Sie sind auf Seite 1von 14

ITPS (WH)/2008-2009/03(P)B Page 1 of 14

ORISSA POWER GENERATION CORPORATION LTD.


IB THERMAL POWER STATION
PURCHASE DEPARTMENT(WAREHOUSE)
AT/PO:BANHARPALI ; DIST.J HARSUGUDA-768234 (ORISSA),INDIA
Telephone No. 06645 222209, 289703, 222210
Fax No. 06645 222209, 222230, 222225,222249
Email : pradipta.mohanty@opgc.co.in;rabindra.panda@opgc.co.in



SAFE & CLEAN POWER IS OUR COMMITMENT

AN ISO-14001; OHSAS-18001 ORGANISATION




Tender document against
NIT No. ITPS (WH)/2008-2009/03(P) B
for supply of Spares for Stein make BBD 4760 Coal MILL( Seal Air Gasket, Cleanout
Conveyor & Reducer).







Date for available of Tender Paper
23/02/2009 to 12/03/2009 upto 12 hrs.
Last Date of receipt of Bid
12/03/2009 upto 13 hrs at undersigned office
Date of Opening of Tech Bid
12/03/2009 ; 15 HRS
Cost of Tender Paper
Free of cost from the under mentioned office. May be downloaded
from our website www.opgc.co.in
Earnest Money Deposit
RS.10,000/-- (Rupees Ten Thousand)





Note: Before Submission of bid please ensure proper documentation is made in technical bid and
price bid as mentioned in the bid.





SR.MANAGER(P),WAREHOUSE

ITPS (WH)/2008-2009/03(P)B Page 2 of 14

ORISSA POWER GENERATION CORPORATION LTD.
IB THERMAL POWER STATION
AT/PO: BANHARPALI
DIST: JHARSUGUDA-768234 (ORISSA), INDIA
Telefax No. 06645 222209/222249; Telephone: 06645-289703/222210
E-mail address: pradipta.mohanty@opgc.co.in

Short Term Tender Notice
NOTICE INVITING TENDER

NIT No. ITPS/(WH)/2008-09/03(P) Dt. 15/02/2009
Orissa Power Generation Corporation Limited (An ISO:14001 & OHSAS:18001 Company in the state of Orissa) having
coal based 2x210 MW thermal power plant at IB Thermal Power Station invites following tenders:

Sl.
No
Tender No. Description EMD in Rs.
1 NIT No. ITPS/(WH)/2008-
09/03(P) /A Dt. 15/02/2009 Spares for Coal Burners( Coal Nozzle tip,
Coal Nozzle,Reachrod;Corner nozzle
bracket.
Rs.50,000/-
2 NIT No. ITPS/(WH)/2008-
09/03(P) /B Dt. 15/02/2009
BBD 4760 MILL spares( Seal Air Gasket;
Cleanout Conveyor & Reducer)
Rs. 10,000/-
3 NIT No. ITPS/(WH)/2008-
09/03(P) /C Dt. 15/02/2009
Free wheel clutch for Coal MILL Aux. Speed
Reducer.
Rs. 10,000/-
4 NIT No. ITPS/(WH)/2008-
09/03(P) /D Dt. 15/02/2009
Spares for IMO Pump and Poclain Pump Rs.10,000/-

Tender Document shall be available free of cost from 23/02/2009 to 12/03/2009 upto 12:00 Hrs. from the office of the Sr.
Manager, Purchase and Contracts, Warehouse, ITPS, Banharpalli, Jharsuguda .Tender documents can also be downloaded
from our website from the purchase tender.
Last date of receipt of tenders is 12/03/2008 up to 13:00 Hrs.
Date of opening of tender (as per bid instruction) is 12/03/2008 at 15:00 Hrs.

M/s OPGC Ltd. reserves the right to accept/reject/split any tender without assigning any reason thereof and will not be
responsible for any delay in postal/courier. Further corrigendum if any shall be published only in the opgc web page only.

Detailed NIT is available at our website www.opgc.co.in.

OPGCL also invites vendors for interested for supply of the following spares for enlistment
Category Item
For BBD 4760
MILL
Grinding Media Ball; Liner, Ribbon, Inlet Damper, Spares for Damper; Girth Gear, Coupling for
Main Speed Reducer
Rotating
Equipments
ID,FD,PA Fan spares, Casing for PA Fan, Rotor assembly, Gullitone gate Spring Assembly, Air
Preheater Baskets, Air Heater Seals,
Boiler Soot Blower, Burner system spares; High Pressure IBR Valves of size 3/8,1,2 of 1500;2500
Class
Turbine Spares for Boiler Feed Pump,Booster Pump,CEP;Turbine Fastners;Turbine Expansion Bellows;


Sr. Manager, Warehouse





ITPS (WH)/2008-2009/03(P)B Page 3 of 14



Tender Specification

Ib Thermal Power Station, At/PO: Banharpali, Dist. J harsuguda (Orissa), PIN: 768234 is a unit
of Orissa Power Generation Corporation Limited a J oint Venture of Govt. of Orissa and AES
America and engaged in generation of 2x210 MW Thermal Electric Power. The Plant site is about
17 Kms. from Belpahar Railway Station and 40 Kms.from J harsuguda Rly. Station on S.E. Rly. on the
Mumbai- Howrah main line.

Sealed tenders are invited in two bid systems from the reputed potential manufacturers only in their
own letter heads for supply of Manufacture and Supply of BBD 4760 MILL spares( Seal Air Gasket;
Cleanout Conveyor & Reducer). to IB Thermal Power Station as per specification mentioned as
under.

The bidders shall have to submit their offer in two parts in sealed envelope clearing
mentioning the Part 1 as Technical bid and Part-2 as Price bid as the case may be with tender no
and due date at the top of envelope.


PART-1 TECHNICAL BID


SPECIFICATION

Sl No. Code Description Unit Qty.
1 466510001 Seal Air Gasket for BBD 4760 MILL. Nos. 11
2
466030001
CLAENOUT CONVEYOR AND REDUCER
for MILL Nos 01

Special qualifying requirements:

(a) Bidder should have manufactured and supplied the said items for 210 MW
plant or above capacity to different power plants. Documentary evidence of
supplies (order copy) meeting above qualifying requirements must be
furnished.

(b) Established performance feedback report for satisfactory supply and
performance to be submitted. Documentary evidence to be provided for the
same.

(c) The Bidders shall have to submit Bankers certificate in support of Financial capability
along with the statement of Asset & Liability for last three financial years.

(d ) They must submit requisite EMD OF Rs. 10,000/- ( Rupees Ten Thousand) in
shape of DD payable on State Bank of India (Code No. 9510) Banharpali Branch /Central
Bank of India, Belpahar Branch / Andhra Bank Adapada Branch code 0662 in favour of
Orissa Power Generation Corporation Limited Payable at Banharpali. Photo copy of
PAN NO. ; TIN NO. , STCC and Manufacture certificate registered as per Registration of
Company Act/NSIC, Technical description etc. should be submitted by the bidders.

ITPS (WH)/2008-2009/03(P)B Page 4 of 14


(e) The technical bid with complete specification and BOQ as under to be mentioned.
1. BOQ : Dimension , size, details weight for review.
2. Technical specification of all items offered for review and approval.
3. Manufacturing details for review and approval by ITPS.
4. Quality Plan to be approved before order placement.
5. Drawing.


Part-II PRICE BID

Part-II is the Price Bid which should contain the price & details of other commercial terms
Basic Price, trade discount, Packing, forwarding , taxes & duties, freight, insurance, Entry
Tax,Third Party Inspection Charges , payment terms, validity, mode of despatch, etc in line
with the terms and conditions mentioned in the tender paper.
PROFORMA FOR SUMMARY QUOTATION
BIDDERS REF.: DATE:
Sl.
No.
Descripti
on of
Material
Unit
of
Meas.
Quantity Unit
Rate
Price
Basis
P & F
charges
ED VAT/
SAL
ES
TAX
Freigh
t
Charg
es/Mo
de of
transp
ort
Insura
nce
Charge
s
TOTAL
FOR
DESTIN
ATION
PRICE








Third party inspection charges to be separately mentioned with the agency name.( OPGC may do
third party inspection by Lloyds/MECON/Tata projects).

Mention the distance between works from your plant to ITPS Site.
The bare weight and weight after packing are to be mentioned clearly.

1. DELIVERY PERIOD:
2. PAYMENT TERMS
3. GUARRANTEE/WARANTEE
4. VALIDITY
5. BANK CHARGES(IF ANY)
6. INSPECTION
7. (i) Deviation in tech. Specification- YES OR NO/ if yes details of the same.
(ii) Deviation in commercial Terms & conditions- YES OR NO /if yes details with clause No.
ITPS (WH)/2008-2009/03(P)B Page 5 of 14

The above two bids should be sealed separately super scribing as Technical Bid/ Price bid as the case
may be and enclosed in third sealed envelope super scribing "N.I.T No. NIT No. ITPS/(WH)/2008-
09/03(P)B Dt. 15/02/2009 due on 12/03/2009 for Supply of BBD 4760 MILL spares( Seal Air
Gasket; Cleanout Conveyor & Reducer) due on 12/03/2009.. Your offer should reach this office on
or before 12/03/2009 up to 12.00 hrs. Part-I (Technical Bid) shall be opened on same day at 15.00 hrs.
in presence of either the bidder or their authorized representative. Parties who shall qualify in
Technical bid shall be intimated to attend on a future date & venue to keep themselves present in the
opening of Price Bid.

Offer received late due to postal or courier delay shall not be entertained. The bidder at their
interest should ensure delivery of the bid well in advance. If the bid opening date falls on Public
Holiday or declared as Holiday the bid shall be opened in the next working day.

M/s OPGCL reserves the right to accept, reject all or any bid & can split among the bidders
without assigning any reason thereof.

NOTE: The agency participating in the bid is requested to depute their
representative to make an on spot study at ITPS for the requirement
and clarification.
NIT GENERAL TERMS & CONDITIONS
1. Sealed Tender is invited for the supply of articles as per details overleaf addressed to
the In Charge Warehouse Purchase, OPGCL- IB Thermal Power Station in variably
giving on the cover Tender Notice No., Name of the Articles, the date of opening and
EMD details.
2. Price: The net price offered shall be on the basis of delivery F.O.R, Ib Thermal Power
Station site including excise duty, sales tax, packing, forwarding, freight, insurance,
entry tax and third party inspection charges. etc. Installation charges and
commissioning charges if any to be clearly mentioned.
3. Taxes & Duties: Sales Tax, Excise Duty, Cess, Entry Tax(Octroi) & other
statutory levies third party inspection charges should be separately indicated.
Actual/percentage of Sales Tax/VAT/Excise Duty leviable and declared to be charged
should be distinctly shown along with price quoted so that any change during the
contract period by Govt . & statutory authority as applicable can be adjusted. Where it
is not mentioned claims for payment of Sales Tax and Excise Duty shall not be
entertained on any ground.
4. Despatch: The consignment shall be despatched to Ib Thermal Power Station to
the consignee on door delivery and freight paid basis after necessary inspection by
third party or as per despatch instruction by OPGCL.
ITPS (WH)/2008-2009/03(P)B Page 6 of 14

5. Validity: The price quoted should remain valid for a period of 90 days w.e.f
date of opening of Technical Bid.
6. Delivery: Delivery of the materials shall be completed within 45 days from
the date of issue of LOI/PO.
7. Standard: The material to be supplied shall be strictly as per relevant IS. Quality
Assurance Plan to be approved by OPGCL before manufacturing. The supply must
fulfil all the statutory requirements.
8. Inspection/Testing: Pre despatch Inspection & Testing shall be carried out by
us/Third Party at your works by your cost. Metallurgical Test Report from govt.
Approved laboratory to be submitted along with the supply. OPGCL may incorporate
any other testing or inspection if required at your cost for variation in results found if
any.
9. Security Deposit: You shall have to furnish security deposit @10% of P.O
value in shape of D.D or Irrevocable Bank Guarantee from a nationalised bank only
before release of P.O.Security deposit shall be released after supply is complete.
10. Payment: 90% payment shall be made within 30 days from the date of
acceptance of materials on submission of bills in triplicate supported by test
certificates of third party if any balance 10% shall be released within 90 days on
submission of 10% value of P.O as performance Bank Guarantee valid for a period of
18 months from the date of receipt of material .
11. Guarantee: The merchantability & fitness of the material, chemical
composition and performance should be guaranteed against any manufacturing
defect for a period of 12 months from the date of use or 18 months from the date of
supply whichever is earlier.
12. Bank Guarantee : You shall have to submit a Irrevocable Bank Guarantee of 10%
of P.O value as performance bank guarantee drawn on any nationalised bank which
shall remain valid for a period 18 months from the date of last supply and 03 months
claim period ( i.e in total 21 months )and shall be extended by you from time to time
as and when required or intimated by OPGCL.
13. Penalty: The time given for delivery or dispatch shall commence from receipt by
the contractor of the purchase order. The bidder should be able to complete delivery
as per the delivery schedule of purchase order. LD shall be applicable @0.5% per
week or part of a week subject to maximum of 5% of the undelivered materials for the
delayed period .Further the failure to deliver or dispatch the stores or any
ITPS (WH)/2008-2009/03(P)B Page 7 of 14

consignment within the period prescribed for delivery or dispatch the purchased shall
be entitled to withhold payment until the whole of the stores have been supplied .Also
it is at the option of the Purchaser to purchase the materials from other at the risk of
the contractor the store of any consignment thereof which the contractor has failed to
deliver or dispatch and the differential amount shall be recovered from the vendor.
The purchaser has also at the option to cancel the contract if delay in delivery occurs
and the contractor shall be liable for all loss or damage which may sustain by reason
of such failure on the part of the contractor. In case where delivery schedule is not
adhered to and there are increase in ED and Sales Tax and impose of new duties
after scheduled delivery period you shall bear the impact of those levies.

14. Risk Purchase: The inability of the bidders to execute the order in accordance
with delivery schedules will entitle M/s OPGCL to purchase the orders at the risk and
cost of the vendors from other sources. The difference in amount shall be recovered
from the dues of the vendors. Increase in tax structure due to delay in supply beyond
contractual delivery period is to vendor account.
15. Loading: Loading of different factor of commercial terms will be done if the offer is
not submitted in line with our tender.

16. Quantity variation for order: The quantities mentioned in the Tender Notice shall be
deemed to be only approximate and will not in any manner whatsoever be binding on
the OPGCL.
17. Bid submission time: Unless otherwise mentioned all tenders are to be submitted up
to 13.00 hours on the opening date & they will be opened at 15 hours on the date
specified. Representatives of the bidders those who choose to be present may attend
the bid opening. If in any case the bid opening date is declared a public holiday or
falls on PH the bid shall be opened on the next working day.
18. Validity: The tender shall remain valid for acceptance for a period of 90 DAYS FROM
THE DATE OF OPENING OF THE TECHNICAL BID UNLESS OTHERWISE
SPECIFIED. Tenders with a Validity of Less than 90 days are liable to be rejected/ or
have lesser preference than those adhered the tender conditions.
19. Packing should be made in transport worth packing to avoid any transit damage and
should be clean and free from foreign materials. Special care for flammable and
breakable items to be taken.

ITPS (WH)/2008-2009/03(P)B Page 8 of 14

20. TIN No/ VAT No. SALES TAX REGISTATION NUMBER/PAN MUST BE INDICTED
IN VARIABLY.
21. Wherever tenderers have entered into the Rate Contract with DGSD/EPM they will
indicate the same in their tender and submit a copy of rate contract as a proof of
claim.
22. Illustrated pamphlet/leaflet and drawing indication technical details/Year of
manufacture, Makers Name , Country of Origin etc. must be enclosed with tender.
23. SPECIAL ATTENTION OF THE TENDER IS INVITED ABOUT THE RECEIPT OF
TENDER IN TIME .TENDERS RECEIVED AFTER THE STIPULATED DATE AND
TIME DUE TO ANY REASON WHATSOEVER SHALL NOT BE CONSIDERED.
BIDDERS ARE REQUESTED TO SEE THAT THE TENDERS ARE DELIVERED IN
THE OFFICE BEFORE THE PRESCRIBED DATE AND TIME.
24. The delivery period quoted must be specific and realistic. The inability of the
successful tenderers to execute orders in accordance with delivery schedules will
entitle OPGCL to purchase the stores at the risk and cost of the contractors such
failures will also be kept in view while considering that subsequent tenders.
25. With regard to acceptance of tender for earlier delivery it should be noted that if the
contract is placed on higher tender in preference to the lowest acceptable offer in
consideration of earlier delivery the contractor will be liable to pay to OPGCL, the
difference between the contract rate and the lowest acceptable, in case of failure to
complete suppliers in terms of such contract within the date of delivery specified in the
tender and incorporated in the contract. This is without prejudice to other rights of the
OPGCL under the terms of contract.
26. The bidders must note that the requisite amount of earnest money must be paid in
any one of the following form.
a) DD drawn in favour of Orissa Power Generation Corporation Limited payable at
SBI, Ib Thermal Power Station, Banharpali, Code No.9510. Andhra Bank, Adapada
(Code 0662)/Central Bank of India, Belpahar. DD commission is to be borne by the
bidder. Bidders may also deposit the same directly to OPGCL SBI Core banking
account.
b) Bank Guarantee should be from a Nationalised Bank and operative till 03 months
over and above the validity of the offer.
ITPS (WH)/2008-2009/03(P)B Page 9 of 14

The earnest money will be liable to be forfeited on revocation of the quotation expire
of refused to enter into a contract after the award is made to the tender.
27. Small scale industries/National Small Scale Industries Corporation shall be exempted
from payment Earnest Money Deposit/Security Deposit/Tender Fee/Tenderers
seeking exemption should enclose a photocopy of valid registration certificate with
NSIC.
28. Successful tenders will have to deposit security by the date specified in the
Acceptance of Tender in case they fail to deposit security by the specified date the
OPGCL reserves the right to adjust the same from the payment pending with the
OPGCL, ITPS, Banhaprali.
29. Wherever samples are asked from bidders the same shall be submitted freight paid
basis only and should reach the OPGCL within the stipulated date and time failing
which to cognizance will be given to such samples which are received late.
30. Printed Terms and Conditions on letter heads or Quotation form of tenderers shall not
be applicable.
31. Tendering firms are advised to quote as per our serials number specified in tender
notice.
32. OPGCL Reserves the right to reject all or to any of the tenders or to accept the tender
or to accept the tender either in full or in part or to split of the contract without
assigning any reason.
33. Price discount if any should be typed both in words as well as in figure without any
cover typing. Alternations if any should be made clearly by crossing already entered
rates and all such corrections should be attested by the tenderers under their full
signature in no case there should be over writing and all tender with such over writing
and all tender with such over writing shall be liable for rejection.
34. Quality of materials to be supplied should be brand new, free from all flaws, good
finish and should be as per technical specification and relevant to IS specification.
Only asbestos free material and Eco friendly materials are to be offered and to be
supplied. As a commitment use of asbestos material, recycled plastic carry bags and
containers are banned. Predespatch inspection if any shall be carried out before
dispatch at the vendor premises.

ITPS (WH)/2008-2009/03(P)B Page 10 of 14

35. Wherever I.S is available please quote as per I.S only, otherwise quote the brand
name. In case of items of specific make, only manufacturers and their accredited
agents/stockiest/authorized dealers are entitled to quote. For this they should submit
an attested copy of the printed price list along with tender.
36. IBR certificates/Batch certificate/Material test certificate/Test reports are to be
submitted as applicable.
37. The material supplied shall be guaranteed for any manufacturing defect or bad
workmanship for a period of 18 months from the date of supply or 12 months from the
date of actual use whichever is earlier.
38. These terms and conditions shall from a part of the contract. The contract besides
shall also be exclusively governed by our standard conditions of contract prescribed
by OPGCL. No other terms and conditions whatsoever will be applicable in this
contract.
39. All disputes or differences arises shall be subject to the exclusive jurisdiction of court
within the limit of Jharsuguda.
40. (a) Preparation of comparative statement
The Proforma for comparative statement has been standardized and is as per
annexure of manual. CS should be prepared as per proforma and loading actors to be
used for loading are as mentioned below ( if not mentioned specifically in the offer).
P&F charges 2%
Freight 2%
300 Kms. to 500 Kms. 3%
500 Kms. To 1000 Kms. 4%
Above 1000 Kms. 5%
Insurance 0.075%
(NOTE: In case of supplies of materials is no weight basis e.g bulk chemicals, steel
etc. The loading on the basis of the actual freight as per transportation rate available
shall be done. However, percentage loading will be limited to full truck/trailer load rate
ITPS (WH)/2008-2009/03(P)B Page 11 of 14

(b) Payment terms loading
1.5% per month ( wherever parties have quoted 100% through bank/advance against
our standard and payment terms of 100% after receipt and acceptance of materials
within 30 days.)
In case of payment through bank loading for a period 30 days and in case of advance
payment alongwith P.O. the loading for the period of delivery period plus 30 days,
may be taken. In case of 90% through bank & balance 10% within 30 days after
receipt and acceptance of materials.
Loading factor will be 1.5*0.9= 1.35%. Accordingly for other payment terms loading
factors will be calculated.
Loading procedures
Basic Price
Packing & Forwarding charges ( on basic price only)
Excise Duty on (Basic + P&F)
Sales Tax on (Basic + P&F+ ED)
Freight on (Basic + P&F + ED + CST/VAT)
Insurance on (Basic + P&F + ED+ ST+Freight)
Payment Terms Loading on (Basic + P&F + ED + ST)
In case on variable prices, Variable excise duty etc. the following norms/systems will
be taken into consideration.
(a) In case of price variation clause (without specific mention of quantum), 10% price
escalation per annum may be proportionality loaded.
(b) In case of the bidder stipulates Excise Duty as applicable at the time of dispatch &
specifies the present rate of Excise duty( a numeric percentage or nil ), in such case
ITPS (WH)/2008-2009/03(P)B Page 12 of 14

the offer shall be evaluated considering the maximum rate of E.D. applicable for the
product as per Excise Tariff of Govt. of India or as evident from the other bids
received in the tender.
However, the liability of OPGCL shall be as per actual ED applicable at the time of
dispatch, subject to production of Excise invoice. Further the rate of ED shall be
restricted to as applicable within the contractual delivery period only. Increase in ED
rate in any due delay in supply beyond the contractual delivery period shall not be
payable by OPGCL. However the benefit of any decrease in ED shall be passed on to
OPGCL.
In case bidders quote with Fixed Rate of ED OR Special ED as NIL the offer shall be
evaluated accordingly. This will be subject to submission of Excise invoice copy for
having actually paid the Excise Duty or otherwise but claim for any upward revision
will not be accepted at a later stage.
(Adverse loading in each factor to be done for comparison purposes, in case vender
has not mentioned specifically however, for placement of order the lowest/beneficial
terms will be indicated.)
IMPORTANT NOTICES:
1. Please fill in the proforma for summary quotation as per specimen given below.
Tenders not prepared in this proforma shall liable for rejection.
2. Tenders not specifying the exact rates of taxes and duties ( wherever applicable)
shall be loaded to the highest slab or may not be considered.
3. Any deviation in Technical Specification/ terms & conditions shall be clearly
specified in details, failing which shall be deemed the NIT specification & Terms
conditions are acceptable in totally unless and otherwise specified.
4. The suppliers/contractor is required to manufacture the product/carryout the work
in controlled condition so as to contain Air pollution, water/land contamination
within relevant legislative & statutory requirement.
5. Vehicle must accompany TREM Card if applicable for transportation of materials
to OPGCL. Driver must carry valid driving license for transporting the materials to
OPGCL.
ITPS (WH)/2008-2009/03(P)B Page 13 of 14

6. Vendor/Representative/Vehicle driver must wear Safety Helmet, Shoes inside the
Plant premises.
7. All person(s) connected with OPGCL shall have to adhere the safety rule
regulations of the Company. The EHS Policy of OPGCL is enclosed.
For and on behalf of
Orissa Power Generation Corporation Limited
In-Charge-Warehouse Purchase
ITPS (WH)/2008-2009/03(P)B Page 14 of 14

Das könnte Ihnen auch gefallen