Downloading - Gujarat Electricity Board
Downloading - Gujarat Electricity Board
Downloading - Gujarat Electricity Board
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
GUJARAT STATE ELECTRICITY CORPORATION LTD.<br />
PROJECT & PLANNING DEPARTMENT<br />
VIDYUT BHAVAN, RACE COURSE, VADODARA 390 007<br />
Regd. Office:Vidyut Bhavan, Race Cours, VADODARA – 390 007.<br />
Tel: 0265 2354378, Fax: 0265 2344537 Email: cegen.gsecl@gebmail.com<br />
Web: www.gsecl.in<br />
TENDER NOTICE: NO: CEG/SE(R&M)/Ukai-23/348<br />
TENDER NOTICE<br />
NAME OF TENDER:- Carrying out Capital overhauling, supply and replacement<br />
of Micro-processor based electronic governing system, OPU, Hydraulic Cylinders<br />
and other equipments/instruments and works for 2 X 2.5 MW T-G Sets installed at<br />
Mini Hydro (LBCPH) Power station at Ukai under R&M.<br />
Chief Engineer (Generation) Vadodara invites “On line Tender” (e-tendering) for the above works.<br />
Tender Papers & Specification s may be down loaded from web site http://gsecl.nprocure.com (for<br />
view, down load and on line submission) and GUVNL/GSECL web sites www.gseb.com &<br />
www.gsecl.in (for view & down load only) Tender fee may be paid along with submission of tender<br />
in EMD cover, for respective tender. “All the relevant documents of tenders to be submitted<br />
physically will be received only by Registered Post A.D. or Speed Post addressed to CHIEF<br />
ENGINEER (GENERATION), GUJARAT STATE ELECTRICITY CORPORATION LTD.,<br />
CORPORATE OFFICE, RACE COURSE, VADODARA-7 super scribing the envelope with<br />
Tender No. & description. “NO COURIER SERVICE OR HAND DELIVERY” will be accepted.<br />
Bidders have to submit Tender on line on http://gsecl.nprocure.com<br />
1 Estimated cost Rs. Rs. 2,08,75,000=00<br />
2 Last date for <strong>Downloading</strong> of tender Up to 16:30 Hrs. on Dt. 09.12.2011<br />
3<br />
Last date of submission of tender in Physical<br />
(RPAD or Speed Post only.)<br />
Up to 14:30 Hrs. on Dt. 13.12.2011<br />
4<br />
On Line (e-tendering) tender/Offer Submission<br />
last date only (This is mandatory )<br />
Up to 14:30 Hrs. on Dt. 14.12.2011<br />
5 Date of opening of tender (if possible) At 15:00 Hrs. on 14.12.2011<br />
6 Time limit for completion<br />
45 Days from the commencement of work<br />
for each TG sets.<br />
7 Earnest Money by DD Rs.2,08,750=00<br />
8 Security Deposit 10% of order value.<br />
9 Tender fee by DD (Non refundable) Rs.7,500=00<br />
10 Penalty for Late Completion of Work As per GSECL's Rule<br />
Yours Faithfully,<br />
CHIEF ENGINEER(GEN)<br />
IMPORTANT:<br />
(1) All the relevant documents as per requirement of the Tender must also be submitted physically<br />
along with the Tender Fee in EMD sealed cover so that the same is received in this office on OR<br />
1
efore the due date and time. All such documents should be strictly submitted by RPAD / speed<br />
post only. Otherwise the offer will not be considered and no any further communication in the<br />
matter will be entertained.<br />
(2) Any deviation found in Data / Details / Documents between on line offer (e- tendering) and<br />
physically submitted documents (Tender document fee, bidder, offer of the same bidder)<br />
will not be considered and no any further communication in the matter will be entertained.<br />
Further bidders are requested to submit price – bid (Schedule F6A-B-C) on-line only and not to<br />
submit the price bid in physical form. This is mandatory. If price bid is submitted in physical form,<br />
same will not be opened and only on-line submitted price bid will be considered for evaluation. Further<br />
if the quantity quoted differs in the any of the technical bid forms and in price bid forms , it is at the<br />
discretion of CE Committee/ED Committee – GSECL to consider the quoted quantity.<br />
(3) It is mandatory for all the bidders to submit their tender documents by both forms viz. on – line<br />
(e-tendering) and physically in schedule time. Tender documents submitted in only anyone, say<br />
either by on line or physically, in that case the same tender will not be considered.<br />
(4) Any technical questions, information and clarifications that may be required pertaining to this<br />
enquiry should be referred to the CHIEF ENGINEER (GEN) , GUJARAT STATE<br />
ELECTRICITY CORPORATION , CORPORATE OFFICE, RACE COURSE, VADODARA-7.<br />
Bidders should be in touch with the above websites for information regarding revision/corrigendum/<br />
amendment in tender till due date of on line submission and thereafter. No separate<br />
correspondence will be done in this regard.<br />
Postal Address:<br />
<strong>Gujarat</strong> State <strong>Electricity</strong> Corporation Ltd.<br />
Vidyut Bhavan, Race Course,<br />
Corporate Office, Vadodara - 7<br />
CHIEF ENGINEER (GEN)<br />
GSECL: CO: VADODARA<br />
Following are the certifying agencies for obtaining the Digital Signature Certificates<br />
(DSC as per category III).<br />
Name of certifying agencies Web Site Address are as under,<br />
1 Safescrypt www.safescrypt.com<br />
2 TCS www.tcs-ca.tcs.co.in<br />
3 MTNL www.mtnltrustline.com<br />
4 (n)code Solutions (GNFC) www.nprocure.com<br />
Note :-<br />
In Case Bidder needs any clarification or if training required for participating in on line tender, they can<br />
contact the following office.<br />
(n) Procure Cell,<br />
(n) code solutions-A division of GNFC Ltd.,<br />
403, GNFC Infotower , S.G. Road, Bodakdev,<br />
Ahmedabad-380054 (<strong>Gujarat</strong>)<br />
Toll Free : 1-800-233-1010 (Ext. 501,512,516,517&525)<br />
2
Phone no. 079-26857315 / 316 / 317<br />
Fax : 079-26857321 / 40007533<br />
E mail: nprocure@gnvfc.net<br />
Special Notes :<br />
(1) Tenderer’s have to submit their offers in two covers viz. (a) Techno Commercial Bid (in one<br />
envelope) & (b) EMD & Tender Fee in the form of Bank Guarantee or DD in separate sealed<br />
envelopes, super scribing Techno Commercial Bid for ___________ (Subject) and EMD/Tender Fee<br />
for ________________ (Subject) as the case may be.<br />
(2) Please submit Xerox copy of Schedule F6A-B-C- duly signed by you, along with techno commercial<br />
bid, without stating prices.<br />
(3) PRICE BID for Design, Engineering, Supply, Dismantling, Erection Commissioning, Mandatory<br />
Spares, Recommended Spares, Tools and Tackles for the subject tender will have to be given in soft<br />
since the process is through e-tender<br />
(4) Tender shall not be opened and will be rejected without payment of EMD & Tender Fee. Please<br />
furnish details of EMD & Tender Fee paid on cover.<br />
(5) No tender shall be accepted in any case which are received after due date and time of receipt of<br />
tender irrespective of delay due to postal services or any other reasons and GSECL shall not assume<br />
any responsibility for late receipt of tender. ANY CORRESPONDENCE IN THIS MATTER WILL<br />
NOT BE ENTERTAINED<br />
(6) Bidder has to indicate the applicable rate [ in percentage ] and amount of Excise duty Sales Tax<br />
/ VAT Pkg. & Fwd. charges, Freight charges, etc. clearly in the Techno Comm. Bid & Price Bid<br />
respectively as per following. If taxes & duties not applicable, then please mention Nil or Not<br />
applicable. Otherwise same will be considered as “INCLUSIVE”.<br />
PACKING & FORWARDING : __________ % (INCLUDING / EXCLUDING).<br />
EXCISE DUTY<br />
CST<br />
VAT<br />
Any Other Govt. levies<br />
FOR<br />
Delivery Period<br />
: __________ % (INCLUDING / EXCLUDING).<br />
: __________ % (INCLUDING / EXCLUDING).<br />
: __________ % (INCLUDING / EXCLUDING).<br />
: __________ % (INCLUDING / EXCLUDING).<br />
: ____________________________________<br />
: ____________________________________<br />
(7) As per GSECL policy, Insurance charge will be considered as Nil for the order value below 50 Lacs.<br />
(8) If any deviation in your offer with respect to Tender specification, Please clearly mention on<br />
separate deviation sheet otherwise we will consider your offer is exactly as per our Enquiry /<br />
Tender specification.<br />
(9) No part of the contract nor any share of interest therein shall in any manner or degree be<br />
transferred or Sublette by the Contractor.<br />
3
(10) Single order shall be placed on divisible contract basis by mentioning separate prices for the<br />
design, engineering, manufacture & supply and erection, testing & commissioning for this<br />
tender. Accordingly, GSECL will issue “C” form wherever applicable and relevant clauses of<br />
Taxes and duties relating to Excise & Sales Tax and Custom will be applied. TDS shall be made<br />
as per the prevailing rules<br />
(11) GSECL reserves right to place the order on technically qualified bidders for item wise / individual<br />
lowest quoted party.<br />
(12) Please furnish copy of the orders executed by you for GSECL and / or other state <strong>Electricity</strong> <strong>Board</strong>,<br />
NTPC or other reputed organization etc. for subjected items.<br />
(13) It is to be noted that GSECL, Ukai TPS/HPS is establishing and implementing occupational Health &<br />
Safety Management System complying with OHSAS 18001:2007. You as a part of the GSECL Ukai<br />
team and as defined by the scope of mentioned standard, all contractors are required to comply with<br />
and participate to prevent the occupational Health and Safety hazards and risks including observation<br />
of safety rules. Further you are also to comply with all applicable legal requirements while executing<br />
the supply / work, in case the job is assigned to you.<br />
(14) Any delay that may take place in supply and / or erection, testing and commissioning activities<br />
beyond contractual cut off date / stipulated period in the order shall be subjected to penalty (not<br />
liquidated damages) at the rate of ½ % of the contract price / order price per week or part thereof<br />
subject to a maximum of 10 % of the total contract value / order value (i.e. End cost including taxes &<br />
duties).<br />
(15) GSECL reserves the right to accept any tender and to reject any or all tenders without assigning any<br />
reason thereof.<br />
(16) All attached schedules, Annexures, Formats of EMD, Contract Agreement and Format of Security<br />
Deposit which forms part of the tender.<br />
IMPORTANT INSTRUCTIONS:-<br />
The Tenderer should clearly give certificate along with the Technical Bid:<br />
“This is to confirm and certify that the offer submitted by me is strictly in accordance with the<br />
GSECL’s Tender specifications, drawing as mentioned in the Tender Specifications. There is no<br />
commercial or Technical deviation (except the deviations shown in Schedule – F 4 of Deviations<br />
from Technical & Commercial Specification of this tender document) in the offer from the<br />
GSECL’s Tender Specification. I undertake to abide by the GSECL’s Technical specification /<br />
Drawing, I undertake to supply materials strictly as per the GSECL’s Technical specification /<br />
Drawing, even if any technical deviations are mentioned by me. I also undertake to abide by all<br />
commercial conditions of the GSECL, including delivery schedule.”<br />
_____________________<br />
(Signature of the Tenderer)<br />
Any offer without above certificate will not be considered and the tender will be out rightly ignored in<br />
the absence of above certificate.<br />
After opening of the Tender, if it is found that the offer given by the Tenderer is not according to the<br />
GSECL’s specifications, Drawing and commercial terms and conditions and false certificate is given<br />
by the Tenderer, then GSECL will not deal with the firm for the present Tender. It is, therefore<br />
requested that the Tenderer should take care in giving their offer and submission of documents,<br />
including Type Test certificate.<br />
4
The conditional tenders will not be accepted.<br />
(17) Please submit your offer in duplicate.<br />
(18) Party has to accept Payment Term as per GSECL’s standard terms & conditions : “Payment<br />
shall be made by the GSECL for contract value (Unit wise).<br />
(19) Validity of Rates : “The validity of offer shall be 180 days from the date of opening of Technical Bid<br />
by GSECL and they shall be legally bound to honor any commitment relating to tender during this<br />
period including accepting work order. In case of non compliance EMD will be forfeited, a part from<br />
taking any other action as may be considered suitably under the circumstance.<br />
(20) Delivery : within 06 Months from the date of issue of order.<br />
(21) BUYBACK MATERIAL:- The removed existing old materials especially existing governor<br />
(wood ward will be considered as buy back material and the bidder will have to indicate the<br />
amount for the buy back material and GSECL will recover / deduct the equivalent amount<br />
from the first RA Bill and the party will be allowed to take back the buy back material, other<br />
wise it will be the responsibility of the Contractor to credit all the removed material to Ukai<br />
TPS Store observing all the norms of GSECL regarding crediting of the removed materials<br />
(22) General Terms and Conditions Applicable to Project (GT & CAP) as standardized by the GSECL, but<br />
not specifically brought out herein shall be made applicable to the proposed contract and will be<br />
binding to the successful bidder. Any Clause or condition mentioned other than GT & CAP Booklet<br />
supersedes the corresponding clause or condition mentioned in the GT & CAP Booklet of GSECL.<br />
The booklet for the same, is attached with the tender specification.<br />
(23) Bidder has to submit Certificate “A” and Integrity Pact with the seal of firm & signature of Tenderer.<br />
(24) Please furnish your Address, Phone Number, Fax Number, E-mail ID, TIN Number, PAN Number<br />
and Signature of the party with company's Seal along with your offer.<br />
Signature and seal of Bidder<br />
Date:<br />
CHIEF ENGINEER (GEN)<br />
GSECL: CO: VADODARA<br />
5
TERMS AND CONDITIONS OF CONTRACT:<br />
NAME OF TENDER:- Supply and Replacement of Micro-processor based electronic governing<br />
system and Capital overhauling of 2 X 2.5 MW T-G Sets installed at<br />
Mini Hydro (LBCPH) Power station at Ukai TPS<br />
The following terms and conditions to be adhered with contract:<br />
01. RATES:<br />
The rate of the item may please be filled in attached Schedule-F6A-B-C. The rates shall be given both in<br />
figures and words. There should not be any over writing and erasing. Any changes are to be done by<br />
erasing original writing, which should be countersigned by the tenderer. In case of difference between rates<br />
in figures and words, the rates most favorable to the Corporation shall be considered.<br />
Further The bidders shall quote FIRM prices, the prices shall remain FIRM throughout contract period<br />
under the contract to be executed with the successful bidder pursuant here to.<br />
02. CONDITIONS OF CONTRACT:<br />
All the conditions of contract enumerated in the Book-let “General Terms & Conditions of Contracts<br />
applicable to Projects (GT & CAP)” and the specifications and drawings attached with the tender shall<br />
apply for carrying out this work, in addition to any other or further terms conditions mutually agreed upon.<br />
General terms & conditions as per GSECL contract shall be applicable and contractor has to sign the<br />
contract agreement.<br />
03 INDEMNITY BOND:<br />
The successful tenderer will have to execute indemnity bond on stamp paper of appropriate value at our<br />
GSECL, CO, Vadodara office before commencement of work as per Corporation’s prescribed proforma.<br />
The cost of the stamp fee shall be borne by tenderer.<br />
04. EARNEST MONEY DEPOSIT:<br />
Tenderer should make payment of the Earnest Money Deposit of Rs. 2,08,750.00 (Rupees Two Lacs Eight<br />
Thousand Seven Hundred Fifty only) in the form of crossed Demand Draft of any Nationalised Bank or<br />
HDFC Bank, AXIS Bank, Kalupur Co-operative Bank, ICICI Bank, Uco-Bank and other as per GSECL’s<br />
Circular payable at Vadodara in favour of ‘<strong>Gujarat</strong> State <strong>Electricity</strong> Corporation Limited, Vadodara’ or in<br />
the form of Bank Guarantee of Nationalised Bank for at least one year validity period and will have to<br />
extend the same time to time, if required.<br />
The Earnest Money Deposit shall be collectible by the purchaser upon failure of the tenderer to hold his<br />
offer open in accordance with the terms of this invitation to tender. The Earnest Money Deposit will be<br />
released in accordance with the following conditions.<br />
6
(i) In case of the successful tenderer, the Earnest Money will be refunded after the tenderer has furnished<br />
Security Deposit.<br />
(ii) In case of unsuccessful tenderer, the earnest money will be refunded after the award of contract to the<br />
successful tenderer and payment of Security Deposit by successful tenderer.<br />
If the successful tenderer withdraws his tender within the validity date or fails to give the required<br />
Security Deposit within 30 days time from the date of order, the Earnest Money Deposit shall be<br />
forfeited. Firms registered as a Small Scale Industries (SSI) with NSIC are exempted from payment of<br />
EMD, if they furnish a notarized true copy of their latest valid Registration along with the bids for the<br />
offered system.<br />
Tenders submitted without Earnest Money Deposit by those bidders who are not eligible for getting<br />
exemption from its payment, are liable to be rejected and no correspondence in this regard shall be<br />
entertained.<br />
05. SALES AND OTHER TAXES:<br />
Sales, Other Government taxes, cess or levy, Excise, Octroi, royalty or other duties will be payable by the<br />
Corporation against this contract for Schedule B1 and No Sales, professional or any other taxes, cess or<br />
levy, excise, Octroi, royalty or other duties will be payable by the Corporation against this contract for<br />
Schedule F6B<br />
06. INCOME TAX:<br />
Income-Tax as per rules will be deducted from R.A.bills.<br />
07. Conditional and partly offer tender is liable for rejection.<br />
08. TIME LIMIT:<br />
The work should be completed in stipulated period of 45 days for each TG set or as early as possible<br />
positively considering all abnormal conditions during shutdown period exceeding which the penalty will be<br />
levied. The contractor will have to agree for rendering complete training to GSECL persons. During<br />
overhauling work, if it is found that some additional electrical and mechanical work is required for<br />
completion of the system in toto, the contractor to take the responsibility for the same without any financial<br />
repercussion. The availability of shut down will be intimated to party well in advance. Party should start the<br />
work from the first day of the shutdown. All required arrangement of tools/tackles and men-material should<br />
be kept ready before shutdown.<br />
Timely execution of the proposed project is being main focus area .The bidder should submit pert<br />
chart/bar chart, and get it approved from GSECL before actual commencement of work. The bidder<br />
will be permitted to commence the work only after that. The bidder should strictly adhere to the<br />
schedule.<br />
09. SUPPLEMENTRY WORK :<br />
All major repairs/replacement work noticed other than the scope of works during inspection will be<br />
attended by party at an extra cost. The reasonable cost will be decided mutually. Decision of the CE (GEN)<br />
Vadodara will be final & binding to the contractor.<br />
10. This contract or any part thereof shall not be assigned subject to other agency/contractor without written<br />
permission of competent authority of Corporation.<br />
7
11. During execution of work, any damage to the equipment or any other property of the Corporation will have<br />
to be repaired/replaced free of cost by the contractor.<br />
12. INSURANCE :<br />
It will be the responsibility of contractor to insure GSECL’s materials, to have transit insurance, Insurance<br />
during storage & erection at site, Insurance for their own men and materials and also have to take Insurance<br />
Policy for damage to GSECL’s existing property and third party Damage during the execution of work at<br />
his own cost.<br />
Contractor will be fully responsible for all losses / damages during the execution of the work under this<br />
contract and the GSECL will be fully indemnified against such losses / damages.<br />
Contractor will have to ascertain receipt of goods at destination in good conditions and shall follow up<br />
vigorously with the carriers and ensure that the consignment reaches destination.<br />
In case of loss / damages to any consignments is noticed, it will be contractor’s responsibility to lodge the<br />
claim with insurance company and to settle insurance claim with the contractor’s underwriter.<br />
Irrespective of whether the insurance claim is settled or not, the contractor will promptly replace lost /<br />
damaged items free of charges F.O.R. destination.<br />
The contractor shall indemnify GSECL against all suits, actions, Proceedings, etc. arising out of any claim<br />
or demand for breach of any rules, regulations, default, etc. on part of the contractor, his agents or servants<br />
in the course of performance of this contract.<br />
The contractor shall be liable for making good all damages & losses arising out of theft, breakage, pilferage<br />
of any office furniture equipment’s, fittings and fixture whatsoever as may be caused direct or indirectly by<br />
the person engaged through him and work carried out by them.<br />
13. FAILURE TO EXECUTE THE ORDER:<br />
In case of failure on the tenderer to cope up with the works within the specified period, the same will be got<br />
executed through other agency at the risk and cost of contractor even at higher rates and the difference in<br />
the amount any will be recovered from the contractor.<br />
In case of poor progress of the work, Corporation reserves the right to stop the work and nothing will be<br />
payable to the contractor for part works carried out.<br />
14. SECURITY DEPOSIT:<br />
Tenderer shall have to pay the security deposit at 10 (Ten) % of the total value, half of the amount shall be<br />
paid in Cash or demand draft on Bank of Baroda, Ukai Branch within 10 days from receipt of the order in<br />
the office of the undersigned and the remaining amount shall be recovered from the R.A. Bill. S.D. will be<br />
refunded only after the expiry of guarantee period of eighteen months with trouble-free working of 2 X 2.5<br />
MW TG sets of Mini Hydro Power Station Ukai.<br />
15. PENALTY:<br />
Any delay that may take place beyond contractual cut off date / stipulated period (45 days for each TG set)<br />
in the order shall be subjected to penalty (not liquidated damages) at the rate of ½ % of the contract price /<br />
order price per week or part thereof subject to a maximum of 10% of the total contract value /order value (<br />
i.e. End cost including taxes & duties).<br />
8
16. TERMS OF PAYMENT:<br />
(A) Suuply:<br />
1. 70% supply prices shall be released within 45 days on receipt of material at Ukai site and site<br />
certification jointly with the successful bidder thereof.<br />
2. 20% of supply prices shall be released within 30 days on successful commissioning of the system<br />
of respective units.<br />
3. Balance 10% supply prices shall be released on successful completion of performance Guarantee<br />
test against submission of Performance Bank Guarantee of 10% of order value/extension of<br />
security deposit valid up to Guarantee/Warranty period.<br />
(B) Erection, Testing and commissioning:<br />
1. 80% of erection, testing & commissioning charges shall be payable within 45 days against<br />
monthly bills as certified by Engineer In Charge.<br />
2. Balance 10 % of erection, testing & commissioning charges shall be payable within 30 days on<br />
successful commissioning of the System and submission of Performance Bank Guarantee of 10%<br />
of order value valid up to valid up to Guarantee/Warranty period of eighteen months.<br />
3. 10% against Performance Guarantee test as per A(3) above.<br />
Performance Bank Guarantee shall be released only after eighteen months (i.e. expiry of guarantee period).<br />
During guarantee period, if any defect/trouble found in 2 X 2.5 MW TG sets of Mini Hydro Power Station<br />
Ukai, it will be attended by Bidder/Contractor at free of cost.<br />
17. SETTLEMENT OF DISPUTE:<br />
All question, dispute or differences whatever which may at any time arise between the parties to this<br />
contract in connection with the contract or any matter arising out of or in relation thereto shall be referred<br />
to the <strong>Gujarat</strong> Public Works Contract Dispute Arbitration tribunal as per the provisions of the <strong>Gujarat</strong><br />
Public Works Contract Dispute Arbitration Tribunal Act, 1992.<br />
18. The tender will be issued to those experienced contractor only who have in past carried out such work<br />
successfully in GSECL/GETCO or other govt. organization having sufficient experience will only<br />
considered.<br />
19. “OH & S Management System Requirement<br />
It is to be noted that GSECL, Ukai TPS/HPS is establishing and implementing Occupational Health &<br />
Safety Management System complying with OHSAS 18001 : 2007.<br />
You as a part of the GSECL Ukai team and as defined by the scope of mentioned standard, all contractors<br />
are required to comply with and participate to prevent the Occupational Health & Safety hazards and risks<br />
including observation of safety rules. Further you are also to comply with all applicable legal requirements<br />
while executing the work, in case the job is assigned to you.”<br />
20. STATUTORY VARIATION:<br />
Statutory variation on Excise Duty, Sales Tax and Service Tax including imposition of any new duty and<br />
tax related to excise and sales tax including VAT and Service<br />
Tax shall be admitted provided they take place during the original contractual completion period.<br />
Purchaser will not be liable to pay any upward revision of Excise Duty, Sales Tax, Service Tax and any<br />
allied taxes and duties, if they take place after the contractual completion period, even if the delayed<br />
materials are accepted by the Purchaser. However, if any decrease takes place after the contractual delivery<br />
date, the advantage will have to be passed on to the Purchaser.<br />
No statutory variation shall be payable by the Purchaser on the input items i.e. raw materials.<br />
9
21. CONTRACT AGREEMENT:<br />
Successful bidder has to enter into a contract agreement on a stamp paper of Rs. 100/- as per standard<br />
Proforma of GSECL attached. The cost of the stamp paper and agreement shall be borne by the successful<br />
tenderer. The agreement shall be signed by authorized person of company with the common seal of<br />
company of successful tenderer.<br />
22. FORCE MAJEURE CLAUSE:<br />
“If, at any time during the continuance of this contact, the performance in whole or in part by either party<br />
of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, act of the<br />
public enemy, civil commotion, sabotage fires, floods, explosion, epidemics, quarantine restrictions, strikes<br />
lockouts or acts of God (hereinafter referred to as event)”, then provided notice of the happening of any<br />
such event is given by either party to the other within twenty one days from the date of occurrence there of<br />
neither party shall by reason of such event be entitled to terminate this contact nor shall either party shall<br />
have any claim for damages against the other in respect of such non-performance of delay in performance,<br />
and services under the contract shall be resumed as soon as practicable after such event has come to end or<br />
ceased to exist, and the decision of the Chief Engineer(Gen),GSECL, Corporate office, Race Course<br />
Vadodara as to whether the services have been so resumed or not shall be final and conclusive.<br />
Provided further that if the performance in whole or part of any obligation under this contract is prevented<br />
or delayed by reasons of any such event for a period exceeding 60 days, either party may at its option<br />
terminate the contract provided also that if the contract is terminated under this clause, the GSECL shall be<br />
at liberty to take over from the contractor at a price to be fixed by the Chief Engineer (GEN), GSECL,<br />
Corporate office, Race Course ,Vadodara which shall be final.<br />
23. The invoice shall be raised to Chief Engineer (Gen.),GSECL, T.P.S. Ukai in triplicate for which the<br />
invoices proforma shall be provided by GSECL.<br />
24. ARBITRATION CLAUSE is modified as per Indian Arbitration Act-1996 as under between the parties :<br />
1. All disputes which can not be settled amicably by mutual negotiations shall be referred for arbitration in<br />
accordance with. The Indian Arbitration and Conciliation Act-1996 or any statutory modification or<br />
enactment thereof for the time being in force.<br />
2. The supplier and the owner will continue to perform their respective obligations under the contract during<br />
the Arbitration proceedings unless such performance itself relates to the dispute referred to Arbitration<br />
pursuant to this sub-clause.<br />
3. The Arbitrator Panel shall consist of three (3) arbitrators. One to be appointed by Owner and Supplier<br />
respectively and a third one to be appointed by the two arbitrators so appointed by the owner and the<br />
Supplier in accordance with the provisions of the Indian Arbitration and Conciliation Act-1996. If either<br />
of the parties fails to appoint its arbitrator within sixty (60 days) after receipt of a notice from the other<br />
party invoking the Arbitration Clause, the President of the ICC shall have the power at the request of<br />
either of the parties to appoint such arbitrator. The third arbitrator shall be named by the President of ICC<br />
in case the first two arbitrators appointed by the parties fail to appoint a third arbitrator.<br />
10
Any such appointment of an arbitrator by ICC in case of failure to appoint arbitrator by either and/or the<br />
third arbitrator by the first two arbitrators shall be in accordance with ICC. Appointing Authority Rules-<br />
2003. Related cost of such appointment shall be borne by the defaulting party for the appointment of its<br />
arbitrator. As regards to cost of the appointment of third arbitrator, the costs shall be shared equally. The<br />
arbitration shall be held in Vadodara and the Courts in Vadodara shall have jurisdiction on any matter<br />
connected with any arbitration under this clause.<br />
4. The clause 18.3 shall remain in full force and effect notwithstanding any lawful, termination of the<br />
contract, where either arbitration has already commenced or the liabilities between the owner and the<br />
supplier have not been fully determined.<br />
5. Cost of arbitration: The costs of any arbitration shall be borne equally by the parties and each shall bear<br />
its own expenses in prosecuting or defending a claim. Provided that if the panel determines that the<br />
prosecution or defence of a claim by a party was frivolous, substantially without merit or not presented in<br />
good faith, the panel shall assess the costs of arbitrating such claim against such party and may in its<br />
discretion and as deems equitable require such party to reimburse the other party for all or any portion of<br />
such other party’s expenses (including reasonable attorneys fees and costs) in prosecuting or defending<br />
such claim.<br />
25. JURISDICTION:<br />
All questions, disputes or differences arising out of or in connection with the tender/contract if concluded<br />
shall be subject to the exclusive jurisdiction of the court under whose jurisdiction the place from which the<br />
tender/ acceptance of tender is issued is situated i.e. Ukai.<br />
Signature and seal of Bidder<br />
Date:<br />
CHIEF ENGINEER (GEN)<br />
GSECL: CO: VADODARA<br />
11
SECTION : I<br />
TECHNICAL SPECIFICATION<br />
CONTENTS<br />
Sr.<br />
DESCRIPTION<br />
PAGE NO.<br />
No.<br />
1.00.00 INTENT OF SPECIFICATION 13<br />
2.00.00 SCOPE OF SUPPLY,WORKS & SERVICE 14-25<br />
3.00.00 EXPERIENCE/QUALIFYING CRITERIA 26<br />
4.00.00 SCHEDULE OF REQUIREMENT 27<br />
5.00.00 STANDARDS 27<br />
6.00.00 GENERAL TECHNICAL REQUIREMENTS. 27<br />
7.00.00 TESTS 28<br />
8.00.00 INSPECTION DURING MANUFACTURING. 28<br />
9.00.00 QUALITY ASSURANCE PLAN 28<br />
10.00.00 GUARANTEE AND WARRANTY 29<br />
11.00.00 DEVIATIONS 29<br />
12.00.00 DOCUMENT SUBMISSION 30-31<br />
13.00.00 DRAWINGS/DATA/DOCUMENTS TO BE SUBMITTED 32<br />
BY SUCCESSFUL BIDDER<br />
14.00.00 PACKING AND TRANSPORTATION 32<br />
15.00.00 TRAINING 33<br />
16.00.00 SUPERVISORY INSTALLATION & COMMISSIONING 33<br />
17.00.00 SCHEDULES 34<br />
18.00.00 GUARANTEE FOR MAINTENANCE SPARES AND<br />
34<br />
SERVICES<br />
19.00.00 GENERAL TERMS & CONDITION 34<br />
12
SECTION : I<br />
1.00.00: INTENT OF SPECIFICATION<br />
1.01.00: This specification is intended to cover design, engineering, manufacture, assembly,<br />
inspection and testing at manufacturer's works, packing & forwarding, supply,<br />
delivery at Power House site, installation and commissioning of Items No.1 to<br />
4 of SCOPE OF SUPPLY (Clause No.2.01.00) at GSECL Ukai Mini Hydro Power<br />
Station..<br />
1.02.00: All Annexure appended to this specification shall form part of this<br />
specification and supplement the requirement specified herein. The<br />
specification shall be read and construed in conjunction with the drawings and<br />
annexure to determine the scope of works.<br />
1.03.00: It is also intended to include complete operation check, tests to confirm suitability of<br />
new Micro processor based electronic digital governor system & other supplied items<br />
both technically as well as dimensionally.<br />
1.04.00: The bidder shall visit the site and get him acquainted with the actual<br />
requirements of tender prior to quoting rates. No claims for inadequate description of<br />
the scope shall be entertained later on.<br />
1.05.00: It is not the intend to completely specify all details of design and<br />
construction herein. Nevertheless, the equipment and installation shall conform to<br />
high standards of engineering design and workmanship in all respects and shall be<br />
capable of performing continuous operation in a manner acceptable to the<br />
Purchaser. Reliability, availability and maintainability are of the utmost<br />
importance to the Purchaser in the design of the equipment described herein.<br />
13
2.00.00: SCOPE<br />
2.01.00: SCOPE OF SUPPLY<br />
Sr. No. Description Of Material Quantity<br />
1 GOVERNING SYSTEM:<br />
(i)<br />
(ii)<br />
(iii)<br />
Micro Processor based electronic digital governor consist of<br />
Power supply card, Analog Input card, CPU card, Auto<br />
Synchronizing card along with speed sensor, Control panel for<br />
electronic Governor, Relay and other hardwares.<br />
a) Analog Input /Output card – 3nos.<br />
b) Digital Input /Output card – 3nos.<br />
c) Auto-Synchroniser – 1no.<br />
d) Power Supply card – 1no.<br />
Hydraulic pumping unit including<br />
a) Oil tank – 1 no.<br />
b) Pump motor – 2 no.<br />
c) Servo valve – 2 no.<br />
d) Pilot check valves - 2 nos.<br />
e) Throttle valves – 2 nos.<br />
f) Pressure relief valves – 2 nos.<br />
g) Pressure switches - 3 nos.<br />
h) Actuator – 1 no.<br />
i) Isolation valve – 2 nos.<br />
j) Heat exchanger – 1 no.<br />
k) Online filterers – 2 nos.<br />
l) Digital temperature indicators – 1 no.<br />
m) Hand operated pump – 1 no.<br />
n) Level switches – 2 nos.<br />
o) Level gauges – 1 no.<br />
p) Pressure gauge – 1 no. and necessary piping<br />
In case above items are required less or more nos. for supplies<br />
item, unit rates will be operated as per actual execution.<br />
Hydraulic cylinder for guide vane operating mechanism (2 nos.)<br />
and separate lube clean make oil purifier (1 no.) along with<br />
necessary oil piping and their fitting including high pressure hose<br />
pipes.<br />
2 TURBINE:<br />
(i)<br />
a) Guide vane apparatus assembly.<br />
1. Dowel Bush – 24 nos.<br />
2. Sleeves - 24 nos.<br />
3. Natural rubber cord – 01 nos.<br />
4. ‘O’ ring – 24 nos.<br />
5. ‘U’ seal – 48 nos.<br />
2 Set<br />
2 Set<br />
2 Set<br />
2 Set<br />
14
) Top Cover assembly.<br />
1. Gasket – 14 nos.<br />
2. Rubber disc – 02 nos<br />
c) Middle bush stud bush–01 nos.<br />
d) Top bush std. bush – 01 nos.<br />
3 BRAKE & JACK SYSTEM:<br />
(i)<br />
Braking and Jacking system with OPU consisting of<br />
a) Jack with pads & locking arrangement - 6 nos.<br />
b) OPU tank – 1 no.<br />
c) AC motor with pump – 1 no.<br />
d) DC motor with pump – 1 no.<br />
e) DC valves – 1 no.<br />
f) Return line filter – 2 nos.<br />
g) Shut off valve – 1 no.<br />
h) Hand operated pump – 1 no.<br />
2 Set<br />
i) Pressure relief valve – 1 no.<br />
j) Pressure gauge – 1 no.<br />
k) Oil level indicator – 1 no.<br />
l) High Pressure hoses and control panel with cabling as per<br />
system requirement.<br />
In case above items are required less or more nos. for supplies<br />
item, unit rates will be operated as per actual execution.<br />
4 CONTROL & INSTRUMENTATION:<br />
(i)<br />
Latest upgraded Instrumentation system manufactured after 2010<br />
comprising of necessary oil flow switches, pressure switches and<br />
pressure gauge used in cooling system and feedback system<br />
consists of linear transducer or angle transducer and their<br />
mountings arrangement. Guide vane limit and position indicators<br />
2 Set<br />
at local governor panel as well as at control desk at control room.<br />
speed indicators at local governor panel as well as at control desk<br />
at control room etc.<br />
(ii)<br />
POWER CABLE:<br />
a) HT(11KV)XLPE-185mm² Aluminum Armor single core cable<br />
for Generator to HT panel.(Phase & Neutral side Both) – 170<br />
meter<br />
b) Suitable size of armored Aluminum LT power cable for new<br />
OPU of Governing System – 50 meter<br />
c) Suitable size armored Aluminum LT power cable for new<br />
Brake-Jack System AC/DC Motor – 60 meter<br />
2 Set<br />
d) Control and instrumentation cables having XLPE insulated and<br />
PVC sheathed 1.1 KV grade copper conductor with required<br />
core and sizing alognwith cable trays, termination kits and other<br />
necessary piping and control panel.<br />
Payment shall be made as per actual consumption of<br />
cables in running meter during execution.<br />
(iii) Providing new Annunciation System as per Annexure A:2 2 Set<br />
15
Sp. Notes:-<br />
(01) Party has to submit Minimum required mandatory spares for Micro processor based<br />
electronic digital governing system mentioning prices along with Techno Commercial<br />
Bid.<br />
(02) The successful contractor will have to replace all the materials/ equipments<br />
invariably as per system requirement in TOTO. Material in excess will have to be<br />
credited to Ukai TPS Main store.<br />
2.01.01: FEATURES OF THE PROPOSED GOVERNING SYSTEM<br />
Offered Digital Governor must be well suitable for Fixed Blade Propeller Type vertical Turbine<br />
of 2 X 2.5 MW Mini Hydro P.S. Ukai.<br />
The Digital Governors offered shall be microprocessor based control system.<br />
Micro Processor based electronic digital governor consist of Power supply card, Analog<br />
Input card, CPU card, Auto Synchronizing card along with speed sensor, Control panel for<br />
electronic Governor, Relay and other hardwares.<br />
Hydraulic pumping unit including oil tank, pump motor, servo valve, pilot check valve,<br />
throttle valve, pressure relief valve, pressure switch, actuator, isolation valve, heat<br />
exchanger, online filter, digital temperature indicator, hand operated pump, level switch,<br />
level gauge, pressure gauge and necessary piping along with stand by pump, motor etc.<br />
The electronic hardware of the governor shall be of modular design, facilitating easy<br />
and quick fault detection and rectification. It shall be possible to diagnose each module<br />
through application software.<br />
The speed governing shall be performed by combination of the proportional, integral<br />
and derivative actions and by non-linear characteristics to achieve excellent control.<br />
The proposed governor is designed to be substantially immune to noise, transients and<br />
stray magnetic fields as per IEC.<br />
The turbine governor shall be able to:<br />
Start-up the turbine by a Single push button command from the control panel or remotely<br />
from the remote control desk located in the Power House Control room.<br />
Connect to the Unit synchronization control system.<br />
Put the Unit into power-stabilization operation when transmitting to the Grid.<br />
The Governor shall automatically stop the Unit under any mode, if required.<br />
The Governor shall automatically stop the Unit under emergency or in case<br />
of stop signal from Unit protection equipment, or in case of manual pressing of<br />
buttons.<br />
16
Stable control of the units under no – load and load conditions.<br />
Programmable in the field with Flash and EEPROM memory for data retention.<br />
Suitable for Isolated and Grid operation.<br />
Suitable for black start operation of Turbine Generator set.<br />
High speed digital filtering on all Analog input channels for noise immunity.<br />
Extensive safety interlocks for critical control signals.<br />
Built in test facility to test all input and output signals.<br />
Front panel indication for all incoming signals, outgoing signals, alarm conditions and<br />
processor status.<br />
Provision for local and remote operation<br />
Compatible for industry standard SCADA systems.<br />
Governor shall be operated on auto and manual mode. In case of failure of auto mode governor shall<br />
be automatically changed over to manual mode. Logic for load control shall be provided for bumpless<br />
transfer.<br />
17
Details of Existing Generator, Turbine & Governor<br />
GENERATOR:-<br />
Type : TUG 280-16-W41<br />
Construction : Vertical<br />
No. of Phases : 3 (Three)<br />
No. of Poles : 16 (Sixteen)<br />
Rated Output in KW/KVA : 2800/3100<br />
Rated Power Factor : 0.9 Lagging<br />
Rated Current : 164 Amps<br />
Rated Frequency : 50 Hz<br />
Rated Speed : 375 RPM<br />
Ambient Temperature : 40 º C<br />
Ventilation : Self Ventilated, Fan Cooled<br />
Connection : Star (6 Terminals brought out)<br />
Rating : Continuous<br />
Class of Insulation : B<br />
Drive : Water Turbine<br />
Direction of Rotation : Anti-Clockwise looking from driving end.<br />
Moment of Inertia (GD 2) : 33 Ton-M 2<br />
Weight of Rotor (approx.) : 22 Tons<br />
Standard : IS 4722<br />
Excitation : Static Electronic Excitation Unit (SEU)<br />
(Voltage:110 V DC, Current:175 A DC)<br />
Cooling Type : CACW<br />
Cooling Water Inlet Pressure : 2.25 Kg/Cm 2<br />
Cooling Water Inlet Temperature : 35 º C<br />
Cooling Water Quantity : 325 LPM<br />
No. of Radiator : 5 X 45 Kw<br />
Anti-Condensation Heaters : Type: Resistance, Qty.: 6 No.,<br />
Voltage: 240 V Single phase, 250 W<br />
Temp. Detector in Stator winding : Type: Platinum Pt-100 RTDs,<br />
Qty.: 6 No. (Two per phase)<br />
Location: In the slot<br />
Brush Holder : Type: 2040 GDD20, Qty.:4 No.,<br />
Spring Pressure: 180 gm/cm 2<br />
Brushes : Grade: M15E, Qty.: 8 No.<br />
Size: 20 X 40 X 50 mm, Qty<br />
Static Electronic Excitation System (SEU) : Regulation ± 1.0%, Response: less than<br />
second<br />
Voltage adjustment range: ± 10 %,<br />
TURBINE:-<br />
Design Head : 18.3 Mtrs.<br />
Turbine Output at Design Head : 2760 KW<br />
Max. Net Head : 23.78 Mtrs.<br />
Turbine Output at Max. Net Head : 3128 KW<br />
Min. Net Head : 7.6 Mtrs.<br />
Turbine Output at Min. Net Head : 900 KW<br />
18
Capacity : 2600 KW<br />
Type of Turbine : Vertical shaft propeller turbine<br />
Nos. of Runner Blades : Six<br />
Runner size : 1600 MM<br />
Nos. of Guide Vanes : 24<br />
Discharge : 17.0 M 3<br />
Rated Speed : 375 RPM<br />
Runway Speed : 950 RPM<br />
Max. & Min Temperature : 42 º C & 20 º C respectively<br />
Humidity Range : 30 % to 96 %<br />
Speed rise in case of full load rejection : 40 %<br />
Maximum gross head inclusive of water : 35 Mtrs.<br />
hammer<br />
Guide vane closing/opening time : 3.5 Sec<br />
Pressure rise at min. head in case of full : 52 %<br />
load rejection<br />
Guide vane closing/opening time : 4.52 Sec<br />
Turbine Shaft Diameter : 300 MM<br />
Runner Hub Spherical Diameter : 720 MM<br />
Runner Hub Cylindrical Diameter at Top : 640 MM<br />
Runner Hub Cylindrical Diameter at Bottom : 600 MM<br />
Runner side flange diameter : 640 MM<br />
Neck diameter at Bearing : 450 MM<br />
Shaft Overall length : 2448 MM<br />
SERVOMOTOR<br />
Capacity : 3000 Kg.Mt.<br />
Nos. : Two (LHS & RHS)<br />
Cylinder Bore : 180 MM<br />
Stroke : 340 MM<br />
Operating Pressure : 25 Kg/Cm 2<br />
GOVERNOR:-<br />
Type : Hydro Mechanical Cabinet actuator<br />
Make : WOODWARD, USA<br />
Sensitivity of Governor : 0.01 %<br />
Speed Droop adjustment : 0.5 %<br />
Speed Level setting : 85 % to 105 %<br />
Range of adjustment of gate closing : 2 to 6 sec approx.<br />
Range of adjustment of gate opening : 2 to 6 sec approx<br />
Type of Motor for speed responsing : Synchronous, 3 phase<br />
Speed : 375 RPM<br />
Frequency : 12 cps<br />
Voltage : 60 Volts<br />
Input : From PMG<br />
Quantity of Oil required in Governing System : 2300 Ltrs. Approx.<br />
19
PMG (Permanent Magnet Generator): -<br />
Type : Synchronous (WOODWARD)<br />
Speed : 375 RPM<br />
Frequency : 12 cps<br />
Voltage : 60 Volts<br />
Output : 7 HP<br />
Drive : Directly from Generator shaft<br />
OIL PUMPING UNIT (OPU):-<br />
Pump type : Screw pump<br />
Qty. : Two (Main/Stand by)<br />
Mounting : Horizontal<br />
Working Pressure : 25 Kg/Cm 2<br />
Speed : 2920 RPM<br />
Capacity : 210 LPM<br />
Tank Capacity : 2000 Ltrs.<br />
Electric Motor Rating : 15 KW, 2920 RPM, 415 V, 50 Hz,<br />
3 Phase with TEFC foot mounting<br />
Accumulator charging valves : Qty.2 Nos. & setting of 25 Kg/Cm 2<br />
Pressure Switch : Qty.3 Nos.<br />
Pressure Switch Setting : PS 1 – 25 & 22 Kg/Cm 2<br />
PS 2 – 25 & 20 Kg/Cm 2<br />
PS 3 – 27 & 17 Kg/Cm 2<br />
PRESSURE VESSEL/OIL PRESSURE ACCUMULATOR:-<br />
Vessel Capacity : 1.6 M 3<br />
Oil Volume : 594 Ltrs. Approx<br />
Compressed Air Volume (at 25 Kg/Cm 2 ) : Rest<br />
Inside Diameter : 964 MM<br />
Outside Diameter : 1000 MM<br />
Overall height : 2800 MM<br />
Note:<br />
Miscellaneous materials required for successful commissioning of Microprocessor<br />
based electronic digital governor system for both the units is to be supplied by the<br />
party free of cost.<br />
The offered equipment shall be complete with all components necessary for their effective<br />
trouble free operation. Such components shall be deemed to whether those are specifically<br />
brought out in this specification and/or the commercial order or not.<br />
20
2.02.00: SCOPE OF WORKS<br />
(Detail Scope of work for complete overhauling of 2 X 2.5 MW Mini Hydro P.S. Units.)<br />
2.02.01: Qualified, experienced and efficient personnel shall supervise the various activities such<br />
as complete capital overhauling and replacement of microprocessor based electronic<br />
governing system for 2 X 2.5 MW TG sets and necessary spares throughout the<br />
completion of work.<br />
2.02.02: The work supervisor must be experienced engineer who has minimum work experience of<br />
5 years of similar overhauling work of Hydro T-G set overhauling. The party has to<br />
provide full bio data of his entire work force with relevant work experience details along<br />
with technical bid<br />
2.02.03: The party has to take proper care for complete capital overhauling, replacement of digital<br />
governor, necessary spares, testing of said activity and also safety of working personnel.<br />
No compensation will be granted from Corporation in case of injury, loss of working<br />
personnel of contractor and theft of materials.<br />
2.02.04: The Party should complete the work of capital overhauling and replacement of<br />
microprocessor based electronic Governing system during its shutdown period only (i.e.<br />
45 days) for each unit one by one. The availability of shut down will be intimated to the<br />
party well in advance. The party should start the work from the first day of the shutdown.<br />
All require arrangement of tools/tackles and men-material shall be made ready before<br />
shutdown.<br />
2.02.05: All equipment and materials shall be new. The makes of all bought out equipment, shall be<br />
subject to approval of the Owner after award of Contract. GSECL has approved vendor list,<br />
which should be followed for different supplies for the subject tender. If the Contractor<br />
supplies the material as per GSECL’s approved vendor list it will be acceptable. However,<br />
for other make, specific approval of GSECL will be required.”<br />
2.02.06: Brief Description of works to be carried out by Bidder/Contractor during the Capital<br />
Overhauling of 2 X 2.5 MW Mini Hydro Hydel Plant, Ukai.<br />
2.02.06-(a) GENERATOR:<br />
(1) Dismantling and lifting of Top bracket.<br />
(2) Measurement of air gaps between rotor pole and stator coils. Taking rotor form/stator form<br />
readings by rotating rotor with help of E.O.T crane. Dismantling rotor, lifting & shifting it to<br />
service bay. Correction of rotor form/stator form by rim grinding of rotor to allowable limits.<br />
Dismantling of required numbers of poles from rotor rim for rim grinding. If required,<br />
21
shifting of stator to adjust concentricity of rotor and stator if required.. Lifting and shifting of<br />
Generator Rotor.<br />
(3) Checking of core by knife test & repairing by applying of LOCTITE 290 if required.<br />
(4) Tightening of all core bolts to the specified torque value.<br />
(5) Inspection of Stator and Rotor winding, cleaning by Mineral turpentine Oil (MTO) / other<br />
allowable cleaning agent; and wedges tightening, coils binding, Applying Insulating paints<br />
at entire winding.<br />
(6) Inspection of rotor poles, cleaning by Mineral turpentine Oil (MTO) / other allowable<br />
cleaning agent.<br />
(7) Checking of RTD’s for healthiness & replace if required by party on chargeable basis<br />
(8) Dry stator with lamps, Varnishing of Stator winding<br />
(9) Rotor IR value measurement<br />
(10) Inspection of existing thrust & guide bearing pads of Generator. If required, removal of<br />
existing bearing pads and replacement with new one by proper blue matching. Spare set of<br />
bearing pads will be provided by GSECL.<br />
(11) Removal carbon brushes and replaced by new ones of proper carbon grade. Brushes are to be<br />
arranged by the party at free of cost.<br />
(12) Replacement of Insulation under retaining ring with new class “B” Insulation.<br />
(13) Removal of existing Braking and Jacking system of the unit & Providing, Erection&<br />
commissioning of new Braking & Jacking system.<br />
(14) Overhauling of LT breakers (total 6 nos.) for overhauling of breakers, all required spares<br />
are to be arranged by the party free of cost. All LT Breakers are in service conditions,<br />
make: M/s Jyoti Ltd., Type: Air Circuit Breaker, 400 Ampere.<br />
(15) Removal of all Air coolers of the generator, dismantling, cleaning by pressurize air-water jet,<br />
replacement of gaskets & reassembly.<br />
(16) Checking Pole key tightness, rim bolt tightness.<br />
(17) Leveling of rotor and alignment with turbine.<br />
(18) Centering of Unit with respect to turbine guide bearing and resetting of generator guide<br />
bearing clearances.<br />
2.02.06-(b) TURBINE:<br />
Governing System:<br />
(1) Erection & commissioning of new Micro Processor based electronic governing system of<br />
latest art of design. The new governing system must be suitable to existing T-G set. All<br />
required operating parameters must be incorporated.<br />
(2) The replacement of existing governing system by new governing system may require to<br />
replacement of other associated system. Party has to consider all other required associated<br />
changes like OPU system, guide vane servomotors etc. However all sincere efforts have to<br />
make so that minimum required changes have to be made and techno-economical system can<br />
be adopted.<br />
22
Underwater parts of Turbine:<br />
(1) Guide Vanes:<br />
Measurement of clearance between guide vanes before / after overhauling. Complete<br />
overhauling of all 24 nos. of guide vanes including weld repair if required, replacement of<br />
dowels, bush, sleeve, rubber seals (‘O’ ring, ‘U’ seals) gaskets etc of guide vane / guide vane<br />
links. Re-setting of guide vane clearance.<br />
(2) Runner chamber/ blade/ hub:<br />
Runner chamber/blade/hub: Complete inspection, cleaning, removal of debris, corroded/eroded<br />
parts are to be repaired/rectified. Repairing to be done by welding with low hydrogen welding<br />
rods on cavitations / pitted portion. Painting to be done with appropriate paint.<br />
(3) Draft tube / penstock:<br />
Inspection of Draft tube & Pen stock & its cleaning, hammer testing. Painting with appropriate<br />
paint.<br />
(4) Turbine Guide Bearing:<br />
Measurement of TGB clearances, complete cleaning of bearing, Replacement of oil and<br />
resetting of bearing clearance if required.<br />
2.02.06-(c) Control & Instrumentation (C & I):<br />
(1) Inspection, Checking, Testing, Calibration of Temp. Indicators, Pressure Gauges. Defective<br />
gauges/indicators are to be replaced.<br />
(2) Removal & Replacement of instrumentation system comprising of necessary oil flow switches,<br />
pressure switches and pressure gauge used in cooling system and feedback system consists of<br />
various transducer required for governing system.<br />
(3) Laying of power, control, and instrumentation cables with cable trays required to interconnect<br />
equipments supplied by the party and other cables felts necessary to replace for safe and<br />
smooth operation of 2 X 2.5 MW Mini Hydro Power Station at Ukai<br />
(4) Removal of existing Guide vane limit, Position indicator, speed indicator, temperature<br />
scanners, RTD sensors, transducers etc and erection, commissioning of new Instrumentation<br />
system.<br />
(5) Removals of existing annunciation system along with faulty transducers/measuring<br />
instruments and erection & commissioning of latest annunciation system.<br />
(6) Detail of instrumentation to be replaced as shown in Annexure : ‘A1’ & ‘A2’<br />
23
2.02.06- (d) Balance of Plant (BOP):<br />
(1) Complete overhauling of all valves, duplex strainers of cooling water system.<br />
(2) Complete overhauling of 50 KW Hydel house set including its governor.<br />
At present, guide vanes are not opening fully and governor is not functioning properly in<br />
manual mode. Auto mode of governor is out of service. Party has to carry out complete<br />
overhauling of house set and to make it fully operative with governor in auto mode. All<br />
meters i.e. Voltmeter, Ampere meter, Speed meter of house set are to be replaced. All<br />
required spares & meters are to be arranged by party on chargeable basis.<br />
(3) Filtration of existing bearing oil & governing system oil is to be carried out. Oil filter machine<br />
is to be arranged by party.<br />
(4) Painting of T-G set and its auxiliaries:<br />
Cleaning of rusted portion, apply one coat of anti- corrosive red oxide and painting of all metal<br />
structures, electrical panels- junction boxes, valves, tanks, pipelines, under water parts like<br />
draft tube, runner chamber, runner hub, guide vanes, penstock and 50 KW House Set is to be<br />
carried out as per shades and procedure of IS colour code<br />
The bidder shall visit the Ukai Mini Hydro Power Station and interact with the concerned<br />
engineers of GSECL to estimate / assess the quantum of work.<br />
Note: If any equipment or component of 2 X 2.5 MW Mini Hydro P.S. is damaged<br />
during work execution, it shall be replaced free of cost by party/contractor.<br />
2.03.00: SCOPE OF SERVICE<br />
The bidder shall provide the following services to install, commission of<br />
Microprocessor based electronic digital governor system covered under this bid.<br />
2.03.01: Shifting of supplied Microprocessor based electronic digital governor system from<br />
main store or site store to the work site at Ukai Mini Hydro Power station.<br />
2.03.02: Removing of existing Hydro Mechanical Cubicle Governors, its fitting arrangement<br />
and wiring and crediting to main store of the Ukai Hydro/Thermal Power Station<br />
2.03.03: Cutting / fabrication work, supply of plate /Channel and other items for fixing or<br />
installing new Microprocessor based electronic digital governor system, supply wires,<br />
making termination, blanking the open space by plates, fixing of fitting arrangement<br />
for easy operation etc.<br />
24
2.03.04: Any other consumable items like lugs, connectors, screws, nut bolts, plate, channel<br />
,wires , fuses , ferrules , sleeves etc. required for retrofitting is in Bidder’s scope at<br />
free of cost.<br />
2.03.05: Testing and commissioning of Microprocessor based electronic digital governor<br />
system with protection relays and external interlocks- permissive for all<br />
functions/logics, parameter setting, operation, interlocks, indications, annunciations<br />
etc. and furnishing of test certificates<br />
2.03.06: The Digital Governor panels have to be fully tested commissioned before putting into<br />
service.<br />
2.03.07: Any defects arise in Microprocessor based electronic digital governor system or its<br />
operation found defective during testing at site shall be replaced free of cost, which<br />
include transportation also.<br />
2.03.08: GSECL will provide following facilities to the successful bidder at the time of work<br />
execution<br />
a) Providing required quantity of new turbine oil.<br />
b) Providing empty barrels/tank for draining oil.<br />
c) Providing required power supply for operating pumps, filter<br />
machine, blowers, drilling, welding, cutting, lighting etc.<br />
d) Providing guest house facility for technicians, supervisors at a<br />
time on chargeable basis if available.<br />
e) E.O.T. crane facility with operator.<br />
f) Service air for cleaning purpose.<br />
g) Work shop facility for minor job work as per prevailing<br />
availability.<br />
The work should be executed as per the instruction of Engineer In-charge of the project and<br />
his decision will be final for any matter.<br />
25
3.00.00: EXPERIENCE/QUALIFYING CRITERIA<br />
3.01.00: The bidder must be OEM of Mini hydro/Hydro generating Units. They shall have<br />
designed and manufactured generator, turbine, Digital (Micro processor) governor etc.<br />
and Erected and Successfully Commissioned /up-gradation (R&M) Mini hydro/Hydro<br />
generating Units.<br />
3.01.01: Bidders not meeting the requirements as above but authorized by OEM Of Mini<br />
Hydro/Hydro Generating Units and having vide experience of Erection and<br />
commissioning of Mini Hydro/Hydro Power Station. Having qualifying requirement as<br />
per 3.01.00 above can also participate, provided they have valid ongoing collaboration<br />
with manufacturer. In such an event the bidder shall furnish, along with his bid,<br />
documentary evidence for the same and an undertaking from the bidder and<br />
collaborator accepting joint and several liabilities of all the obligations under the<br />
contract.<br />
3.01.02: The bidder should have executed such type of Capital overhauling work/up-gradation<br />
(R&M) of mini hydro generating units/ Hydro generating units in past and bidder have<br />
to submit details work order copy along with technical bid.<br />
3.02.00: The bidder should clearly indicate the quantity and single value contract executed<br />
during last three (3) years for the offered governing system. Bidder should have<br />
executed one single contract for Amount of Rs. One Crore for supply Erection<br />
commissioning/ up-gradation (R & M) Mini hydro (Including Digital governor) during<br />
last three years for the quantity equivalent to bid.<br />
3.03.00: The Bidder should satisfy the financial eligibility criteria relating to Turnover,<br />
Profitability and Net Working Capital. The bidder should submit last 3 years audited<br />
financial report of the company. Minimum average Turnover of Rs. 1 Crore in<br />
previous three years and the financial statement should have been audited for the<br />
previous three financial years i.e. year 2008-09, 2009-10 and 2010-11.<br />
3.04.00: Solvency Certificate: Latest solvency certificate should be submitted from the<br />
Authorized bank for minimum 40.0 lacs amount at the time of technical bid opening.<br />
26
4.00.00: SCHEDULE OF REQUIREMENT<br />
4.01.00: The requirement of Micro Processor based electronic digital governing system, Brake<br />
& Jack assembly, Instrumentation/Annunciation system & Power Cables has to be<br />
supplied against the specification given in SCOPE OF SUPPLY (Clause No.2.01.00)<br />
4.02.00: Delivery instructions shall be issued to the successful bidder after placement of orders<br />
and after inspection and testing of Micro Processor based electronic Digital Governor<br />
at manufacturer’s works.<br />
5.00.00: STANDARD<br />
5.01.00: The Electronic Governor complies with IEC – 60308 standards.<br />
5.02.00: The equipment shall also comply with the latest revision of Indian <strong>Electricity</strong> Act and<br />
Indian <strong>Electricity</strong> Rules and any other applicable statutory provisions, rules and<br />
regulations applicable in the locations where these are to be installed.<br />
6.00.00: GENERAL TECHNICAL REQUIREMENTS<br />
6.01.00: Labels<br />
6.01.01: All Supplied items to be provided with labels. The labels shall be mounted properly<br />
showing name of auxiliary, rating and compartment no. of the panel.<br />
6.01.02 Labels shall be made of Aluminum anodized plate P.V. Castings or permanent type.<br />
Labels shall have white letters on black background. All equipment / accessories shall<br />
be given standard abbreviation numbers with name of device, corresponding to the<br />
ones shown in the panel internal wiring and circuit breaker manual.<br />
6.02.00 Internal Wiring<br />
6.02.01: All wiring shall be carried out with 1100V grade single core multi strand flexible<br />
copper conductor wires with HRPVC insulation and shall be flame retardant, vermin<br />
and rodent proof. The current carrying capacity of wire shall be adequate for the<br />
duty assigned to it considering short circuit condition and shall have sufficient<br />
flexibility to facilitate proper termination at any location. Colour coded wires (red,<br />
yellow, blue, black) shall be used for CT, The copper conductor used for internal<br />
wiring be one 2.5 Sq mm per lead.<br />
6.02.02: The bidder shall be responsible for the completeness and correctness of the internal<br />
wiring and for the proper functioning of the connected equipment.<br />
27
6.03.00: Mounting.<br />
6.03.01: The Micro Processor based electronic digital governor system shall be mounted such<br />
that removal and replacement can be accomplished individually without interruption of<br />
service to adjacent equipment conforming all safety interlocks.<br />
6.04.00: Micro Processor Based Electronic Digital Governor<br />
6.04.01: The general requirements for the Micro Processor based electronic digital governor<br />
system are described here under however; Governor should be designed, built and<br />
tested in compliance with relevant standards and in general comply with the<br />
technical specifications mentioned in scope of supply clause no.2.01.01<br />
Bidder shall have to submit Guaranteed Technical Parameters for which they<br />
have offered Digital Governor<br />
7.00.00: TESTS<br />
7.01.00: The New governor panel shall be tested at the place of manufacturer in presence of<br />
Purchaser’s representative without any extra cost.<br />
7.02.00: Immediately after finalization of programme of testing of panel the supplier shall give<br />
two weeks advance intimation to the purchaser to enable him to depute his<br />
representative for witnessing the tests.<br />
8.00.00: INSPECTION DURING MANUFACTURING<br />
8.01.00: The inspection may be carried out by the purchaser at any stage of manufacture. The<br />
successful bidder shall grant free access to the purchaser’s representative at a<br />
reasonable time when the work is in progress. Inspection and acceptance of any<br />
equipment under this specification by the purchaser shall not relieve the supplier of his<br />
obligation of furnishing equipment in accordance with the specifications and shall not<br />
prevent subsequent rejection if the equipment is found to be defective.<br />
8.02.00: The supplier shall keep the purchaser informed well in advance, about the<br />
manufacturing programme so that the arrangement can be made for inspection.<br />
9.00.00 QUALITY ASSURANCE PLAN<br />
9.01.00: The bidder shall invariably furnish along with his offer the quality assurance plan<br />
adopted by him/his sub-supplies in the process of manufacturing all major<br />
equipment/component.<br />
9.02.00: Precaution taken for ensuring usage of quality raw materials and sub-components shall<br />
be stated in the quality assurance plan.<br />
28
9.03.00: The bidder should specifically express their consent to accept additions, revisions to<br />
their quality assurance plan to meet the purchaser’s requirements if needed. The final<br />
quality assurance plan to be adopted, with mutual consent, shall be decided after<br />
discussion with successful bidder.<br />
10.00.00: GUARANTEE AND WARRANTY:<br />
10.01.00: All equipment supplied against this specification shall be guaranteed for a period of 18<br />
months from the date of receipt at the destination store center OR 12 months from the<br />
date of commissioning which ever is earlier, however any engineering error, omission,<br />
wrong provision, equipment failure etc., if found during actual commissioning as<br />
well as during performance guarantee period of the equipment shall be attended<br />
by the supplier/contractor free of cost.<br />
10.02.00: The material supplied shall be manufactured not before the year 2010 and of high<br />
quality and free from defects in design, material and workmanship, complete in all<br />
respects confirming to latest revision of relevant Indian Standards or equivalent<br />
International standards. However, other terms and conditions of GT & CAP as regards<br />
to Guarantee and Warranty shall be applicable.<br />
10.03.00: The party has to give performance guarantee for the trouble free operation of the 2 X<br />
2.5 MW TG sets for the period of eighteen months after commissioning (i.e. M/c taken<br />
on bar successfully on full load) & testing of supplied items & work attended .<br />
11.00.00: DEVIATIONS<br />
All the Technical & Commercial Deviations from the Specifications should be<br />
mentioned in Schedule-F4. Deviations mentioned elsewhere shall not be considered.<br />
Any deviation claimed by the bidder shall be considered to have no effect unless<br />
otherwise it is specifically discussed and agreed upon in writing by the owner during<br />
the process of Tender Finalization.<br />
29
12.00.00: DOCUMENT SUBMISSION<br />
12.01.00: All drawings/documents / Test Reports submitted by supplier shall be having<br />
sufficient detail to indicate the type, size, arrangement, weight (as applicable),the<br />
external connections, fixing arrangements required, the dimensions required for<br />
installation and interconnections with other equipment and materials, clearances<br />
and spaces required between various portions of equipment and any other<br />
information specifically requested.<br />
12.02.00: Drawings / Documents / Test Reports submitted shall be signed by responsible<br />
representatives of the Bidder and all drawings shall be of A-3 size. (297mmX420<br />
mm )<br />
All dimensions on drawings shall be in Metric Units, unless otherwise specified. The<br />
details in the drawings shall be in English language only.<br />
12.03.00: In addition to the information provided on drawings, each drawing shall carry a<br />
revision number, date of revision and brief details of revisions carried out. Wherever<br />
any revision is carried out, correspondingly revision number must be updated. All<br />
revisions carried out shall be highlighted on the drawing and a separate sheet<br />
furnished stating the reasons for such revision. A note stating drawing is generally<br />
revised is not acceptable.<br />
12.04.00: Drawings submitted by the Bidder for approval will be checked/ reviewed by the<br />
Purchaser’ and comments, if any, on the same will be conveyed to the Bidder. It is<br />
the responsibility of the Bidder to incorporate correctly all the comments conveyed<br />
by the Purchaser on the Bidder’s drawings. The drawings, which are approved with<br />
comments, are to be resubmitted to the Purchaser for purpose of records. Such<br />
drawings will not be checked / reviewed by the Purchaser to verify whether all the<br />
comments have been incorporated by the Bidder. If the Bidder is unable to<br />
incorporate certain comments in his drawings he shall clearly state in his forwarding<br />
letter such non-compliance along with valid reasons and justification.<br />
12.05.00: Any work performed or material ordered by the Bidder prior to receipt of drawings<br />
stamped ‘Approved with comments as noted’ by the Purchaser shall be at the risk of<br />
the Bidder. After print of any drawing has been returned ‘Approved’, the Bidder<br />
may release the parts covered by the drawing, for production / construction.<br />
12.06.00: Reproducible, where called for in the Drawing Submission Schedule, shall be<br />
submitted after the approval of drawings. These should be of good quality and<br />
capable of producing clear and legible prints.<br />
12.07.00: Upon completion of the installation, the Bidder shall furnish a complete set of<br />
drawings on reproducible tracing film on which the Bidder shall make in a neat and<br />
accurate manner, a complete record of all changes and revisions to the original<br />
design, as installed in the completed work. These drawings shall be submitted to the<br />
Purchaser.<br />
30
12.08.00: Drawings prepared by the Bidder and approved by the Purchaser shall be considered<br />
as a part of the Contract Specification. However, examination and approval of the<br />
drawings by the Purchaser shall not relieve the Bidder of his responsibility for<br />
engineering, design, workmanship, materials and construction under the Contract.<br />
12.09.00: If, at any time before the completion of the work, changes are made necessitating<br />
revision of approved drawings, the Bidder shall make such revisions and proceed in<br />
the same routine as for the original approval.<br />
12.10.00: The drawing and documents which are not subject to approval shall be stamped<br />
“FOR INFORMATION”. However, the Purchaser shall reserve the right to<br />
comment.<br />
12.11.00: The Bidder shall prepare and submit to the Purchaser, operation and maintenance<br />
manuals in accordance with the Purchaser’s requirements and in sufficient detail, for<br />
the Purchaser to get familiarized with the equipment and to enable him to operate,<br />
maintain, dismantle, reassemble, adjust and repair the equipment in a safe and<br />
efficient manner. O&M Manual shall contain<br />
i) Vendor Contact Details<br />
ii) Storage Instruction<br />
iii) Erection & Commissioning Instruction<br />
iv) Operating Procedure /Instruction and Maintenance Schedule<br />
/Trouble shooting.<br />
v) List of Bought out component & sub vendor’s addresses<br />
vi) Technical Data Sheet<br />
vii) Leaflets of Bought Out component<br />
vii) Drawings etc.<br />
viii) Bill of materials.<br />
12.12.00: A separate section of the manuals shall be devoted to each size/ type of equipment<br />
and shall contain a detailed description of construction and operation, together with<br />
all relevant pamphlets, catalogues, drawings and a list of parts with procedure for<br />
ordering spares. Maintenance instructions shall include checking, testing and<br />
replacement procedures to be carried out to ensure trouble-free operation.<br />
12.13.00: All documents including drawings, data sheets, erection and commissioning<br />
manuals, O & M manuals shall be provided on electronic media viz. CD’s. Each<br />
electronic media shall be of high quality and suitable for long-term storage.<br />
The reproduction from media shall be of good quality.<br />
31
13.00.00: DRAWINGS / DATA / DOCUMENTS TO BE SUBMITTED BY<br />
SUCCESSFUL BIDDER<br />
13.01.00: After issue of detailed purchase order, the successful bidder shall submit within six<br />
weeks, four sets of complete drawings along with detailed bill off material for<br />
approval. In normal practice, the documents submitted for the approval will be<br />
commented upon or approved if in order, within 25 days from the date of receipt of the<br />
same.<br />
13.02.00: Before dispatch of equipments to consignees, the supplier is required to submit sets of<br />
following drawings / documents in suitable files. There shall be such four sets per<br />
equipment and shall be forwarded to (a) Three sets to consignee before dispatch of<br />
equipment and ( b) One set with equipment<br />
a) Control schematics and wiring diagrams.<br />
b) Operation and maintenance manual.<br />
c) Commissioning manual.<br />
d) Catalogues for all bought out items.<br />
The manuals and test reports should be submitted in bound form suitable for long<br />
storage with the necessary information printed on the cover page as well as back for<br />
easy traceability. The documents not submitted in the above manner will not be<br />
accepted.<br />
All Erection, operation & maintenance manuals & drawings shall be furnished in<br />
reproducible form (DVDs/CDs) also.<br />
14.00.00: PACKING AND TRANSPORT<br />
14.01.00: All equipment/material shall be suitably packed for transport, carriage at site and<br />
outdoor storage during transit. The Supplier/contractor shall be responsible for any<br />
damage to the equipment during transit due to improper and inadequate packing. The<br />
cases containing easily damageable material shall be very carefully packed and marked<br />
with appropriate caution symbols i.e. `FRAGILE’ `HANDLE WITH CARE’, `USE<br />
NO HOOK’ etc. The contents of each package shall bear marking that can be readily<br />
identified from the package list and packing shall provide complete protection from<br />
moisture, termites and mechanical shocks etc.<br />
14.02.00: Wherever necessary proper arrangement for attaching slings for lifting shall be<br />
provided and all packages clearly marked with gross weight, signs showing `UP’ and<br />
`DOWN’ sides of boxes, contents of each package, order no. and date, name of the<br />
plant of which the material in the package forms part of and any handling and<br />
unpacking instructions considered necessary. Any material found short inside the intact<br />
packing cases shall be supplied by the manufacturer/supplier without any extra cost.<br />
32
14.03.00: Bidder shall ascertain, prior to shipment, from concerned authorities, the transport<br />
limitations like weight and maximum allowable package size for transportation. Fragile<br />
material such as Electronic Items, Instruments and other glass material shall be<br />
carefully covered with shock absorbing protective materials, such as thermocol, silica<br />
gel or equivalent moisture absorbent material in small cotton bags shall be placed<br />
inside the packing wherever necessary.<br />
14.04.00: Each consignment shall be accompanied by a detailed packing list containing the<br />
following information.<br />
a) Purchase order reference.<br />
b) Name of consignee<br />
c) Details of consignment<br />
d) Destination<br />
e) Total weight of consignment<br />
f) Handling and unpacking instructions.<br />
g) Bill of materials indicating contents of each package<br />
h) Sign showing upper/lower side of the crate.<br />
15.00.00: TRAINING<br />
15.01.00: The successful bidder shall be required to provide facility for in-plant training, at no<br />
extra cost to the purchaser’s four engineers to be nominated by the purchaser for a<br />
period of seven days at his works, where the equipment offered shall be manufactured.<br />
The training shall cover familiarization with manufacturing and assembly techniques,<br />
procedures of installation, testing, commissioning, operation, maintenance and trouble<br />
shooting.<br />
16.00.00: SUPERVISORY INSTALLATION & COMMISSIONING<br />
16.01.00: The bidder shall depute their Engineers, technicians and Labours to the site for<br />
carrying out the Capital overhauling work, Erection, testing and commissioning of<br />
supplied items as per clause 2.00.00<br />
The work supervisor must be experienced engineer who has minimum work<br />
experience of 5 years of similar overhauling work of Hydro T-G set overhauling. Party<br />
has to provide full bio data of his entire work force with relevant work experience<br />
details along with technical bid<br />
33
17.00.00: SCHEDULES<br />
The bidder shall fill in the schedules indicated in Section II which form part of the bid<br />
specification and offer. If the schedules are not submitted duly filled in with the<br />
offer, the offer is likely to be ignored.<br />
18.00.00: GUARANTEE FOR MAINTENANCE, SPARES AND SERVICES<br />
The bidder shall be guaranteed for supplying, maintenance, spares and services as well<br />
as repairing of offered items of scope of supply (clause no.2.01.00) for a period of the<br />
life expectancy of 20 years.<br />
19.00.00: GENERAL TERMS & CONDITION.<br />
01) Whole work must be carried out with sufficient skilled manpower. Damage if any<br />
occurs during execution of job to any equipment, recovery shall be made from<br />
contractor’s bill.<br />
02) Party will be solely responsible for any fatal/non fatal accident which occurs to their<br />
person during execution of work.<br />
03) Payment shall be made for actual quantities of work executed and based on joint<br />
measurement basis.<br />
04) If any major / minor site constraints may arise for carrying out work, the same be<br />
discussed and decided with Engineer-In-charge and his decision shall be final &<br />
binding to the party.<br />
05) If the work found not satisfactory or non progressive, the Corporation may take<br />
action deemed fit to see that work be completed in time at party’s risk and cost.<br />
06) Contractor should strictly follow instruction of Corporation’s Engineer-in-Charge for<br />
execution of work.<br />
07) Any major defect observed during retrofitting work and not covered in scope of work<br />
will be attended at an extra cost; the rates for the same will be decided jointly.<br />
08) All materials, tools tackles, man power, transportation etc. required for retrofitting<br />
work shall be arranged by the party No materials / tool tackles will be provided by<br />
GSECL<br />
09) No man power will be provided by GSECL for above said work.<br />
34
SECTION-II (SCHEDULES)<br />
CONTENTS<br />
Schedule<br />
DESCRIPTION<br />
Page No.<br />
No.<br />
F 1 Schedule of general information and completion 36-38<br />
period<br />
F 2 Bidders experience list 39<br />
F 3 Technical personnel qualification & experience data 40<br />
F 4 Deviations from the technical & commercial<br />
41<br />
specifications<br />
F 5 List of drawing enclosed with the bid. 42<br />
F 6A-B-C Schedule of prices 43-47<br />
F 7 Schedule of tests 48<br />
F 8 Schedule of erection tools & erection personnel 49<br />
F 9 Delivery & completion schedule 50<br />
F10 Performance evaluation test 51<br />
F11 I n t e g r i t y Pa c t 52<br />
F12 Certificate-A 53<br />
35
SCHEDULE – F 1<br />
SCHEDULE OF GENERAL INFORMATION AND COMPLETION PERIOD<br />
(To be furnished with Techno-commercial bid)<br />
Sub: Supply and Replacement of Microprocessor Based Electronic Governing System<br />
and Capital Overhauling of 2x2.5 MW T-G Sets installed at Mini Hydro (LBCPH)<br />
Power station at Ukai TPS.<br />
A.00 General:<br />
A.01 Name and address of bidder<br />
(a) E-mail address :<br />
(b) Fax No. :<br />
(c) Phone No. :<br />
(d) Mobile No. :<br />
A.02 Name and address of the person to :<br />
Whom all references shall be made<br />
to expedite technical coordination.<br />
(a) E-mail address :<br />
(b) Fax No. :<br />
(c) Phone No. :<br />
(d) Mobile No. :<br />
A.03 Is the firm proprietary :<br />
Private or Limited company ?<br />
(a) Name of the partners :<br />
(b) Name of the authorized signatory :<br />
A.04 Offer No. and date :<br />
A.05 Is tender valid for 180 days from the :<br />
date of opening of Technical bid ?<br />
A.06 Is the bidder agreeable to undertake :<br />
this contract, if deviations stipulated<br />
by him are not acceptable to the<br />
purchaser ?<br />
A.07 Has the bidder paid tender fee & EMD:<br />
as per tender conditions?<br />
36
A.08 Is the bidder agreeable to furnish :<br />
the security deposit cum<br />
performance guarantee as per<br />
tender requirement ?:<br />
A.09 (a) Are quoted price firm during :<br />
execution of the contract ?<br />
(b) Have prices been quoted firm :<br />
and FOR site?<br />
(c) Is price break-up given in price bid:<br />
as per format of the tender<br />
A.10 Is the bidder agreeable to the terms of:<br />
payment specified in tender?<br />
If not, has bidder indicted deviated<br />
payment terms in technical bid?<br />
A.11 (a) Does the bidder agree to the :<br />
completion period as per the<br />
tender?<br />
(b) Are the completion period :<br />
guaranteed with penalty as<br />
per tender?<br />
(c) Are equipments guaranteed as per :<br />
various guarantee clauses of tender<br />
documents?<br />
A.12 (a) Has the bidder brought out :<br />
all deviations with justifications<br />
in schedule of deviations ?<br />
(b) Are all the schedules filled in? :<br />
A.13 Place of manufacture :<br />
A.14 Service facilities :<br />
A.15 Availability of spare parts :<br />
A.16 Has the bidder submitted all :<br />
the documents for qualification<br />
requirement as per tender ?<br />
37
A.17 Completion period for Delivery and E&C:<br />
(a) FOR site delivery period from the :<br />
date of issue of LOI/Order<br />
(b) Is FOR site delivery period :<br />
guaranteed with specified<br />
penalties?<br />
(c) Period of erection, testing and :<br />
commissioning of Public Address<br />
system.<br />
(d) Is period of erection, testing and :<br />
commissioning guaranteed with<br />
specified penalties?<br />
Name of the firm : ________________<br />
Signature of bidder : ________________<br />
Name of bidder<br />
: ________________<br />
Seal of Company Designation : ________________<br />
Date : _______________<br />
38
SCHEDULE – F 2<br />
BIDDERS EXPERIENCE LIST<br />
(To be furnished with Techno-commercial bid)<br />
Sub: Supply and Replacement of Microprocessor Based Electronic Governing System<br />
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro<br />
(LBCPH) Power station at Ukai TPS.<br />
Sr.<br />
No.<br />
Name<br />
of<br />
Work<br />
Location/Postal<br />
address<br />
Capacity<br />
in MW<br />
Scheduled<br />
completion<br />
period<br />
Actual<br />
Completion<br />
period &<br />
Year<br />
Whether<br />
performance<br />
certificate<br />
attached.<br />
NOTE:<br />
1) Tenderer may also furnish the above details for ongoing projects.<br />
2) Separate details/documents are also to be furnished to establish the Qualification<br />
Requirements<br />
SEAL OF THE TENDERER<br />
SIGNATURE OF TENDERER'S<br />
AUTHORISED REPRESENTATIVE<br />
39
SCHEDULE – F 3<br />
TECHNICAL PERSONNEL QUALIFICATION & EXPERIENCE DATA<br />
(To be furnished with Techno-commercial bid)<br />
Sub: Supply and Replacement of Microprocessor Based Electronic Governing System<br />
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro<br />
(LBCPH) Power station at Ukai TPS.<br />
Sr.<br />
No.<br />
Name of<br />
Engineer<br />
& Age<br />
Qualific<br />
ation<br />
Position<br />
being<br />
held<br />
Experience<br />
in<br />
years<br />
Field of<br />
experience<br />
Name of<br />
Past<br />
Employer<br />
Other<br />
assigment<br />
alloted in sister<br />
concern if any<br />
SEAL OF THE TENDERER<br />
SIGNATURE OF TENDERER'S<br />
AUTHORISED REPRESENTATIVE<br />
40
SCHEDULE – F 4<br />
DEVIATIONS FROM THE TECHNICAL & COMMERCIAL SPECIFICATIONS<br />
(To be furnished with Techno-commercial bid)<br />
Sub: Supply and Replacement of Microprocessor Based Electronic Governing System<br />
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro<br />
(LBCPH) Power station at Ukai TPS.<br />
Sr. No.<br />
Clause No. of<br />
Tender<br />
Specification<br />
Brief matter of<br />
the clause<br />
Scope<br />
acceptable<br />
tenderer<br />
to<br />
Justification<br />
SEAL OF THE TENDERER<br />
SIGNATURE OF TENDERER'S<br />
AUTHORISED REPRESENTATIVE<br />
41
SCHEDULE – F5<br />
LIST OF DRAWING ENCLOSED WITH THE BID.<br />
(To be furnished with Techno-commercial bid)<br />
Sub: Supply and Replacement of Microprocessor Based Electronic Governing System<br />
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro<br />
(LBCPH) Power station at Ukai TPS.<br />
Sr.No Drawing No. Title of the drawing Remarks,<br />
if any<br />
SEAL OF THE TENDERER<br />
SIGNATURE OF TENDERER'S<br />
AUTHORISED REPRESENTATIVE<br />
42
SCHEDULE – F6A (SUPPLY)<br />
SCHEDULE OF PRICES<br />
Sub: Tender for “Supply and Replacement of Microprocessor Based Electronic Governing System<br />
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro (LBCPH) Power<br />
station at Ukai TPS.”<br />
“Please note that L 1 position(Lowest Bidder position) will be considered on the total amount of<br />
Supply Schedule(F6A) & Works Schedule(F6B) only.”<br />
Sr. Description Qty. Estimate Priced offered<br />
No.<br />
by Bidder<br />
1 Governing System:-<br />
(i)<br />
(ii)<br />
(iii)<br />
Micro Processor based electronic digital governor<br />
consist of Power supply card, Analog Input card,<br />
CPU card, Auto Synchronizing card along with<br />
speed sensor, Control panel for electronic<br />
Governor, Relay and other hardwares. (as per<br />
Annexure A:3)<br />
a) Analog Input /Output card – 3nos.<br />
b) Digital Input /Output card – 3nos.<br />
c) Auto-Synchroniser – 1no.<br />
d) Power Supply card – 1no.<br />
Hydraulic pumping unit including<br />
a) Oil tank – 1 no.<br />
b) Pump motor – 2 no.<br />
c) Servo valve – 2 no.<br />
d) Pilot check valves - 2 nos.<br />
e) Throttle valves – 2 nos.<br />
f) Pressure relief valves – 2 nos.<br />
g) Pressure switches - 3 nos.<br />
h) Actuator – 1 no.<br />
i) Isolation valve – 2 nos.<br />
j) Heat exchanger – 1 no.<br />
k) Online filterers – 2 nos.<br />
l) Digital temperature indicators – 1 no.<br />
m) Hand operated pump – 1 no.<br />
n) Level switches – 2 nos.<br />
o) Level gauges – 1 no.<br />
p) Pressure gauge – 1 no. and necessary piping<br />
In case above items are required less or more<br />
nos. for supplies item, unit rates will be<br />
operated as per actual execution.<br />
Hydraulic cylinder for guide vane operating<br />
mechanism (2 nos.) and separate lube clean make<br />
oil purifier (1 no.) along with necessary oil piping<br />
and their fitting including high pressure hose<br />
pipes.<br />
2 Turbine:-<br />
(i)<br />
a) Guide vane apparatus assembly.<br />
1. Dowel Bush – 24 nos.<br />
2. Sleeves - 24 nos.<br />
3. Natural rubber cord – 01 nos.<br />
2 sets 65,00,000.00<br />
2 sets 53,00,000.00<br />
2 sets 10,15,000.00<br />
43
4. ‘O’ ring – 24 nos.<br />
5. ‘U’ seal – 48 nos.<br />
b) Top Cover assembly.<br />
1. Gasket – 14 nos.<br />
2. Rubber disc – 02 nos<br />
c) Middle bush stud bush–01 nos.<br />
d) Top bush std. bush – 01 nos.<br />
3 Brake & Jack System:-<br />
(i)<br />
Braking and Jacking system with OPU consisting<br />
of<br />
a) Jack with pads & locking arrangement - 6 nos.<br />
b) OPU tank – 1 no.<br />
c) AC motor with pump – 1 no.<br />
d) DC motor with pump – 1 no.<br />
e) DC valves – 1 no.<br />
f) Return line filter – 2 nos.<br />
g) Shut off valve – 1 no.<br />
h) Hand operated pump – 1 no.<br />
i) Pressure relief valve – 1 no.<br />
j) Pressure gauge – 1 no.<br />
k) Oil level indicator – 1 no.<br />
l) High Pressure hoses and control panel with<br />
cabling as per system requirement.<br />
In case above items are required less or more<br />
nos. for supplies item, unit rates will be<br />
operated as per actual execution.<br />
4 Control & Instrumentation:-<br />
(i)<br />
(ii)<br />
Latest upgraded Instrumentation system<br />
comprising of necessary oil flow switches,<br />
pressure switches and pressure gauge used in<br />
cooling system and feedback system consists of<br />
linear transducer or angle transducer and their<br />
mountings arrangement. Guide vane limit and<br />
position indicators at local governor panel as well<br />
as at control desk at control room. speed<br />
indicators at local governor panel as well as at<br />
control desk at control room etc.<br />
POWER CABLE:<br />
a) HT(11KV)XLPE-185mm² Aluminum Armor<br />
single core cable for Generator to HT<br />
panel.(Phase & Neutral side Both) – 170<br />
meter<br />
b) Suitable size LT power cable for new OPU of<br />
Governing System – 50 meter<br />
c) Suitable size LT power cable for new Brake-<br />
Jack System AC/DC Motor – 60 meter<br />
d) Control and instrumentation cables having<br />
XLPE insulated and PVC sheathed 1.1 KV<br />
grade copper conductor with required core and<br />
sizing alognwith cable trays, termination kits<br />
and other necessary piping and control panel.<br />
2 sets 13,75,000.00<br />
2 sets 18,90,000.00<br />
2 sets 2,20,000.00<br />
2 sets 20,75,000.00<br />
44
Payment shall be made as per actual<br />
consumption of cables in running meter<br />
during execution.<br />
Providing new Annunciation System as per 2 sets<br />
(iii)<br />
AnnexureA:2<br />
5 Buyback offer of existing Woodward, USA<br />
2 sets<br />
make Hydro-Mechanical governor<br />
TOTAL for 02 sets of machine 1,83,75,000.00<br />
Rs. In words: _____________________________________________________________________________________________<br />
CHIEF ENGINEER (GEN)<br />
GSECL: CO: VADODARA<br />
45
SCHEDULE – F6B (WORKS)<br />
SCHEDULE OF PRICES<br />
“Please note that L 1 position(Lowest Bidder position) will be considered on the total amount of<br />
Supply Schedule(F6A) & Works Schedule(F6B) only.”<br />
Sub: Tender for “Supply and Replacement of Microprocessor Based Electronic<br />
Governing System and Capital Overhauling of 2X2.5 MW T-G Sets installed at<br />
Mini Hydro (LBCPH) Power station at Ukai TPS.”<br />
Sr.<br />
No.<br />
1 Complete Overhauling of 2 X 2.5 MW Mini Hydro<br />
Power Station Ukai, Detail inspection of individual<br />
items including runner chamber welding and winding,<br />
Replacement of existing governing system with new<br />
Micro processor based electronic Digital Governor<br />
system consists of Power supply card, Analog Input<br />
card, CPU card, Auto Synchronizing card along with<br />
speed sensor, Control panel for electronic Governor,<br />
Relay and other hardwares, Hydraulic pumping unit<br />
including oil tank, pump motor, servo valve, pilot<br />
check valve, throttle valve, pressure relief valve,<br />
pressure switch, actuator, isolation valve, heat<br />
exchanger, digital temperature indicator, hand<br />
operated pump, level switch, level gauge, pressure<br />
gauge and necessary piping along with stand by pump,<br />
motor and online filter & Hydraulic cylinder for guide<br />
vane operating mechanism and separate oil purifier<br />
along with necessary oil piping and their fitting<br />
including high pressure hose pipes, Compete Braking<br />
& Jacking system, Slip ring, Brush assembly and reerection<br />
of 2 X 2.5 MW Mini HPS units and<br />
commissioning with Complete overhauling &<br />
servicing of 50 KW House Set including its Governor,<br />
Control Panel, and 6 Nos. Jyoti make Air Circuit LT<br />
Breakers.<br />
Description Qty. Estimate Priced offered<br />
by Bidder<br />
02 sets<br />
12,50,000.00 X 2<br />
=<br />
25,00,000.00<br />
TOTAL for 02 sets of machine 25,00,000.00<br />
Rs. In words: ____________________________________________________________________________<br />
Total Estimate of Tender = Schedule F6A (Supply) + Schedule F6B (Works)<br />
(1,83,75,000.00) + (25,00,000.00) = Rs.2,08,75,000.00<br />
Offered rate of Bidder for entire tender Above % ______________<br />
Below % ______________<br />
Net Rs. ______________<br />
Rs. in words_______________________________________________________<br />
CHIEF ENGINEER (GEN)<br />
GSECL: CO: VADODARA<br />
46
SCHEDULE – F6C(MANDATORY SPARES)<br />
SCHEDULE OF PRICES<br />
“Please note that L 1 position(Lowest Bidder position) will be considered on the total amount of<br />
Supply Schedule(F6A) & Works Schedule(F6B) only.”<br />
Sub: Tender for “Supply and Replacement of Microprocessor Based Electronic<br />
Governing System and Capital Overhauling of 2X2.5 MW T-G Sets installed at<br />
Mini Hydro (LBCPH) Power station at Ukai TPS.”<br />
Sr.<br />
No.<br />
Item<br />
Description<br />
Unit<br />
Unit rate<br />
Ex-<br />
Works<br />
Qty.<br />
Total Unit<br />
price with<br />
all taxes &<br />
duties<br />
P& F<br />
charge<br />
s<br />
F & I<br />
charge<br />
s<br />
Unit<br />
F.O.R.<br />
(UHPS)<br />
Site price<br />
Total<br />
F.O.R.<br />
price<br />
SEAL OF THE TENDERER<br />
SIGNATURE OF TENDERER'S<br />
AUTHORISED REPRESENTATIVE<br />
47
SCHEDULE – F7<br />
SCHEDULE OF TESTS<br />
(To be furnished with Techno-commercial bid)<br />
Sub: Supply and Replacement of Microprocessor Based Electronic Governing System<br />
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro<br />
(LBCPH) Power station at Ukai TPS.<br />
SEAL OF THE TENDERER<br />
SIGNATURE OF TENDERER'S<br />
AUTHORISED REPRESENTATIVE<br />
48
SCHEDULE – F 8<br />
SCHEDULE OF ERECTION TOOLS & ERECTION PERSONNEL<br />
(To be furnished with Techno-commercial bid)<br />
Sub: Supply and Replacement of Microprocessor Based Electronic Governing System<br />
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro<br />
(LBCPH) Power station at Ukai TPS.<br />
Bidder shall furnish under this schedule a detailed list of construction aids, erection tools,<br />
tackles and equipment as well as the number and category of construction personnel & labour;<br />
erection & testing personnel they propose to furnish at site for timely execution of all the<br />
equipments/devices/system covered under the contract.<br />
Bidder shall indicate the details of fabrication works planned at site.<br />
Bio data of managerial supervisory and engineering personnel on the firm's permanent role as<br />
on date of bid shall be furnished.<br />
Organization chart of erection, testing & commissioning personnel proposed to be deployed to<br />
site.<br />
NOTE: The bidder will have to engage men-power team such that in specified stipulated<br />
period, the work of respective Units is Completed in totality and if required GSECL will<br />
reserve the right to instruct the successful bidder to increase the men-power for successful<br />
completion of the unit wise work in time.<br />
SEAL OF THE TENDERER<br />
SIGNATURE OF TENDERER'S<br />
AUTHORISED REPRESENTATIVE<br />
49
SCHEDULE – F 9<br />
DELIVERY & COMPLETION SCHEDULE<br />
(To be furnished with Techno-commercial bid)<br />
Sub: Supply and Replacement of Microprocessor Based Electronic Governing System<br />
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro<br />
(LBCPH) Power station at Ukai TPS.<br />
Bidder shall indicate below the periods for delivery and completion at site for the subject work<br />
included in the specification. A detailed delivery, manufacturing, testing, dispatch of the<br />
subjected material after dispatch clearance & completion schedule in the form of Bar Chart shall<br />
also be furnished as per specification. Periods shall be counted from the dates of issue of Letter<br />
of Intent:<br />
S.No. Item Description <br />
Delivery Completion<br />
1 2 3 4<br />
SEAL OF THE TENDERER<br />
SIGNATURE OF TENDERER'S<br />
AUTHORISED REPRESENTATIVE<br />
50
SCHEDULE – F10<br />
PERFORMANCE EVALUATION TEST<br />
(To be furnished with Techno-commercial bid)<br />
Sub: Supply and Replacement of Microprocessor Based Electronic Governing System<br />
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro<br />
(LBCPH) Power station at Ukai TPS.<br />
SIGNATURE OF TENDERER'S<br />
SEAL OF THE TENDERER<br />
AUTHORISED REPRESENTATIVE<br />
51
SCHEDULE – F 11<br />
I N T E G R I T Y P A C T<br />
(To be furnished with Techno-commercial bid)<br />
Date :<br />
Sub: Supply and Replacement of Microprocessor Based Electronic Governing System<br />
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro<br />
(LBCPH) Power station at Ukai TPS.<br />
OUR ENDEAVOUR<br />
To create an environment where Business Confidence is built through Best Business Practices and is fostered in an<br />
GSECL’S COMMITMENT<br />
PARTY’S COMMITMENT<br />
◘<br />
◘<br />
To maintain the highest ethical standards in<br />
business and professions.<br />
Ensure maximum transparency to the<br />
satisfaction of stakeholders.<br />
◘ To ensure to fulfill the terms of agreement /<br />
contract and to consider objectively the<br />
viewpoint of parties.<br />
◘ To ensure regular and timely release of<br />
payments on due dates for work done.<br />
◘ To ensure that no improper demand is made<br />
by employees or by anyone on our behalf.<br />
◘ To give maximum possible assistance to all<br />
the Vendors / Suppliers / Service Provider<br />
and other to enable them to complete the<br />
contract in time.<br />
◘ To provide all information to suppliers /<br />
contractors relating to contract / job which<br />
facilitate him to complete the contract / job<br />
successfully in time.<br />
◘ To ensure minimum hurdles to vendors /<br />
suppliers / contractors in completion of<br />
◘ Not to bring pressure recommendations<br />
from outside GSECL to influence its<br />
decision.<br />
◘ Not to use intimidation, threat,<br />
inducement or pressure of any kind on<br />
GSECL or any of it’s employees under<br />
any circumstances.<br />
◘ To be prompt and reasonable in fulfilling<br />
the contract, agreement, legal<br />
obligations.<br />
◘ To provide goods and/or services timely<br />
as per agreed quality and specifications at<br />
minimum cost to GSECL.<br />
◘ To abide by the general discipline to be<br />
maintained in our dealings.<br />
◘ To be true and honest in furnishing<br />
information.<br />
◘ Not to enter into carter / syndicate /<br />
understanding whether formal / non-<br />
agreement / contract / work order.<br />
formal so as to influence the price.<br />
atmosphere of trust and respect between providers of goods and services and their users for the ultimate benefit of<br />
society and the nation.<br />
◘<br />
Not to divulge any information, business<br />
details available during the course of<br />
business relationship to others without<br />
the written consent of GSECL.<br />
_________________________<br />
Seal & Signature<br />
(GSECL’s Authorized Signatory)<br />
______________________<br />
Seal & Signature<br />
(Party’s Authorized Person)<br />
Name : Name :<br />
52
Designation :<br />
SCHEDULE – F 12<br />
Sub: Supply and Replacement of Microprocessor Based Electronic Governing System<br />
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro<br />
(LBCPH) Power station at Ukai TPS.<br />
Tender No:<br />
Due On:<br />
On Firm’s Letter Head<br />
CERTIFICATE – “A”<br />
I / We______________________________________________authorized signatory<br />
of M/s____________________________________________hereby Certify that<br />
M/s_______________________________________________is not related with other<br />
firms who have submitted tenders for the same items under this inquiry / Tender.<br />
SEAL OF THE TENDERER<br />
SIGNATURE OF TENDERER'S<br />
AUTHORISED REPRESENTATIVE<br />
Place:<br />
Date:<br />
53
ANNEXURE: A1<br />
Sr.<br />
No. Description Qty. Unit Parameter Range Location<br />
Turbine Guide Bearing Temp.<br />
Turbine<br />
1 Gauge 2 1 & 2 Temperature 0 to 120 Floor<br />
2 Thrust Bearing Temp. Gauge 2 1 & 2 Temperature 0 to 120<br />
Turbine<br />
Floor<br />
3<br />
Generator Guide Bearing Temp.<br />
Gauge 1 1 Temperature 0 to 110<br />
Turbine<br />
Floor<br />
4<br />
Generator Guide Bearing Temp.<br />
Gauge 1 2 Temperature 0 to 100<br />
Turbine<br />
Floor<br />
Air Oil Pressure Tank for<br />
Turbine<br />
5 Governor Pressure Gauge 1 1 Pressure 0 to 42 Floor<br />
6<br />
Air Oil Pressure Tank for<br />
Governor Pressure Gauge 1 2 Pressure 0 to 42<br />
Turbine<br />
Floor<br />
7<br />
House Set Main Inlet Pressure<br />
Gauge 1 - Pressure<br />
0 to<br />
10.5<br />
Turbine<br />
Floor<br />
8 House Set Pressure Gauge 1 - Pressure 0 to 21<br />
Turbine<br />
Floor<br />
9<br />
House Set RPM Counting<br />
Gauge 1 RPM<br />
0 to<br />
2500<br />
Turbine<br />
Floor<br />
10 Turbine Speed Indicator 2 1 & 2 Speed 0 to 800<br />
Control<br />
Room<br />
11 Gate Position 2 1 & 2 Position 0 to 10<br />
Control<br />
Room<br />
12 Gate Limit 2 1 & 2 Limit 0 to 10<br />
Control<br />
Room<br />
13 Speed Setting for Governor 2 1 & 2 Speed<br />
(-15 to<br />
+5)<br />
Control<br />
Room<br />
Control<br />
14 Digital Temperature Scanner 8 1 & 2 Temperature<br />
Room<br />
54
ANNEXURE: A2<br />
(ANNUNCIATION SYSTEM OF 2 X 2.5 MW MINI HYDRO POWER STATION for each T-G Set)<br />
Sr. No.<br />
Description<br />
1 Turbine Generator Bearing Pad Temperature high<br />
2 Turbine Generator Bearing Pad Temperature very high Trip<br />
3 Turbine Generator Bearing Oil Temperature high<br />
4 Turbine Generator Bearing Oil Temperature very high Trip<br />
5 Generator T & J Bearing Thrust Pad Temperature high<br />
6 Generator T & J Bearing Thrust Pad Temperature very high Trip<br />
7 Generator T & J Bearing Journal Pad Temperature high<br />
8 Generator Lower Guide Bearing Pad Temperature high<br />
9 Generator Lower Guide Bearing Pad Temperature very high Trip<br />
10 Generator Lower Guide Bearing Oil Temperature high<br />
11 Generator Stator winding Temperature high<br />
12 Generator Stator winding Temperature very high Trip<br />
13 Governor Oil Pressure very low Trip<br />
14 Generator Over speed Trip<br />
15 CO2 released Trip<br />
16 Rotor Earth Fault Trip<br />
17 Stator Earth Fault Trip<br />
18 SEU Field Breaker Tripped<br />
19 Generator Differential Trip<br />
20 Generator Transformer Differential Trip<br />
21 Negative Sequence Trip<br />
22 Generator Over Voltage Trip<br />
23 Generator Under Voltage Trip<br />
24 Restricted Earth fault Trip<br />
25 Field Failure Trip<br />
26 Generator Back-Up Trip<br />
27 Unit Auxiliary Transformer O/C & E/F Trip<br />
28 Generator Transformer Buchholz Trip<br />
29 Bus bar Differential Protection Trip<br />
30 Unit Control <strong>Board</strong> Panel DC Supply Failure alarm<br />
31 Water Fire Pumps Start alarm<br />
32 Generator Transformer Winding Temperature very high Trip<br />
33 Emergency Trip<br />
34 Generator Transformer Buchholz alarm<br />
35 Unit Auxiliary Transformer Oil Temperature high<br />
36 Unit Auxiliary Transformer Winding Temperature high<br />
37 Unit Auxiliary Transformer Buchholz Trip<br />
38 Unit Auxiliary Transformer Buchholz alarm<br />
39 Generator Transformer Winding Temperature high<br />
40 Governor Oil Pressure stand by Pump fail<br />
55
41 Generator Cooler Air Temperature high<br />
42 Generator T & J Bearing Oil Temperature high<br />
43 Generator Lower Guide Bearing Water flow low<br />
44 Generator Air Cooler Water flow low<br />
45 Generator T & J Bearing Water Flow low<br />
46 Generator Lower Guide Bearing Oil level low<br />
47 Turbine Seal Cooling water flow low<br />
48 Top cover Drainage Sump water level high<br />
49 Governor Oil Pressure high<br />
50 Generator Break Pressure Low<br />
51 Generator Transformer Oil Temperature high<br />
52 Generator Transformer Oil Temperature very high Trip<br />
53 Generator Transformer Oil level low<br />
54 CO2 ready for operation<br />
55 Negative Sequence<br />
56 Main Circuit Breaker Tripped<br />
57 Control Desk DC supply fail<br />
58 Unit Auxiliary <strong>Board</strong> AC Supply fail<br />
59 Main/Stand by Air Compressor Pressure low<br />
60 Supply Failure for BUS protection in/out circuit<br />
61 Dewatering Sump water level high<br />
62 Drainage Sump water level high<br />
63 Generator T & J Bearing Oil level low<br />
64 Service Station Transformer Buchholz Alarm<br />
65 Service Station Transformer Oil Temperature high<br />
66 Service Station Transformer winding Temperature high<br />
67 DC Bus supply fail<br />
68 Alarm Annunciation Supply fail<br />
56
ANNEXURE: A3<br />
(To be filled up by Bidder/Party)<br />
TECHNICAL PARAMETERS OF DIGITAL GOVERNING SYSTEM<br />
Sr. No. Parameters<br />
1 Microprocessor Model & make<br />
2 Internal Memory<br />
3 Internal Cache Memory<br />
4 External Flash – EEPROM<br />
5 Permanent Droop<br />
6 Speed Dead band<br />
7 Control Power Supply<br />
8 Rated Voltage<br />
9 Voltage variation range<br />
10 Rated Current<br />
11 Environmental conditions<br />
Ambient Temperature<br />
Relative Humidity<br />
12 Digital Input Signals<br />
No.of input channels<br />
Input voltage range<br />
Input impedance<br />
Type of isolation<br />
13 Digital Output Signals<br />
No.of input channels<br />
Input voltage range<br />
Input impedance<br />
Type of isolation<br />
14 Digital Input Signals<br />
No.of input channels<br />
Type of output<br />
Output contact rating<br />
Type of isolation<br />
15 Analog Input Signals<br />
No.of channels<br />
Input range<br />
Input resistance<br />
Resolution<br />
Common mode voltage<br />
16 Analog Output Signals<br />
No.of channels<br />
Output range<br />
Resolution<br />
Type of output<br />
Indicate for each item<br />
57
ANNEXURE: A4<br />
(To be filled up by Bidder/Party)<br />
GUARANTEED TECHNICAL PARAMETERS OF OFFERED DIGITAL<br />
GOVERNING SYSTEM.<br />
Sr. No. Description Remarks, if any<br />
58
“GENERAL SAFETY RULES/NORMS” TO BE OBSERVED BY THE CONTRACTORS:<br />
All the contractors working at Ukai Thermal Power Station shall have to strictly<br />
observe the following Safety Rules. The Contractors shall be responsible for<br />
informing & observing these rules by their supervisors / employees / labours as well<br />
as the supervisors / employees/ labours of their sub-agencies /sub-Contractors<br />
engaged, if any. Prior to commencement of the work, Contractor shall have to submit<br />
a written assurance on their letterhead to the concerned Sectional Head /<br />
Engineer-in-charge that they have thoroughly gone through these Rules, have<br />
educated their employees/employees of their sub contractor and will strictly observe<br />
the said Rules while execution of work under work contract awarded to them. They<br />
will have to indemnify the Corporation for any loss or damage / accident /<br />
injury to the Corporation‘s property / employee or employee of their own in default of<br />
non - observing these rules.<br />
01 Persons to be employed for carrying out the work shall possess required<br />
qualification, be fully trained and conversant for works to be done. All persons<br />
should have gate pass. Register consisting the full details (i.e. address, phone no,<br />
details of nearest relative, etc.) of all persons is to be maintained. During the work<br />
execution, one trained & competent supervisor should always remain present at<br />
site.<br />
02 The contractor shall take all the required safety measures prior to commencement<br />
of work on dangerous substances, machineries or area at which cautionary notice is<br />
displayed and obtain —Line Clear“ or —Work Permit“ through the concerned<br />
Department / Section.<br />
03 Prior to carrying out welding, gas cutting, furnace heating or any other hot work<br />
job, the contractor shall remove all the inflammable material lying at or nearby<br />
worksite or cover it properly by suitable protective covering. Also, special care shall<br />
be taken before carrying out such job & see that all possible contributing factors to<br />
set fire shall be removed / vanished prior to commencement of the work.<br />
Advance intimation shall be given to concerned section / fire section to commence the<br />
work in fire prone areas. They should also keep ready all the First Aid Fire<br />
Extinguishers / equipments & fire extinguishing media / material like sand /<br />
water buckets or other appropriate equipment at such place.<br />
04 While carrying out work in confined space or inside vessel, the contractor shall<br />
obtain necessary —Confined Space / Vessel Entry Permit“ from concerned<br />
department prior to commencement of the work. For lighting in such areas, only<br />
24-volt (ISI certified & with proper guard) hand lamp shall be used. For taking<br />
care of the persons working inside the confined space / vessel, a supervisor /<br />
person capable to keep continuous watch on person(s) working inside, assist<br />
them incase of emergency or arrange to get immediate outside help, shall<br />
remain present at entry point and shall use full body safety belt without fail.<br />
While working inside sewage, trench or in-depth, a person to warn outsiders /<br />
entrants / passers etc shall remain available near entry point or the entry point shall<br />
be cordoned by a barricaded tape with a cautionary notice. After completion of the<br />
59
works, all the lids / covers / grills / grits opened, shall be re-fixed / re-placed<br />
in the original position as it were prior to commencement of the work and leave<br />
the work place in safe condition in all respect, so as to prevent accident to<br />
fellow workers.<br />
05 The contractor shall see that he / his persons do not block (by stacking<br />
material, spare parts, tools-tackles, equipments etc), any passages / walkways /<br />
gangways / aisles / staircases / ladders / lifts or any other approaches / roads<br />
leading to plants or its auxiliaries, on which there is a traffic movement or<br />
possible traffic movements in case of emergency. Such passages are meant for<br />
safe escape in the event of emergency. If it is utmost necessary to carry out work<br />
in such area with blocking of passage, prior permission of Competent<br />
Authority or the Engineer-In-Charge shall be obtained. To demarcate / declare the<br />
area as UNSAFE, cordon it using barricading tape & display suitable caution notice<br />
or keep a person to restrict / divert the traffic on this route through other safe<br />
passage.<br />
06 Prior to use power / electrically operated hand tools / equipments / machines /<br />
gadgets like welding machine, hand grinder, hand drill etc, ensure for its safe<br />
operation & use it only if it is found safe to use. Do not use defective, unsafe or<br />
improperly maintained equipments. The electrical power supply required to run such<br />
equipments shall not be taken directly at their own but shall be obtained<br />
through concerned Electrical Maintenance Departments or their authorized persons<br />
or under their observations / guidance only. The Electrical Section shall provide<br />
temporary electrical connection up to contractor‘s Mains <strong>Board</strong> on which it is<br />
compulsory to install mains switch, ELCB & fuses of adequate capacity. All such<br />
equipments shall invariably be earthed adequately to prevent electrical shock,<br />
sparking, short circuit etc. Power cord to be used shall be of adequate<br />
capacity, without any joint & shall consist of earth wire also. Hence, it is<br />
necessary to use adequate capacity 3-wire power cord for single & 5-wire<br />
power cord for three phase power connections. The plugs, receptacles, pins,<br />
holders etc shall be of adequate capacity & safe to use.<br />
All electrical & mechanical equipments / tools-tackles viz. welding machine, cutting<br />
machine, Grinder, Drill, Chain Pulley Blocks, Hook chooks etc required to be used<br />
during work execution shall be of standard make & bear ISI certification mark on<br />
it. The consumables like welding electrodes, grinding wheels / discs etc which has<br />
specific prescribed life span shall not be used in any case if its expiry date is<br />
over.<br />
07 It is compulsory to use standard make Personal Protective Equipments (P.P.Es.) as<br />
per the job requirement. Do not work without use of required P.P.Es. Contractor is<br />
responsible to provide standard make (ISI approved) Personal Protective<br />
Equipments / Safety Gadgets suitable to give sufficient protection against hazards<br />
involved in their work / job to their staff, as per the job requirement and insist /<br />
enforce their staff to put on the same while at works.<br />
The ongoing work is liable to be stopped at any time if the contractors‘staff<br />
is found working without P.P.Es. Following is the list of various P.P.Es. to be used for<br />
various works / worksites.<br />
60
List of safety equipments<br />
01 Industrial Safety<br />
Helmet.<br />
For protection of head against falling<br />
objects or during fall of person from<br />
height.<br />
02 Safety Goggles<br />
(Grinding, Welding, etc).<br />
For protection of eyes against flying<br />
particles / dust, chemical splash, spark, arc,<br />
flashover etc.<br />
03 Face shield (Half or full). For protection of face against flying<br />
particles / dust, chemical splash, spark, arc,<br />
flashover etc.<br />
04 Earplug / Ear muffs. For ear / hearing system protection while<br />
working in high noise level area.<br />
05 Apron (Rubber / PVC /<br />
Asbestos / Leather /<br />
Cotton).<br />
06 Gloves (Rubber/PVC,<br />
Asbestos, Leather,<br />
Electrical shock proof).<br />
For body protection against chemicals,<br />
oils, sharp edged objects, heat, hot objects<br />
etc.<br />
For protection of hands against chemicals,<br />
oils, sharp edged objects, heat, hot<br />
metals/objects, electricity etc.<br />
07 Safety/ Leather / Asbestos<br />
shoes, Gum Boots etc.<br />
For protection of leg/feet against falling<br />
objects, sharp edged objects, heat, hot<br />
metals/objects, electricity etc..<br />
08 Safety Belt (full body) /<br />
Rope / Life line / Fall<br />
prevention system etc.<br />
For fall prevention while working at<br />
heights or in depth, working in vessel or in<br />
confined space.<br />
09 Dust Respirator / Scarf. Protection of respiratory system against<br />
dust.<br />
10 Chemical Cartridge<br />
Respirator<br />
Protection against chemical fume /<br />
vapor etc.<br />
11 Canister Gas mask. Protection against toxic/poisonous<br />
fumes/gases.<br />
12 Air supply respirators. Working in oxygen deficient zone.<br />
61
08 Before using lifting machines / tackles (like C.P.Bs., Hook chooks, winch, forklift,<br />
mobile crane, EOT crane etc) & its attachments (like D-shackles, slings, U-clamps,<br />
Eye bolts or any fixtures), it shall be checked and used only if found safe to use.<br />
Also, ensure that these are tested, examined & certified in form no 9 / 10 by<br />
Competent Person as per the Factory act-1948 and its validity is not expired.<br />
Further, it shall be fixed properly and firmly prior to lifting the weight.<br />
09 Scaffoldings to be used for working at height shall be of adequate size & capacity.<br />
Obtain the work permit when working at height. While climbing on such scaffolding<br />
or working on any structure at height, use of full body safety belt & Helmet is<br />
compulsory. It is also necessary to fasten chinstraps of the helmet.<br />
10 Contractor or their employee shall not interfere in day-today routine plant activities<br />
/ works except the work assigned to them, shall not loiter in the areas other than<br />
their work jurisdiction, as well as shall not temper / operate / touch the<br />
machineries / equipments / auxiliaries with which they are not concerned. Also,<br />
the contractor shall strictly instruct their staff not to sit or take rest at / near /<br />
below running plants, auxiliaries, systems or any place which is risky, hazardous<br />
& prone to accident.<br />
11 The cylinders containing poisonous/toxic or inflammable / explosive gas like<br />
Oxygen, Acetylene, LPG, Hydrogen, Ammonia, Chlorine, CO2 etc shall be handled<br />
safely taking due care. To handle/ shift such cylinders a special trolley / cage<br />
meant for it must be used but in no case it should be rolled. Domestic LPG cylinder<br />
shall not be used / permitted.<br />
12 On completion of the work, cotton waste, spilled oil / grease, pieces of welding rod<br />
& other waste material shall be removed from work site and the area shall be left<br />
safe, neat & clean.<br />
13 In case of any injury / accident while working, it shall immediately be reported<br />
to Safety Department through concerned Sectional Head / Engineer. The<br />
prescribed Form No. 21 may be obtained from concerned section or Safety Officer. For any<br />
incident occurred but have no injury to any persons should also be informed to<br />
Safety Officer as “Near Miss Incident.”<br />
14 In all risky jobs, before starting the work, contractor should obtain General Safety<br />
Work Permit from concerned section well in advance.<br />
15 In case of noticing smoke or fire during their work execution, they shall make<br />
immediate efforts to extinguish/control it and simultaneously inform the Fire<br />
Brigade on phone No. 4444 or 4344 or 5555 or 02624-290049, shall shift the<br />
casualty to nearby hospital after rendering first aid in case of accident.<br />
16 Over & above these, contractor shall have to follow all the safety requirements /<br />
rules & regulations / norms and legal provisions laid down in various statutes,<br />
particularly the provisions of The Factories Act-1948 & The <strong>Gujarat</strong> State Factories<br />
Rules-1963 (Amended up to date) shall be followed strictly. The contractor shall<br />
also obey the rules / regulations / instructions of the local Competent Authority<br />
for safety requirements.<br />
62
17 No women or young person shall be allowed to clean, lubricate or adjust any part<br />
of a prime mover or of any transmission machinery while the prime mover or<br />
transmission machinery is in motion. Examination or operation of motion<br />
machinery shall be made or carried out only by a specially trained adult male<br />
worker wearing tight fitting clothing as per section 22 of factories act 1948.<br />
18 No women or young person shall be employed or permitted to work in Leadcompound<br />
area like battery room etc. as per schedule VI of GFR 1963.<br />
19 All the relevant labour and industrial laws shall also be followed compulsorily.<br />
20 It is felt necessary to deploy safety officers / Safety supervisors by contractors /<br />
Agencies involved in carrying out hazardous activities/ operations inside TPS to<br />
have better and constant supervision in terms of Health Safety and Environment<br />
activities.<br />
21 In case, it comes to the notice of GSECL UTPS management that the safety<br />
guidelines / safety rules / safety norms are not being followed then a minimum<br />
sum of Rupees One Thousand shall be penalized on the contractor / Agency and<br />
for subsequent such violation, a severe penalty / action as deemed fit shall be<br />
imposed, which may please be noted.<br />
22 The above rules shall be scrupulously followed and where required, they may contact the Safety<br />
Officer for any ambiguity / further guidance in this regard.<br />
23 For performance evaluation of contractor, safety factors of work accident, fire<br />
incident & near miss accident will be considered. Steps can be taken to review the<br />
job assignment up to cancellation for negligence.<br />
Signature and seal of Bidder<br />
Date:<br />
CHIEF ENGINEER (GEN)<br />
GSECL: CO: VADODARA<br />
63
TERMS AND CONDITIONS REGARDING INDUSTRIAL AND LABOUR LAWS:<br />
01. Persons below the age of 18 years shall not be employed for the work.<br />
02. No female workers shall be employed in the night shift between 07.00 PM to 06.00 AM.<br />
03. Contractor shall maintain valid labour license under the Contract (Regulation & Abolition) Act 1972<br />
for employing necessary manpower to be required by him. In the absence of such license the contract<br />
shall be liable to be terminated without assigning any reasons thereof.<br />
04. The contractor shall at his own expense comply with all the labour laws and keep the Corporation<br />
indemnified in respect thereof. Some of the major liabilities under various labour and Industrial laws<br />
which the contractor shall have to comply with are as under.<br />
05. Payment of contribution of employees (contractor labour) as well as employer’s contractor)<br />
contribution towards provident Fund, Family pension scheme. Employees Deposit Linked Insurance<br />
Scheme. Administrative charges, inspection charges etc. at the rates made applicable from time to time<br />
by Government of <strong>Gujarat</strong>/Government of India or other statutory authorities.<br />
06. Labours engaged by you shall be entitled for Earn leave as per the provision laid down in factories Act.<br />
1948. Contractor shall extend the facility of E.L. as per the provision laid down in Factories Act and<br />
shall also have to maintain leave records in prescribed form under Factories Act.<br />
07. No labours are allowed to enter in power station premises who do not have Identity card<br />
prescribedunder Factories Act.<br />
08. Contractor shall have to comply with the Maternity benefit if he happens to engage female labours as<br />
per Maternity benefit Act.<br />
09. Contractor shall have to obtain Insurance of the labours engaged by him to carry out contractual work<br />
before commencement of work under workmen’s compensation Act.<br />
10. P.F. CODE NUMBER / PAN NO:<br />
The contractor shall have to submit the details of his own P.F. code number alongwith offer from<br />
appropriate authorities, without P.F. Code no. the tender is likely to be disqualified.<br />
11. PROVIDENT FUND AND FAMILY PENSION SCHEME:<br />
The contractor shall submit alongwith his bill (Month wise) a statement regarding deductions at the<br />
rate of 12% of the wages against employees provident Fund & Family pension Scheme in respect of<br />
each concerned employee. (or at the rates made applicable by the Government from time to time ) of<br />
the wages. The contractor’s contribution and his workers contribution towards Provident fund and<br />
Family Pension Scheme shall be deposited by the contractor with Regional provident Fund<br />
commissioner Ahmedabad or to the authority prescribed under the Act. alongwith the other charges<br />
applicable.<br />
12. If any workman engaged by contractor meets with fatal or non-fatal accident while on duty then<br />
contractor shall be liable to pay compensation to the legal heir or to the workman as the case may be as<br />
per workman’s compensation Act.<br />
64
13. EMPLOYEES DEPOSIT LINKED INSURANCE SCHEME:<br />
The contractor shall have to deposit ½ % of the rate applicable form time to time of the wages In<br />
respect of employees who are a member of the Provident Fund against the contribution towards Deposit<br />
linked insurance scheme with regional Provident Fund Commissioner, Ahmedabad.<br />
14. The Contractor should pay prevailing minimum wages to the labours engaged by him as per the<br />
minimum wages Act in presence of the Corporations Officer of Representative.<br />
15. The Contractor shall deposit fifteen days salary for every completed year of service in case of<br />
each worker towards the liability of gratuity.<br />
16. ADMINISTRATIVE CHARGES:<br />
Administrative charges for maintaining Provident Fund Account shall be deposited by the contractor<br />
with Regional Provident fund commissioner, Ahmedabad at the rates applicable.<br />
17. LABOUR LICENSE FOR LABOUR CONTRACT:<br />
The contractor shall have to obtain the copy of labour contract license under contract labour<br />
(Regulation & Abolition) Act from the appropriate authorities before commencement of work.<br />
18. Contractor shall have to issue the appointment letter to their labour engaged during the contract period<br />
each and every instance & should narrated clear cut terms & conditions for the liabilities of the<br />
concerned employees.<br />
19. After completion of the contract work, the work completion certificate is required to be produced<br />
before the D.G.M. / I.R.O for the purpose of no due certificate and cancellation of the gate passes<br />
issued to the contractor’s workman at the time of execution of the contract work.<br />
20. The contractor shall have to maintain all the relevant records under labour laws as mentioned here in<br />
above and keep ready for verification by the Corporations authority as well as the authority of the<br />
Government Officials as and when asked for the checking.<br />
21. The contractor shall have to produce/submit the original copy of wage register/muster roll and relevant<br />
records under labour laws for the contract work as and when demanded by the Corporation for<br />
statutory compliance if arise in future.<br />
22. Tenderer shall strictly observe all safety rules and provide necessary safety equipments to the contract<br />
labors as per the factory act .1948 and whatever amendments made from time to time to avoid any<br />
chance of accident<br />
Signature and seal of Bidder<br />
Date:<br />
CHIEF ENGINEER (GEN)<br />
GSECL: CO: VADODARA<br />
65
(On non judicial stamp Paper of Rs.100/-)<br />
BANK GUARANTEE FORMAT FOR EMD<br />
WHEREAS Messers---------------------------------------------------- (Name and Address of the firm)<br />
having their registered office at -------------------------------------------------------------------( address of firm’s<br />
registered Office) ( hereinafter called the ‘ Tenderer’ ) wish to participate in the Tender No.---------------------<br />
----------------------------for -------------------------------------------------- ( Consultancy) of ---------------------------<br />
--------------------(Name work) for ---------------------------<strong>Gujarat</strong> State <strong>Electricity</strong> Corporation Ltd. (<br />
hereinafter called the “ Beneficiary”) and<br />
WHEREAS a Bank Guarantee for Rs.----------------- (Amount of E.M.D.) valid till -------------------------------<br />
(mention here date of validity of this guarantee which will be 3 months beyond initial validity of Tenderer’s<br />
offer), is required to be submitted towards the Earnest Money Deposit by the Tenderer alongwith the tender.<br />
We,---------------------------------------------------------------------------(Name of the Bank and address of the<br />
Branch giving the Bank Guarantee) having our registered Office at ------------------------------( Address of<br />
Bank’s registered Office) hereby give this Bank Guarantee No.-------------------Dated------------------------and<br />
hereby agree unequivocally and unconditionally to pay within 48 hours on demand in writing from the<br />
<strong>Gujarat</strong> State <strong>Electricity</strong> Corporation Ltd. or any officer authorized by it in this behalf any amount not<br />
exceeding Rs.-----------------( amount of E.M.D.) (Rupees.--------------------------------------------------<br />
------) to the said <strong>Gujarat</strong> State <strong>Electricity</strong> Corporation Ltd. on behalf of the Tenderer.<br />
We,---------------------------------------------------(Name of the Bank) also agree that withdrawal of the tender or<br />
part thereof by the tenderer within its validity or non-submission of Security Deposit by the Tenderer within<br />
one month from the date of tender or a part thereof has been accepted by the <strong>Gujarat</strong> State <strong>Electricity</strong><br />
Corporation Ltd. would constitute a default on the part of the tenderer and that this Bank Guarantee is liable<br />
to be invoked and enchased within its validity by the beneficiary in case of any occurrence of a default on the<br />
part of the Tenderer and that the encashed amount is liable to be forfeited by the beneficiary.<br />
This agreement shall be valid and binding on this Bank upto and inclusive of --------------------------------------<br />
----------------------------------( mention here the date of validity of Bank Guarantee ) and shall not be<br />
terminated by notice or by change in the constitution of the Bank or the firm of Tenderer or by any reason<br />
whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or<br />
variations or alterations made, given, conceded with or without our acknowledge or consent by or between<br />
the Tenderer and the <strong>Gujarat</strong> State <strong>Electricity</strong> Corporation Ltd..<br />
NOTWITHSTANDING anything contained hereinbefore our liability under this Guarantee is restricted to<br />
Rs.-------------- (amount of E.M.D.) ( Rupees:------------------------------------------------------------(in words).<br />
Our guarantee shall remain inforce till---------------------(date of validity of the guarantee).<br />
Place: Date :<br />
Signature of the Bank’s authorized<br />
Signatory with official seal<br />
66
(On Stamp Paper of Rs.100/-)<br />
FORMAT FOR CONTRACT AGREEMENT<br />
This agreement is made at Ukai the -----------------day of ----------------in the Christian year Two thousand ---<br />
----- between ----------------------------------------------------------(herein after referred to as “THE<br />
CONSULTANT” which expression shall unless excluded by or repugnant to the contract include its<br />
successors or permitted assigns) of the one part and the <strong>Gujarat</strong> State <strong>Electricity</strong> Corporation Ltd. Ukai<br />
(hereinafter called “The GSECL” which expression shall unless excluded by or repugnant to the context<br />
include its successors or assigns) of the other part.<br />
WHEREAS the aforesaid GSECL has accepted the tender of the aforesaid consultants for -----------------------<br />
---------------------------------------------------------------------------- as per GSECL’s Order No.----------------------<br />
-----------------------hereinafter called “the Works” and more particularly described enumerated or referred to<br />
in the specification, terms and conditions prescribed in the Order letter, covering letter and other letters and<br />
schedule of price which for the purpose of identification have been signed by Shri ---------------------------- on<br />
behalf of the Consultants and by --------------------------on behalf of the GSECL a list whereof is made out in<br />
the Schedule hereunder written and all of which said documents are deemed to form part of this contract and<br />
included in the expression “ the Works” wherever herein used, upon the terms and subject to the conditions<br />
hereinafter mentioned.<br />
AND WHEREAS THE GSECL has accepted the tender of the consultants for the construction of the said<br />
works for the sum of Rs.-----------------------(Rupees:-----------------------------------------------------------) upon<br />
the terms and subject to the conditions herein mentioned.<br />
NOW THIS AGREEMENT WITNESSES AND IT IS HEREBY AGREED AND DECLARED THAT:–<br />
(a) The consultants shall do and perform all works and things in this contract mentioned and described or<br />
which are implied therein or there from respectively or are reasonably necessary for the completion<br />
of the works as mentioned and at the times, in the manner and subject to the terms, conditions and<br />
stipulations contained in this contract, and in consideration of the due provision, executions,<br />
construction and completion of the works agreed to by the consultants as aforesaid, the GSECL doth<br />
hereby covenant with the consultant to pay all the sums of money as and when they become due and<br />
payable to the consultants under the provisions of the contract. Such payments to be made at such<br />
times and in such manner as is provided by the contract.<br />
(b) The conditions and covenants stipulated herein before in this contract are subject to and without<br />
prejudice to the rights of the GSECL to enforce penalty for delays and / or any other rights<br />
whatsoever including the right to reject and cancel on default or breach by the consultants of the<br />
conditions and the covenants as stipulated in the general conditions, specifications, forms, or tender<br />
schedule, drawing, etc., attached with GSECL’s Order No.------------------------------------------------.<br />
The contract value, extent of supply delivery dates, specifications, and other relevant matters may be altered<br />
by mutual agreement and if so altered shall not be deemed or construed to mean or apply to affect or alter<br />
other terms and conditions of the contract and the general conditions and the contract so altered or revised<br />
shall be and shall always be deemed to have been subject to and without prejudice to said stipulation.<br />
67
SCHEDULE<br />
List of documents forming part of the contract:<br />
1.<br />
2.<br />
3<br />
4.<br />
5.<br />
In witness whereof the parties hereto have set their hands and seals this day and month year first<br />
above written.<br />
1. Signed, Sealed and delivered by :<br />
(Signature with Name, Designation & official seal)<br />
for and on behalf of M/s.__________________<br />
In the presence of name , Full Address & Signatures. :<br />
-------------------------------------------------------<br />
------------------------------------------------------<br />
------------------------------------------------------<br />
2. Signed, Sealed and Delivered by:<br />
(Signature with Name, Designation & oficial seal)<br />
For and on behalf of <strong>Gujarat</strong> State <strong>Electricity</strong> Corporation Ltd.,<br />
Thermal Power Station Ukai, Dist. tapi<br />
-------------------------------------------------------<br />
------------------------------------------------------<br />
------------------------------------------------------<br />
In the presence of Name, Full Address & Signature:<br />
-------------------------------------------------------<br />
------------------------------------------------------<br />
------------------------------------------------------<br />
68
(On stamp paper of Rs.100/-)<br />
FORMAT OF<br />
PROFORMA OF BANK GUARANTEE FOR SECURITY – DEPOSIT / PERFORMANCE.<br />
The Bank of -------------------------------------------------hereby agree unequivocally and unconditionally to<br />
pay within 48 Hours on demand in writing from the <strong>Gujarat</strong> State <strong>Electricity</strong> Corporation Ltd. or any<br />
Officer authorized by it in this behalf any amount up to and not exceeding Rs.------------------ ( in words)---<br />
------------------------------- to the said <strong>Gujarat</strong> State <strong>Electricity</strong> Corporation Ltd. on behalf of M/s.------------<br />
--------------------------------------------------who have entered in to contract for the supply / works specified<br />
below.<br />
A/T No.------------------------------------------------dtd.-----------------<br />
This agreement shall be valid and binding on this Bank up to inclusive of -----------------------------------and<br />
shall not be terminable by notice or by change in the constitution of the Bank or the firm of contractors or<br />
by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged by any<br />
extension of time or variations or alterations made, given conceded or agree, with or without our<br />
knowledge or consent by or between parties to the said within written contract.<br />
(NOTWITHSTANDING anything contained herein before our liability under this guarantee is restricted to<br />
Rs.-----------------(Rupees-------------------------------------------------------------------).<br />
Our guarantee shall remain in force until -------------------------.<br />
PLACE: ------------<br />
SIGNED ----------------------------<br />
DATE ------------<br />
69