strong> registration<br />

certificate will normally be accepted as documentary evidence.<br />

In case <strong>of</strong> change <strong>of</strong> source <strong>of</strong> supply from Sub Vendor to bidder or Sub Vendor to<br />

contractor (if approved by DVC), no additional payment shall be made by DVC towards<br />

reimbursement <strong>of</strong> taxes and duties as they are deemed to be included in the contract price.<br />

In the event <strong>of</strong> change <strong>of</strong> source <strong>of</strong> supply from bidder/contractor to Sub Vendor (if<br />

approved by DVC), taxes and duties will be reimbursed at actual against documentary<br />

evidence restricted to the amount <strong>of</strong> taxes and duties as originally payable to the bidder in<br />

terms <strong>of</strong> the contract.<br />

10. DISCREPANCIES IN THE BID & OFFER VALIDITY:<br />

The bids shall also be checked for computational error, if any, to arrive at the computed<br />

price, as per provisions in the following:<br />

• In case <strong>of</strong> discrepancy between the original and copies <strong>of</strong> bid, the original bid will<br />

be considered correct.<br />

• If there is a discrepancy between the unit price and the total price, which is obtained<br />

by multiplying the unit price and quantity <strong>of</strong> any item, or between sub-total and the total<br />

price, the unit or sub-total price shall prevail, and the total price shall be corrected<br />

accordingly.<br />

• If there is a discrepancy between words and figures, the amount in words will<br />

prevail.<br />

• If there is a discrepancy between the quantity specified by DVC in the bidding<br />

document and that indicated by the bidder in his bid, the former shall be taken to arrive at<br />

the computed price on pro-rata basis.<br />

87


• In case the unit rate <strong>of</strong> an item is not quoted but the total price is indicated, the same<br />

shall be taken to arrive at the computed price. The computed price arrived at, as above,<br />

shall be considered for the purpose <strong>of</strong> award also.<br />

• If the bidder does not accept the correction <strong>of</strong> errors as worked out by above<br />

methodology, its bid will be rejected.<br />

Quotation must be kept valid for at least 90/180 days or as decided by <strong>Tender</strong> Inviting<br />

Authority from the date <strong>of</strong> opening <strong>of</strong> the Enquiry/<strong>Tender</strong> and to be indicated in the <strong>NIT</strong>. If<br />

any bidder <strong>of</strong>fers bid having validity shorter than that asked in the <strong>NIT</strong>, bid should not be<br />

rejected outrightly. Bidder should be persuaded to accept <strong>NIT</strong> stipulation.<br />

The materials which are to be procured on single tender propriety basis, the vendor must<br />

submit a Proprietary Article Certificate (PAC) and Price Reasonability Certificate (PRC)<br />

stating that the prices charged are reasonable and the same as being charged to all the<br />

Govt./semi Govt. Organizations/PSUs including D.G.S. & D. wherever applicable and shall<br />

be submitted along with the <strong>of</strong>fer with documentary evidence. Where agency commission<br />

is involved, the same in percentage invariably be indicated and in such cases document<br />

required to be furnished.<br />

11. CLARIFICATIONS ON BID DOCUMENT<br />

Bidder may seek clarifications on the bidding documents (GCC + SCC, if any + Technical<br />

Specification Booklet + <strong>NIT</strong> {<strong>Tender</strong> <strong>No</strong>tice} along with annexure + Pr<strong>of</strong>orma & Check<br />

List <strong>of</strong> BG against EMD), if required, upto 7 days before the scheduled bid opening date.<br />

Any clarification sought by the bidders must be sent in writing to the <strong>Tender</strong> Issuing<br />

Authority.<br />

Besides this, a Pre-bid Conference may also be held at the <strong>Tender</strong> Issuing Office at the<br />

discretion <strong>of</strong> <strong>Tender</strong> Inviting Authority. If agreed by <strong>Tender</strong> Inviting Authority, date, time<br />

and place for holding the Pre-bid Conference to be mentioned in the bidding document<br />

(<strong>NIT</strong>).<br />

12. AMENDMENT OF BIDDING DOCUMENTS :<br />

At any time prior to the deadline for submission <strong>of</strong> bids, the owner may, for any reason,<br />

whether at its own initiative, or in response to a clarification requested by a prospective<br />

Bidder, amend the bidding documents.<br />

The amendment will be notified in writing or by cable to all prospective Bidders that have<br />

received the bidding documents and will be binding on them. Bidders are required to<br />

immediately acknowledge receipt <strong>of</strong> any such amendment, and it will be assumed that the<br />

information contained therein will have been taken into account by the Bidder in its bid.<br />

In order to afford prospective Bidders reasonable time in which to take the amendment into<br />

account in preparing their bid, the owner may, at its discretion, extend the deadline for the<br />

submission <strong>of</strong> bids.<br />

13. COST COMPENSATIONS FOR DEVIATIONS :<br />

88


Deviations specifically declared by the bidders in the respective Deviation Schedules <strong>of</strong> as<br />

per Annexure C (to be submitted along with techno-commercial <strong>of</strong>fer) and respective cost<br />

<strong>of</strong> withdrawal <strong>of</strong> such deviation as per Annexure D (to be submitted along with the price<br />

bid) only will be taken into account for the purpose <strong>of</strong> evaluation. The bidders are required<br />

to declare the prices for the withdrawal <strong>of</strong> the deviations declared by them in the Deviation<br />

Schedules. Such prices declared by the bidders for the withdrawal <strong>of</strong> the deviations in the<br />

Deviation Schedules shall be added to the bid price to compensate for these deviations. In<br />

case prices for the withdrawal for declared deviations are not furnished by the bidder, their<br />

<strong>of</strong>fer will be considered as unresponsive and will be rejected. In case the bidder refuses to<br />

withdraw the deviations at the cost <strong>of</strong> withdrawal indicated by the bidder in the Deviation<br />

Schedules, the bid Security/EMD <strong>of</strong> the bidder may be forfeited.<br />

Bidders may note that deviations, variations and additional conditions etc. found elsewhere<br />

in the bid other than those stated in the Deviation Schedules, save those pertaining to any<br />

rebates, shall not be given effect to in evaluation and it will be assumed that the bidder<br />

complies to all the conditions <strong>of</strong> Bidding <strong>Documents</strong>. In case bidder refuses to withdraw,<br />

without any cost to the Owner, those deviations which the bidder did not state in the<br />

Deviation Schedules, the bid security <strong>of</strong> the bidder may be forfeited.<br />

14. (i) Bidders are requested to quote the technical parameters/ guaranteed technical<br />

particulars <strong>of</strong> the quoted item as per specification sheet/booklet enclosed with the bid<br />

document.<br />

(ii) Bidders are requested to <strong>of</strong>fer their commercial terms and conditions as per Annexure-<br />

A attached herewith.<br />

(iii) Manufacturers are requested to <strong>of</strong>fer their pricing as per Annexure-B attached<br />

herewith.<br />

15. BID EVALUATION PROCEDURE :<br />

Offered bids from any manufacturer will be evaluated in the following methodology.<br />

Bids from other than manufacturer to be evaluated by deleting the respective<br />

components which are not applicable to them, namely, ED, Cess, P&F charges etc.<br />

Original Basic Price : Ex-Works Price (Rs.)=…Rs.<br />

+Packing & forwarding charges, if any : ..% on basic price only<br />

+Excise Duty – ..% on (Basic Price + P & F)<br />

+Education Cess – ..% on ED<br />

+Sales Tax/VAT – ..% on (Basic Price+ P & F + E.D.+Cess)<br />

+Freight – ..% on (Basic Price+ P & F) or any<br />

lump sum value<br />

+Insurance – ..% on (Basic Price + P & F + E.D. +Cess+ S.T.) or any other value<br />

against documentary evidence or actual premium in case <strong>of</strong> DVC’s Open Policy<br />

(presently it is .05% <strong>of</strong> basic price).<br />

+Cost <strong>of</strong> withdrawal price - As declared by the bidder in the deviation schedule.__<br />

89


+Highest quoted price <strong>of</strong> -<br />

other bidders, in case the<br />

bidder fails to quote the<br />

mandatory items or description<br />

<strong>of</strong> item not as per our specification *<br />

+Type test charge/3 rd Party Inspection -<br />

Charge as per our QAP with applicable taxes and duties, if any * -<br />

+Loss capitalization charges, if any* –<br />

+Any Other taxes and duties, such as TOT, Entry Tax, Municipal Tax<br />

etc. as applicable *-<br />

= Total Evaluated Price<br />

The liability <strong>of</strong> DVC shall be as per actual ED as applicable at the time <strong>of</strong> despatch, subject<br />

to production <strong>of</strong> documentary evidence by the manufacturer (bidder). Further the rate <strong>of</strong><br />

ED shall be restricted to as applicable within the contractual delivery period only. Increase<br />

in ED rate, if any due to delay in supply beyond the contractual delivery period shall not be<br />

payable by DVC if the reasons for delay is attributable to the vendor only. However, the<br />

benefit <strong>of</strong> any decreases in ED shall be passed on to DVC.<br />

* The lines with * mark may be deleted wherever not applicable.<br />

Rate as on date <strong>of</strong> bid opening to be taken.<br />

16. Inspection/Checking/Testing<br />

All materials/equipments manufactured/supplied by the vendor against the Purchase<br />

Order/contract shall be subject to inspection, check and/or test by the Purchaser or his<br />

authorised representative. All these tests shall be carried out in the presence <strong>of</strong> Owner<br />

and/or his authorized representative. Vendor shall notify the Purchaser at least 15 days in<br />

advance when the material/equipment is ready for inspection. If upon delivery the<br />

material/equipment does not meet the specifications/samples, the<br />

material/equipment/spares shall be rejected and vendor to be intimated for necessary<br />

repairs/modification etc. or for replacement. In such cases all expenses including to-and-fro<br />

freight, repacking charges etc., if required, shall be to the account <strong>of</strong> the vendor.<br />

Inspection by Purchaser and/or his authorized representative or failure by the Purchaser<br />

and/or his authorized representative to inspect the material/equipment shall neither relieve<br />

the Vendor <strong>of</strong> any responsibility or liability under this Purchase Order/contract in respect <strong>of</strong><br />

such material/ equipment nor be interpreted in any way to imply acceptance there<strong>of</strong> by the<br />

Owner.<br />

90


Whenever specifically asked for by the Owner/Purchaser and/or his authorized<br />

representative, the Vendor shall arrange for inspection/testing by the Owner or third party<br />

authorised agencies as stipulated in the Purchase Order/contract. In such cases Vendor shall<br />

adhere to the inspection/testing procedure laid down by such agencies. All expenses<br />

including inspection fees shall be to the Purchaser account unless agreed to the contrary<br />

and specified in the Purchase Order/contract.<br />

17. Access to Vendor’s Premises<br />

The Owner and/or his authorized representative shall be provided access to Vendor’s<br />

and/or his sub-vendor’s premises at any time during the pendency <strong>of</strong> the Order/contract for<br />

expediting inspection, checking etc. <strong>of</strong> work.<br />

18. Transit Insurance & Removal <strong>of</strong> Rejected Goods and Replacement<br />

The items to be supplied have to be covered by Insurance during transit from vendors work<br />

site upto the consignee store. However, the vendor may have the option to avail DVC’s<br />

Open Insurance Policy for this purpose. Alternatively, vendor may arrange transit insurance<br />

coverage at his own risk and cost. The insurance charge as claimed by the vendor will be<br />

payable by DVC on actuals against production <strong>of</strong> documentary evidence.<br />

In Turnkey Project Contracts, the bidders have to supply materials/ equipments from the<br />

vendors approved by DVC (which may also include the bidder as manufacturer <strong>of</strong> the<br />

product), which is normally firmed up after placement <strong>of</strong> order. The quoted freight &<br />

insurance charges for this purpose are, therefore, irrespective <strong>of</strong> the vendors and<br />

geographical locations <strong>of</strong> their works. The bidder is, therefore, entitled to the fixed freight<br />

& insurance charges and no documentary evidence in support <strong>of</strong> the claim may be insisted<br />

upon.<br />

18.1 If upon delivery to consignee’s go-down, whether inspected and approved earlier or<br />

otherwise, the material/equipment is not found in conformity with the specifications, the<br />

same shall be rejected by the Purchaser or his duly authorized representative and<br />

notification to this effect will be issued to the Vendor normally within 30 days from the<br />

date <strong>of</strong> Receipt <strong>of</strong> the material at the Works/Site/consignee’s end.<br />

The Vendor on receipt <strong>of</strong> notification shall arrange removal <strong>of</strong> the rejected items within 15<br />

days from the date <strong>of</strong> notification at his own cost. In the event the Vendor fails to lift the<br />

materials within the said 15 days, the Owner without any further notice or information to<br />

the vendor, shall be at liberty to dispose <strong>of</strong> such rejected items in any manner as he may<br />

think fit. All expenses shall be recoverable from the Vendor.<br />

18.2 In the event, the equipment and materials or any portion there<strong>of</strong> are damaged or lost<br />

during transit, the owner shall give notice to the Supplier/vendor detailing the particulars <strong>of</strong><br />

such equipments & materials damaged or lost during transit. The replacement <strong>of</strong> such<br />

equipment and materials to be effected by the supplier/vendor free <strong>of</strong> costs including<br />

handling and transportation charges upto site, within a reasonable time.<br />

19 Terms <strong>of</strong> Payment<br />

For purchase order involving supply only, payment terms will be as below:<br />

91


100% payment alongwith full taxes & duties will normally be made by the<br />

purchaser/Owner to the Vendor through A/C Payee Cheque within 15 working days from<br />

the date <strong>of</strong> receipt <strong>of</strong> material at site and after inspection & acceptance there<strong>of</strong> or from date<br />

<strong>of</strong> receipt <strong>of</strong> invoice whichever is later. The consignee would arrange for inspection <strong>of</strong> the<br />

supplied items. All documents relating to payment would be checked and verified and to be<br />

passed by the concerned Accounts Office before effecting payment, with reference to the<br />

P.O./LOI/LOA.<br />

However, payment terms for POs placed directly on manufacturer may also be done as<br />

below:<br />

90% <strong>of</strong> the ordered value to be paid against despatch documents through bank subject to<br />

prior acceptance <strong>of</strong> SDBG, if applicable. Balance 10% <strong>of</strong> the ordered value to be paid after<br />

receipt <strong>of</strong> materials at site and acceptance there<strong>of</strong>.<br />

Provision <strong>of</strong> part payment against part supply <strong>of</strong> consignment at consignee’s end may be<br />

incorporated in Purchase order on the merit <strong>of</strong> the case (only if the part consignment can be<br />

used independently), provided necessary stipulation is made in the bid document.<br />

The payment terms for any works/service contract may be regulated as below:<br />

90% <strong>of</strong> contract price for works/service contract against RA bills. This also includes initial<br />

advance, if any. Remaining 10% after completion <strong>of</strong> the contract.<br />

The payment terms for supply and erection & commissioning for any Turnkey<br />

contracts/packages may be regulated as follows:<br />

1) Supply portion only:<br />

70% <strong>of</strong> the Ex-works price /ordered value <strong>of</strong> supply (<strong>of</strong> bought out items) with full taxes<br />

and duties as applicable after adjustment <strong>of</strong> advance, if any, will be paid against pro<strong>of</strong> <strong>of</strong><br />

despatch (viz. R/R, receipted L/R) , detailed invoice / packing list, warranty certificate, test<br />

certificate ,insurance policy / certificate, dispatch clearance .<br />

20%<strong>of</strong> the Ex-works price / ordered value <strong>of</strong> supply (in case <strong>of</strong> bought out items) after<br />

receipt <strong>of</strong> the materials and inspection and acceptance at site. However, for spares, balance<br />

30% shall be paid after receipt <strong>of</strong> materials and inspection & acceptance at site.<br />

Remaining 10% after complete erection and commissioning & testing and handing over.<br />

2) Erection & Commissioning:<br />

90% <strong>of</strong> contract price for Erection & commissioning against RA bills. This also includes<br />

initial advance, if any. Remaining 10% after complete erection and commissioning &<br />

testing and handing over.<br />

Payment terms in respect <strong>of</strong> imports will be regulated as below:<br />

100% FOB price less Indian Agency Commission in Rs, if any, shall be paid against<br />

presentation <strong>of</strong> shipping documents as called for in the purchase order through irrevocable<br />

LC. The Indian Agency Commission in Rs., if any, shall be paid within 30 days <strong>of</strong> receipt<br />

<strong>of</strong> material at the consignee end.<br />

The payment <strong>of</strong> advance is normally discouraged. The advance payment, in exceptional<br />

cases, may be given to the extent <strong>of</strong> 10% <strong>of</strong> total order value only which will be interest<br />

bearing commensurate with the market rate against submission <strong>of</strong> a Bank Guarantee <strong>of</strong><br />

92


equivalent amount (on amount <strong>of</strong> advance) and the same should have sufficient validity<br />

covering the full delivery period / full completion period and final payment there<strong>of</strong>.<br />

20. Additions / Alterations / Modifications<br />

The Owner reserves the right to make additions/ alterations/ modifications to the quantity<br />

<strong>of</strong> the items in the Purchase Order. The Vendor shall supply such quantities also at the<br />

same rate as originally agreed to and incorporated in the Purchase Order. If, however, the<br />

additional supply is at variance with design, size and specifications and not already covered<br />

by the Purchase Order or the amendments therein, the rates for such additional supply shall<br />

be negotiated and mutually agreed upon.<br />

21. Delivery Schedule/Completion Period<br />

Time is the essence <strong>of</strong> this contract and normally no variation shall be permitted in the<br />

completion time/delivery schedule mentioned in the Order/contract unless an amendment<br />

in this regard is issued by DVC. Time extension may be issued on specific request/reason<br />

provided such request is communicated to the Order Issuing Authority before the expiry <strong>of</strong><br />

the stipulated delivery schedule/completion period. Such extension, however, can be<br />

accorded as per provisions in DFP. Date <strong>of</strong> delivery <strong>of</strong> materials/goods is to be reckoned as<br />

the date <strong>of</strong> receipt <strong>of</strong> same by the consignee.<br />

22. Liquidated Damages for Delay in Delivery<br />

22.1 The time remains the essence <strong>of</strong> any contract/ purchase order awarded by DVC and all<br />

supply under a Purchase Order/all deliverables under a Work Order needs to be completed<br />

within the stipulated time schedule. Therefore, the provision has been kept in the contract<br />

that in case <strong>of</strong> delay in completion/delivery, for the reasons attributable to the contractor/<br />

vendor, owner reserves the right to recover from the contractor/vendor, a sum equivalent to<br />

0.5% <strong>of</strong> the value <strong>of</strong> the delayed materials / equipment/ spares/work for each week <strong>of</strong> delay<br />

and part there<strong>of</strong> subject to maximum <strong>of</strong> 5% <strong>of</strong> the total value <strong>of</strong> the order as Liquidated<br />

Damage (LD).<br />

In cases, where the works/supply/services extend beyond the contractual completion<br />

schedule/delivery period and provisional extension order is issued without deciding on the<br />

application <strong>of</strong> LD, no amount from the RA bill will be deducted as “withheld LD” amount<br />

in case where adequate retention payment (over and above SD) remains with DVC as per<br />

terms <strong>of</strong> the contract<br />

22.2 Alternatively, the Purchaser reserves the right to purchase the<br />

material/spares/equipment from elsewhere at the sole risk and cost <strong>of</strong> the Vendor and<br />

recover all such extra cost incurred by the Purchaser in procuring the material by the above<br />

procedure.<br />

22.3 Alternatively, the Purchaser may cancel the Order/contract completely or partly<br />

without prejudice to his right under the alternatives mentioned above.<br />

22.4 In the event <strong>of</strong> recourse to alternative 22.2 and 22.3 above, the Purchaser will have the<br />

right to re-purchase the stores, to meet urgency in requirement caused by Vendor’s failure<br />

93


to comply with the schedule <strong>of</strong> delivery irrespective <strong>of</strong> the fact whether the<br />

materials/equipments are similar or not.<br />

23. SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE :<br />

• <strong>No</strong> Security Deposit-cum-Performance Guarantee is required for contract value<br />

upto Rs. 5 lacs when 100% payment is released after full execution/ completion <strong>of</strong> the<br />

contract.<br />

• Security Deposit in the form <strong>of</strong> BG <strong>of</strong> 10% ordered value/10% ordered value in<br />

Advance Bank Draft/Pro-rata deduction @ 10% from the running bill/submitted invoice<br />

may be allowed at the discretion <strong>of</strong> <strong>Tender</strong> Inviting Authority for any site packages upto<br />

Rs. 100 lacs (Rs. 25 lacs for HQ package/procurement) with EMD equivalent (2% <strong>of</strong> total<br />

order value) as initial SD.<br />

• Pro-rata deduction @ 10% is also allowed as SD for scheduled upward variation on<br />

account <strong>of</strong> variation <strong>of</strong> scope/quantity/price for any value <strong>of</strong> contract irrespective <strong>of</strong><br />

instrument used for original SD.<br />

The amount so deducted /accepted as SD to be refunded to the bidder after completion <strong>of</strong><br />

warranty/guarantee period as mentioned in the contract.<br />

For all other cases, the successful tenderer will have to deposit as security, for satisfactory<br />

execution <strong>of</strong> the order, and for guaranteed performance <strong>of</strong> the supplied item/executed<br />

works or services for an amount equivalent to 10%<strong>of</strong> the ordered value in the form <strong>of</strong> Bank<br />

Guarantee (as per DVC format) within 30 days from the date <strong>of</strong> issuance <strong>of</strong> Purchase<br />

Order/Work Order, from any Nationalised /Scheduled Bank and it should have validity<br />

initially for 18 months from the date <strong>of</strong> execution <strong>of</strong> BG plus 6 months claim period<br />

thereafter. The said BG should be extended suitably covering the entire warranty period<br />

plus 6 months claim period after despatch <strong>of</strong> materials.<br />

For turnkey projects/project contracts, this SDBG should have the validity covering the<br />

entire warranty/guarantee period plus six months claim period thereafter and to be<br />

submitted within 30 days <strong>of</strong> issuance <strong>of</strong> W.O./LOA/LOI.<br />

<strong>No</strong> payment, whatsoever will be made till the acceptance <strong>of</strong> SDBG/deposit <strong>of</strong> initial SD as<br />

the case may be as per the terms <strong>of</strong> the contract.<br />

In case banks refuse to issue BGs having Claim Period separately, the validity period <strong>of</strong><br />

those BGs may be taken as warranty period plus six months.<br />

However, for ordered value above Rs. 25 lakhs at Headquarter and for ordered value above<br />

RS. 100 lakhs at site, Security Deposit in the form <strong>of</strong> Bank Guarantee/ Advanced Bank<br />

Draft shall only be acceptable.<br />

SSI Units registered with NSIC, under its single point registration scheme, are exempted<br />

from depositing Security Deposit for ordering value upto the monetary limit for which the<br />

unit is registered. Small-scale industries seeking such exemption must enclose valid<br />

registration certificate from appropriate Govt. Authority giving details such as validity,<br />

stores, monetary limit etc. failing which exemption will not be granted.<br />

94


However, these SSI units will have to submit Performance Guarantee for the materials to<br />

be supplied as per DVC norms and to be submitted before the despatch <strong>of</strong> materials and no<br />

payment will be effected till the acceptance <strong>of</strong> the same.<br />

24. PURCHASE PREFERENCE:<br />

At present DVC, an autonomous body under Ministry <strong>of</strong> Power, GOI is granted exemption<br />

from Purchase Preference Policy vide GOI OM dated 18-07-2005. However, any change in<br />

Govt. Policy/Directives on this subject will be applicable.<br />

25. Source <strong>of</strong> Supply<br />

The Vendor shall ensure that the indigenous capacity is utilized to the fullest extent<br />

possible in execution <strong>of</strong> the order. Where the imports are unavoidable, the Vendor shall<br />

import all such items in good time against his own import licence without affecting the<br />

contractual delivery schedule.<br />

26. Patent Rights<br />

Royalties and fees for patents covering materials/equipments/ spares or processes used in<br />

executing the work shall be to the account <strong>of</strong> the Vendor. The Vendor shall satisfy all<br />

demands that may be made at any time for such royalties and fees and he alone shall be<br />

liable for damages, infringement and shall keep the Purchaser indemnified in that regard in<br />

the event <strong>of</strong> any equipment/spares/material or part there<strong>of</strong> supplied by the Vendor is<br />

involved any suit or other proceedings held to constitute infringement and its use is<br />

enjoyed, the Vendor shall, at his own expenses, either procure for the Purchaser the right to<br />

continue the use <strong>of</strong> such equipment/spares/material replace it with a non-infringing<br />

material/ spares/equipment or modify it so it become non-infringing.<br />

27. Force Majeure<br />

Vendor shall not be considered in default if delay in delivery occurs due to causes beyond<br />

his control such as acts <strong>of</strong> God, natural calamities, civil wars, fire, strike, frost, floods, riot<br />

and acts <strong>of</strong> unsurpassed power. Only those causes which have duration <strong>of</strong> more than seven<br />

(7) days shall be considered cause <strong>of</strong> force / calendar majeure. A notification to this effect<br />

duly certified by the statutory authorities shall be given by the Vendor to the Owner within<br />

10 days from the date <strong>of</strong> such Force Majeure condition by registered letter. In the event <strong>of</strong><br />

delay due to such causes, the delivery schedule will be extended for a length <strong>of</strong> time equal<br />

to the period <strong>of</strong> force majeure or at the option <strong>of</strong> the Owner the order may be cancelled.<br />

Such cancellation would be without any liability whatsoever on the part <strong>of</strong> the Owner. In<br />

the event <strong>of</strong> such cancellation, the Vendor shall refund any amount advanced or paid to the<br />

Vendor by the Purchaser and deliver back any materials issued to him by the Purchaser and<br />

release facilities, if any, provided by the Purchaser. However, applicability <strong>of</strong> Force<br />

Majeure Clause in respect to a particular contract in the above backdrop is to be decided by<br />

<strong>Tender</strong> Accepting Authority/Director/HOD.<br />

28. Cancellation/Short Closure<br />

The Owner may terminate/short close the contract, by not less than 30 days’ written notice<br />

to the bidder, to be given after occurrence any <strong>of</strong> the events specified in the Sl. <strong>No</strong>. (a) to<br />

95


(e) <strong>of</strong> this clause and 60 days in the case <strong>of</strong> the event referred to Sl. <strong>No</strong>. (g), (h) & (f)<br />

below.<br />

a) The Vendor fails to comply with any <strong>of</strong> the terms <strong>of</strong> the Order or the bidder do not<br />

remedy a failure in the performance <strong>of</strong> their obligations under the Contract, within thirty<br />

(30) days after being notified or within any further period as the Owner may have<br />

subsequently approved in writing.<br />

b) The Vendor becomes bankrupt or goes into liquidation.<br />

c) If as a result <strong>of</strong> Force Majeure, the Bidder is unable to supply a material for a period <strong>of</strong><br />

not less than 60 days.<br />

d) If the Bidder, in the judgment <strong>of</strong> the Owner has engaged in corrupt or fraudulent<br />

practices in competing or in executing the Contract. For the purpose <strong>of</strong> this clause:<br />

e) “Corrupt Practice” means the <strong>of</strong>fering, giving, receiving or soliciting <strong>of</strong> any thing <strong>of</strong><br />

value to influence the action <strong>of</strong> a public <strong>of</strong>ficial in the selection process or in contract<br />

execution.<br />

f) “Fraudulent Practice” means a misrepresentation <strong>of</strong> facts in order to influence a selection<br />

process or the execution <strong>of</strong> a contract to the detriment <strong>of</strong> the Owner.<br />

g) The vendor is otherwise precluded from complying with any <strong>of</strong> the terms <strong>of</strong> the order on<br />

account <strong>of</strong> any directives <strong>of</strong> any lawful authority.<br />

8. If the Owner, at its sole discretion, decides to terminate this Contract.<br />

DVC reserves the right not to issue tender documents to any intending bidders with<br />

whom DVC has stopped entering into business by virtue <strong>of</strong> policy decision.<br />

29. Owner Supplied Materials (OSM)<br />

In turnkey contracts/Work contracts, there are occasions where DVC supply some <strong>of</strong> the<br />

materials/equipment to the contractor free <strong>of</strong> cost, for erection. The contractor shall arrange<br />

proper storing and insure against all risks for such OSM. The contractor shall furnish<br />

indemnity bond for the total value <strong>of</strong> OSM.<br />

Recovery <strong>of</strong> excess consumption<br />

Rate <strong>of</strong> recovery (for excess consumption <strong>of</strong> OSM exceeding allowable wastage) for OSM<br />

may be determined on the basis <strong>of</strong> latest PO with storage charge (wherever incurred)/15%<br />

service charge and price variation, wherever applicable (only positive variation to be<br />

considered without any ceiling) as on date <strong>of</strong> commissioning <strong>of</strong> OSM after erection.<br />

The contractor may be allowed to replenish the excess consumed materials from the<br />

sources approved by DVC. However, if the OSM has to be issued through additional<br />

procurement on demand <strong>of</strong> the contractor because <strong>of</strong> excess consumption <strong>of</strong> his/their part,<br />

replacement <strong>of</strong> such additional quantity may not be allowed at the discretion <strong>of</strong> DVC and<br />

the same will be recovered as per procedure described above. In case penal recovery is<br />

considered to be expedient in respect <strong>of</strong> any critical equipment, the same shall be provided<br />

in the contract/bid document only after obtaining approval <strong>of</strong> HOD/Director.<br />

30. Eligibility Criteria <strong>of</strong> Joint Venture companies in Turnkey Contract:<br />

96


1. The participating Joint Venture companies formed by two or more firms shall have<br />

one firm as a ‘lead partner’ and one or more firms as ‘other partner(s)’.<br />

2. The lead partner shall meet all the eligibility criteria in respect <strong>of</strong> similar executed<br />

works and their performance. The lead partner shall also meet not less than 40% <strong>of</strong> the<br />

minimum financial requirement specified for participation in the job.<br />

3. The other partner(s) shall meet not less than 50% <strong>of</strong> the minimum credential <strong>of</strong><br />

similar executed work and their performance and 25% <strong>of</strong> the financial requirement for the<br />

job.<br />

The firm satisfying the credential by way <strong>of</strong> manufacturing, type testing and supplying<br />

major substation equipment/line materials (as the case may be) which are in satisfactory<br />

operation for a minimum period <strong>of</strong> two years will also be eligible.<br />

4. The financial credential <strong>of</strong> each <strong>of</strong> the partners <strong>of</strong> the joint Venture Firms added<br />

together shall comply with minimum qualifying requirement as stated in the <strong>NIT</strong>.<br />

5. The lead partner shall be authorised to incur liabilities and receive instruction for<br />

and/or on behalf <strong>of</strong> partners <strong>of</strong> Joint Venture and the entire execution <strong>of</strong> the contract<br />

including receipt or payment shall be done exclusively through lead partners. The<br />

authorisation shall be authenticated by submitting power <strong>of</strong> attorney signed by the legally<br />

authorised signatories <strong>of</strong> all the partners as per approved Pr<strong>of</strong>orma <strong>of</strong> DVC.<br />

6. All the partners <strong>of</strong> the Joint Venture Companies shall be liable jointly and severally<br />

for the execution <strong>of</strong> the contract, if awarded, in accordance with the settled terms &<br />

conditions and a copy <strong>of</strong> agreement entered into by the Joint Venture partners having such<br />

provision shall be submitted with the bid. A statement to this effect shall be included in the<br />

authorisation mentioned under (e) above.<br />

7. The Joint Venture <strong>of</strong> the firms shall furnish all the required information as asked for<br />

in the <strong>NIT</strong>/GCC/Specification in respect <strong>of</strong> each <strong>of</strong> their partners in their bid. In case <strong>of</strong><br />

successful bid, the form <strong>of</strong> agreement shall be signed so as to be legally binding on all the<br />

partners.<br />

The format <strong>of</strong> the power <strong>of</strong> attorney and other documents to be submitted by Joint Venture<br />

Partners as indicated in (d), (e) & (f) may be suitably structured by our Legal Department.<br />

31. Selection <strong>of</strong> Sub Vendors for Turnkey Contracts/Packages:<br />

Approved list <strong>of</strong> Sub-vendors will be indicated in the bidding documents for QR and non-<br />

QR items <strong>of</strong> supply. For non-critical items, there may not be enlisted Sub-vendors for every<br />

item and the supply shall be accepted as per related standards, approved sample, and<br />

satisfactory inspection, wherever applicable.<br />

The bidders are, however, permitted to propose new/different Sub Vendor for approval <strong>of</strong><br />

DVC in the pre and post bid stage. For QR related supply items, if any new sub-vendor is<br />

proposed by the bidder, it may be approved if it is found to meet the QR and is acceptable<br />

on consideration that the proposed Sub Vendor made previous supplies to DVC or is<br />

included in the approved list in any other DVC/PGCIL/NTPC Project for similar supply.<br />

In case the proposed Sub Vendor is found to meet the QR and is neither in the approved list<br />

nor has made any previous supply to DVC, appropriate decision may be taken by the<br />

concerned Chief Engineer in consideration <strong>of</strong> documents furnished by the sub-vendor and<br />

further assessment, if required, may be done in the pre-award/post award stage.<br />

97


For non-QR items <strong>of</strong> supply, if new Sub Vendor is proposed by the bidder, it will be<br />

obligatory on the part <strong>of</strong> bidder to furnish the details/documents in support <strong>of</strong> their claim<br />

which would be reviewed and appropriate decision taken. In the event <strong>of</strong> further<br />

assessment <strong>of</strong> credential <strong>of</strong> Sub Vendor being felt necessary beyond the document<br />

furnished by the bidders, it shall be dealt with during post award stage.<br />

<strong>No</strong>rmally no separate QR may be stipulated for sub-contracting <strong>of</strong> erection works. In cases,<br />

where Sub-contractor for erection job is proposed by the bidder, the qualification <strong>of</strong> the<br />

proposed Sub-Contractor may be examined keeping in view the qualification requirement<br />

applicable for the quantum <strong>of</strong> job proposed to be sub-contracted and other relevant aspects<br />

related to the site condition and overall responsibility <strong>of</strong> the contractor.<br />

The Sub Vendor/ vendors shall be approved by the <strong>Tender</strong> Accepting Authority/concerned<br />

CEs.<br />

32. Changes in Constitution <strong>of</strong> Business<br />

In the event <strong>of</strong> change in constitution <strong>of</strong> business <strong>of</strong> the contractor after issuance <strong>of</strong> contract<br />

due to merger/acquisition/any other reasons, the newly formed entity shall be equally held<br />

responsible to fulfill the contractual obligation. This is notwithstanding anything contained<br />

in <strong>NIT</strong> or subsequent LOI/LOA/GCC or any other document issued or provisions contained<br />

in any other Rules/Acts/Legislation.<br />

33. Waiver<br />

Any waiver by the Owner <strong>of</strong> any breach <strong>of</strong> the terms and conditions <strong>of</strong> the Order shall not<br />

constitute any subsequent breach <strong>of</strong> the waiver <strong>of</strong> any other right or conditions.<br />

34. Compliance <strong>of</strong> Regulations<br />

The Vendor shall warrant that all Goods and/or services covered by this Purchase Order/<br />

contract shall have been produced, sold, dispatched, delivered, tested and commissioned in<br />

strict compliance with all applicable laws, regulations including industries (Development &<br />

Regulations) Act, 1951 & Industrial Dispute Act, 1947 and any amendments there under,<br />

labour agreements, working conditions and technical codes and requirement as applicable<br />

from time to time.<br />

All laws, rules and regulations required to be followed in execution <strong>of</strong> the order/ contract,<br />

must be complied with. The Vendor should execute and deliver such documents as may be<br />

needed by the Purchaser/ owner in evidence <strong>of</strong> compliance. Any liability arising out <strong>of</strong><br />

contravention <strong>of</strong> any <strong>of</strong> the laws on executing this order shall be the sole responsibility <strong>of</strong><br />

the Vendor and the Owner shall not be responsible in any manner whatsoever.<br />

35. Sub-Letting & Assignment<br />

The Vendor shall not sub-let or assign any part <strong>of</strong> this Purchase Order/ contract to any<br />

other vendor/agency without the prior written consent <strong>of</strong> the Purchaser/owner. Such<br />

assignments or sub-letting or transfer shall not relieve the Vendor from any obligation, duty<br />

and responsibility under this Purchase Order/contract. Any assignment, transfer or subletting<br />

without the prior written approval <strong>of</strong> the Owner shall be void. The Purchaser/ owner<br />

98


shall have the right to cancel the order/contract and to purchase the goods/services from<br />

elsewhere and the supplier/vendor shall be liable to the Purchaser/owner for any loss or<br />

damage which the Purchaser/owner may sustain in consequence or arising out <strong>of</strong> such<br />

purchase and the Vendor shall indemnify such loss or damage to the Owner.<br />

36. Vendors Drawing & Data<br />

All Drawings, data and documentation in respect <strong>of</strong> the ordered items are an integral part <strong>of</strong><br />

the Purchase Order/contract. The Vendor will furnish all such drawings, data and<br />

documentation to the Purchaser/owner. Purchaser/owner will specify the schedule for<br />

submission <strong>of</strong> these documents by the Vendor and the required number <strong>of</strong> copies. The<br />

vendor shall ensure strict compliance to this schedule.<br />

37. Information provided by the Purchaser<br />

All Drawings, data and documentation that are given to the vendor by the Purchaser/owner<br />

for the execution <strong>of</strong> the Order/contract shall be the property <strong>of</strong> the Purchaser/owner and<br />

shall be returned by the Vendor on demand by the Purchaser/owner. The Vendor shall not<br />

make use <strong>of</strong> any <strong>of</strong> the above documents for any purpose at any time except for the purpose<br />

<strong>of</strong> executing the Order/contract <strong>of</strong> the Purchaser/owner. The Vendor shall not disclose any<br />

<strong>of</strong> the information given by the Purchaser/owner to any person, firm, corporate body or<br />

authority and shall make all endeavours to ensure that the above information is kept<br />

confidential. All such information shall also remain the absolute property <strong>of</strong> the<br />

Purchaser/owner.<br />

38. Spare Parts, Oils & Lubricants<br />

Wherever applicable, the Vendor shall furnish item wise price list <strong>of</strong> spare parts required<br />

for two years operation <strong>of</strong> the equipment ordered. The Vendor shall also provide the<br />

necessary instructions and drawings to identify the spare part numbers and their location as<br />

well as an interchangeability chart. The Vendor shall recommend the quality <strong>of</strong> oils and<br />

lubricants required to be used to the operation <strong>of</strong> the equipment supplied under this Order<br />

for a continuous operation for a period <strong>of</strong> at least one year.<br />

39. Vendors Liability<br />

Vendor hereby accepts full responsibility and indemnifies the Purchaser/owner and shall<br />

hold the Purchaser/owner harmless from all acts <strong>of</strong> omissions and commissions on the part<br />

<strong>of</strong> the vendor, his agents, his subcontractors and employees in execution <strong>of</strong> the Order. The<br />

Vendor also agrees to defend and hereby undertakes to indemnify the Purchaser/owner and<br />

also hold him harmless from any and all claims <strong>of</strong> injury to or death <strong>of</strong> any and all persons<br />

including but not limited to employees and for damage to the property arising out <strong>of</strong> or in<br />

connection with the performance <strong>of</strong> the work under the Purchase Order/contract.<br />

40. Packing and Marking<br />

All good shall be securely packed in cases, bundles, crates etc. suitable for<br />

Rail/Road/Air/Sea transport. All exposed services/connections, protrusions shall be<br />

properly protected. All unexposed parts shall be packed with due care and the packages<br />

should bear the words “Handle with Care”. The packing <strong>of</strong> the goods to be transported by<br />

99


Rail/Road/Air/Sea shall be as per the conditions laid down by the appropriate authorities<br />

and the Vendor shall obtain clean railway / goods receipts without any qualifying remark.<br />

All packages and unpacked materials shall be marked on at least two places indicating the<br />

name <strong>of</strong> the Purchaser/ Consignee, Purchase Order <strong>No</strong>., gross & net weights and<br />

dimensions with indelible paint in English. In case <strong>of</strong> bundles, metallic plates marked with<br />

the above details shall be tagged.<br />

All goods should be despatched as per the relevant terms <strong>of</strong> the Purchase Order. In case any<br />

mode <strong>of</strong> transports has to be resorted to other than that mentioned in the Purchaser Order,<br />

the same should be done only after obtaining prior approval in writing from the Purchaser.<br />

All movement sanctions, loading permissions etc. from the railway or other authorities<br />

shall be obtained by the Vendor. The Vendor shall communicate the relevant dispatch<br />

particulars immediately on dispatch by telex/telegram to the consignee as specified in the<br />

Purchase Order.<br />

The Vendor shall also forward original and copies <strong>of</strong> dispatch documents to the concerned<br />

authorities as required in the Purchase Order within two days from the date <strong>of</strong> despatch,<br />

failing which the Vendor shall be responsible for any delay in payments <strong>of</strong> consignment for<br />

want <strong>of</strong> documents and consequent demurrage, detention charges, etc.<br />

41. Modifications<br />

This order constitutes an entire agreement between the parties hereto. Any modifications to<br />

this Order shall become binding only upon the same being confirmed in writing duly<br />

signed by both the parties.<br />

42. Guarantee/Warranty<br />

42.1 The Vendor shall warrant that all material/equipment/ services supplied under this<br />

Order/contract shall be new, unused and conform to the Purchasers/owners requirements<br />

and specifications. The Vendor shall guarantee the material/ equipment/services under this<br />

Order for a period <strong>of</strong> 18 months from the date <strong>of</strong> delivery or 12 months from the date <strong>of</strong><br />

commissioning whichever is earlier.<br />

For turnkey contracts, Guarantee/Warranty period is to be considered as 12 months from<br />

the date <strong>of</strong> commissioning <strong>of</strong> the same irrespective <strong>of</strong> date <strong>of</strong> delivery. The date <strong>of</strong> delivery<br />

to be reckoned as the date <strong>of</strong> receipt <strong>of</strong> the material by the consignee. The Vendor shall<br />

agree to replace any material, which has been proved defective or fails to conform to the<br />

desired specifications free <strong>of</strong> cost to the Purchaser within the Guarantee/Warranty Period.<br />

The guarantee period for such replaced part shall be the same as that <strong>of</strong><br />

equipments/materials specified earlier.<br />

42.2 Checking/approval <strong>of</strong> vendors drawings, inspection and acceptance <strong>of</strong><br />

material/spares/equipment/furnishing to effect shipment and/or work done for erection,<br />

installation and commissioning <strong>of</strong> the equipment by the Purchaser/owner or any other<br />

agency on behalf <strong>of</strong> the Purchaser/owner shall not in any way relieve the Vendor from the<br />

responsibility for proper performance during the guarantee period.<br />

100


42.3 Service contracts like hiring <strong>of</strong> vehicle/Insurance/consultancy/Clearing &<br />

Forwarding services etc and other consumable items like stationeries, printing <strong>of</strong> matter<br />

etc. are beyond the purview <strong>of</strong> Warranty Clause.<br />

Also Medicines/Chemicals/Liveries & Dungarees/Petrol/Diesel/LDO/FO etc. are generally<br />

covered with limited warranty and it should be decided before floating enquiry at the<br />

discretion <strong>of</strong> TIA. Performance Bank Guarantee for above items to be asked accordingly.<br />

43. Mode <strong>of</strong> Despatch Vendor shall despatch the materials as per schedule mode <strong>of</strong><br />

despatch as indicated in the purchase order/contract and any violations to this effect<br />

without taking prior written approval from the purchaser/owner is not permissible.<br />

44. Demurrage / Wharfage In cases where documents are negotiated through Bank, any<br />

consequential charges e.g. demurrage/wharfage charges, due to late retirement <strong>of</strong><br />

documents on account <strong>of</strong> (i) violation <strong>of</strong> the inspection clause, (ii) material despatched after<br />

expiry <strong>of</strong> delivery period without obtaining approval in advance for extension <strong>of</strong> delivery<br />

period (iii) despatch <strong>of</strong> materials not as per schedule mode <strong>of</strong> despatch by approved<br />

transporters as per P.O/contract. (iv) late receipt <strong>of</strong> invoice or due to violation <strong>of</strong> any other<br />

clause/clauses <strong>of</strong> the purchase order will be to the Vendors account. Supplier would also be<br />

responsible for all such payment due to late receipt <strong>of</strong> RR/LR and other documents.<br />

45. Grafts/Commission Any graft, commission, gift or advantage given, promised or<br />

<strong>of</strong>fered by or on behalf <strong>of</strong> the Supplier or his partner, agent <strong>of</strong>ficers, director, employee or<br />

servant or any one on his or their behalf in relation to the obtaining or to the execution <strong>of</strong><br />

this or any other Contract with the Owner, shall in addition to any criminal liability which<br />

it may incur, subject the Supplier to the cancellation <strong>of</strong> this and all other Contracts and also<br />

to pay for any loss or damage to the Owner resulting from such cancellation. The Owner<br />

shall then be entitled to deduct the amount so payable from any money otherwise due to<br />

supplier.<br />

46. Acceptances The Vendor shall return the duplicate copy <strong>of</strong> the Purchase<br />

Order/contract /Work Order and the other enclosed documents duly signed with seal and<br />

date as a mark <strong>of</strong> acceptance, within 15 days from the date <strong>of</strong> issuance <strong>of</strong> the order to the<br />

Order Issuing Authority.<br />

47. Settlement <strong>of</strong> disputes & Arbitration Any dispute(s) or difference(s) arising out <strong>of</strong><br />

or in connection with the contract shall, to the extent possible, be settled amicably between<br />

the owner and supplier.<br />

In the event <strong>of</strong> any dispute or difference whatsoever arising under the contract or in<br />

connection therewith including any question relating to existence, meaning and<br />

interpretation <strong>of</strong> the contract or any alleged breach there<strong>of</strong>, the same shall be referred to the<br />

Secretary, CEO <strong>of</strong> <strong>Damodar</strong> <strong>Valley</strong> <strong>Corporation</strong>, Kolkata-54 or to a person nominated by<br />

him for arbitration. The Arbitration shall be conducted in accordance with the provisions <strong>of</strong><br />

arbitration and conciliation law 1996 or latest and the decision/ judgment <strong>of</strong><br />

Arbitrator/Arbitrators shall be final and binding on both the parties.<br />

However, in case the contractor is a Central Public Sector Enterprise/ Govt.<br />

Department, the dispute arising between the ‘Owner’ and the ‘Contractor’ shall be<br />

settled through Permanent Arbitration Machinery (PAM) <strong>of</strong> the Department <strong>of</strong><br />

Public Enterprise, Govt. <strong>of</strong> India as per prevailing rules.<br />

101


All suits arising out <strong>of</strong> this enquiry and subsequent purchase order/contract, If any, are<br />

subject jurisdiction <strong>of</strong> Court in the City <strong>of</strong> Kolkata only and no other Court, when<br />

resolution/settlement through mutual discussion and arbitration fails.<br />

Superintending Engineer (Tech.)<br />

MTPS(O&M), DVC.<br />

For & on behalf <strong>of</strong> <strong>Damodar</strong> <strong>Valley</strong> <strong>Corporation</strong>.<br />

102

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!