04.01.2014 Views

Downloading - Gujarat Electricity Board

Downloading - Gujarat Electricity Board

Downloading - Gujarat Electricity Board

SHOW MORE
SHOW LESS

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

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!