Sie sind auf Seite 1von 32

DAMODAR VALLEY CORPORATION

MEJIA THERMAL POWER STATION


P.O: MTPS, DIST. – BANKURA.

TENDER DOCUMENTS

Major Overhauling of Boiler and Auxiliaries e qui pm e nt s of Unit No # 4 of


MTPS(O&M), DVC

Notice Inviting Tender No. MT/CE/T-1/ BMS/U#4/2/5371 dtd.08.01.10

1
I NDE X

I. Short NIT

& NIT

II. Scope of

work.

III General Terms & Conditions.

IV. Facilities to be provided to the Contractor by DVC.

V. Commercial Terms and Conditions.

VI. Other Terms and Conditions.

VII. Format for Bank Guarantee (B.G.) in lieu of EMD & guide line for submission of B.G.

VIII. Instruction for furnishing B.G.

IX. Proforma of Bank Guarantee for Security Deposit-cum- Performance Guarantee.

X. Techno-commercial Deviation Schedule.

XI. Cost of Withdrawals.

XII. Format for Price Bid.

2
I. Short NIT & NIT:

DAMODAR VALLEY CORPORATION


Mejia Thermal Power Station
P.O.: MTPS, Dist.: Bankura
Pin.: 722183

Open Tender Notice

Notice Inviting Tender No. MT/CE/T-1/ BMS/U#4/2/5371


Dtd.08.01.10

For and on behalf of Damodar valley Corporation Sealed Tender is invited by SE (T), MTPS,
DVC for the job – “Major Overhauling of Boiler and Auxiliaries e q ui p m e nt s of Unit No# 4 of
MTPS(O&M), DVC”

.”

1. Estimated Cost: Rs. 56,18,000/-

2. Earnest Money: Rs.1,12,360/-

3. Cost of Tender Paper: Rs.750/-

4. Period of sale of tender paper - upto 22/02/2010(10 A.M. to 3 P.M.)

5. Last date of Submission of tender paper – 25/02/2010 (upto 3:30P.M.)

6. Date of opening – 25/02/2010 (at 3.30 P.M.)

For further queries intending bidders may please contact Office of SE(T),DVC, MTPS.

For details please visit us at our Website, www.dvctender.com., & www.dvcindia.org.

Superintending Engineer (Tech.)


MTPS(O&M), DVC.
For & on behalf of Damodar Valley Corporation

3
DAMODAR VALLEY CORPORATION
Mejia Thermal Power Station
P.O.: MTPS, Dist.: Bankura
Pin.: 722183

OPEN TENDER NOTICE

Notice Inviting Tender No. MT/CE/T-1/ BMS/U#4/2/5371


dtd.08.01.10

Sealed Tender in 02 (two) parts containing 03 (three) envelopes:-


A)1st Envelope: Earnest Money Deposit and Cost of Tender Paper (if downloaded from Web
site).
B) 2nd Envelope (Part – I ): containing Technical and Commercial Bid.
C) 3rd Envelope ( Part – II ): containing the Price Bid.
in duplicate is invited by Superintending Engineer (Tech.), MTPS(O&M), Damodar Valley
Corporation, Mejia Thermal Power Station, P.O-MTPS, Dist : Bankura, West Bengal, for “Major
Overhauling of Boiler and Auxiliaries e q u i pm e n t s of Unit No# 4 of MTPS(O&M), DVC”
.”
All the three envelopes must be sealed and kept in the main envelope by way of marking
the envelope correctly as Tender Fees & EMD, Part- I (Technical and Commercial Bid), &
Part-II (Price Bid) respectively along with Tender Notice Number, Date and Due Date of Opening
superscribed on the envelopes and the main envelope must be superscribed with Tender Notice
Number, Date and Due Date of Opening and with specific mention of “Major Overhauling of
Boiler and Auxiliaries e qui pm e nt s of Unit No# 4 of MTPS(O&M), DVC”
.”
1. Estimated Cost: Rs. 56,18,000/-
2. Earnest Money: Rs.1,12,360/-
3. Cost of Tender Paper: Rs.750/-
4. Period of sale of tender paper - upto 22/02/2010(10 A.M. to 3 P.M.)
5. Last date of Submission of tender paper – 25/02/2010 (upto 3:30P.M.)
6. Date of opening – 25/02/2010 (at 3.30 P.M.)
7. Non-transferable tender papers will be available in the office of the SE (Tech.), DVC,
MTPS(O&M), Bankura(Pin-722183) on all working days during the period of sale of tender
paper as mentioned above, except Sundays and Holidays against proof deposit of Cost of
Tender Paper, being of Rs.750/- (Rupees seven hundred fifty) only which is to be deposited in
The Office of The Addl. Chief Accounts Officer, MTPS, DVC or against submission of
Demand Draft for equivalent amount favoring Damodar Valley Corporation, MTPS (O&M)
payable either at UBI Extn. Counter, MTPS Br. (Code No. MPS F – 56) or SBI, MTPS Br.
(Code No. 6608). Deposition of Cost is subject to our prior permission. Money Order towards
cost of tender paper will not be accepted. Request for tender paper by post will not be
entertained. No tender paper will be sold on the date of opening of tender. Incase the
tender opening date happens to be a holiday the same will be opened on the next working day.
Designated officers specially assigned for this purpose are designated SE(Tech), DVC,
MTPS and no other persons are authorized to discuss for or to receive any tender or to grant
for tenders delivered by hand.
8. For obtaining tender paper, the intending tenderers should apply to the Superintending
Engineer (Tech.), MTPS (O&M), DVC.

4
9. The complete bid documents / tender paper are also available on DVC’s website:
www.dvctender.com & www.dvcindia.org. The intending tenderers may visit the said
websites for participating in the tender process after necessary downloading of the bid
documents for which no prior permission is essential.
10. In that case Tender fee is to be submitted in the form of “Demand Draft favoring
Damodar Valley Corporation, MTPS (O&M) payable either at UBI Extn. Counter, MTPS
Br. (Code No.MPS F–56) or SBI, MTPS Br. (Code No. 6608)” alongwith the sealed Tender
in the envelop of EMD (Earnest Money Deposit) i.e,1st Envelop.
11. DVC shall not be responsible in any way for any delay/ difficulties/ inaccessibility of the
downloading facility from the website for any reasons whatsoever.
12. Any act on the part of the Tenderer(s) being found to be indulging in changing/ adding or
deleting the content of the downloaded Tender Documents will attract punitive action as
deemed appropriate including banning, suspension of business dealings with DVC, etc.
13. In case any discrepancies found between the downloaded Tender Documents from the
website and the master copy available in the Office of the Tender Inviting Authority, the
later shall prevail and will be binding on the Tenderer(s). No claim/ appeal on this account
will be entertained or given cognizance to.
14. Tenderer(s) will be solely responsible for the correctness/ genuineness of the downloaded
Tender Documents from the website. If the offer submitted through the downloaded tender
documents which are incomplete, or with changed content, the offer will be summarily
rejected.
15. Quotation submitted by the tenderer(s) through FAX/ Telegram will not be considered valid.
16. Small scale industries registered with NSIC shall be issued the Tender Documents free of
cost subject to production of the documentary evidence like valid Registration Certificate
from appropriate Govt. authority giving details such as – Validity, value etc.
17. Offers should invariably be kept open for acceptance for 180 (Hundred eighty) days from the
date of opening of tenders and quoted rates shall remain firm throughout the tenure of the
Contract once the order is placed within validity period.
18. All tenderers would be bound by the terms and conditions as detailed in tender specifications
by the DVC and General Conditions of Contract DVC available in DVC website..
19. Tender documents issued in the name of a party is not transferable.
20. Eligibility criteria for selection of tenderer (Qualifying Requirements):
A.
Documents in support of having successfully completed similar works during last seven years ending
last day of month previous to the one in which offers are invited should be one of the following.
a) Three similar completed works each costing not less than the amount equal to 40% estimated
cost.
OR
b) Two similar completed works each costing not less than the amount equal to 50% estimated
cost.
OR
c) One similar completed work costing not less than the amount equal to 80% estimated cost.
Total estimated value for evaluation of the credential shall be considered based on the total estimated
price of the Compulsory part of the Overhauling jobs i.e. Rs. 56,18,000/- (Rupees Fifty Six Lakh.
Eighteen Thousand) only.
Completed Works means:-
Completed work of Overhauling of 210 MW Boiler & Auxiliaries in Thermal Power Plant.
‘Similar Works’ means undertaking Overhauling of Boiler & Auxiliaries of 210 MW Unit capacities or
above comprising of Pressure Parts, Air Preheater along with other auxiliaries like ID Fan, FD fan etc.
5
of a thermal power plant. The Bidders must have exposure in the overhauling work in his own capacity
in a single package in any power utility. The work exposure in 140 MW or above capacity corner
fired Boiler and Rotary Air Preheater is mandatory. For the purpose of evaluation, the total
contract value wherein work value of 210 MW Boiler may constitute a part or the whole shall be
reckoned to be the defining amount of set forth criteria under a, b or c above.
Performance appraisal of the likely bidders who happened to have executed overhauling of Boiler &
Auxiliaries in this power station shall be one of the determining factors towards fulfilling qualifying
requirement and eligibility for price bid opening.
Apart from submitting the self authenticated copies of above documents the bidders should fulfill the
following:-
B. The bidder should submit the following documents:-
01) Average Annual Turn Over of preceding three years. Average Annual Turnover (AAT) of the
participating firm during last three years ending 31st March’09 should be at least 30% of the estimated
cost of the Tender.
02) Solvency Certificate from the Banker clearly indicating the amount up to which the firm can be
considered as solvent.
03) Annual Accounts of preceding three financial year along with profit & loss A/C and Balance Sheet.
04) Overall profitability and cash profit as certified by Auditor.
05) Valid documents indicating status of the organization (i.e. Proprietorship/ Partnership firm /
Company Registration as the case may be).
06) Latest STCC/ VAT Registration of the participating firm along with the quotation.
07) EPF Registration certificate of the Firm.
Note : In the event of all the participating vendors, having experience / exposure of similar jobs, fails to
meet determining value as under (a), (b) or (c) and B (01), 5% relaxation on the determining value
shall be granted. In other wards if the determining value of (a) ,(b) or (c) or B(01) falls short by not less
than 5% all such bidder shall however be considered eligible. The maximum permission relaxation
shall be to the extent of 5% only. In case of short fall exceeding 5% the bidder shall not be considered
eligible.
21. Deviation Sheet as per format given with the Tender documents must be submitted.
22. THE SIGNATORIES FOR THE OFFER MUST ENCLOSE THE DOCUMENT
PROVING THEIR AUTHORITY TO DO SO ALONG WITH THE BID.
23. Before filling the offers, bidders are requested to go through the General Condition of
Contract (GCC) DVC available in DVC’s website, “www.dvc.gov.in” , in order to
familiarize with DVC’s commercial terms and conditions, Cost Compensations for
deviations and bid evaluation procedure.
24 DVC reserves the right not to accept the lowest rate quoted by a Tenderer and reject any or all
the tenders and to split up and award the Contract to more than one tenderer without assigning
any reason thereof.
25. Unsigned offer submitted by any bidder will not be considered valid.
26. Self certified Xerox copies of all relevant documents, wherever needed to be enclosed with the
offer. However, DVC reserves the right to call for original document, if needed, failing which
the offer is liable for rejection.
27. All pages of the Tender Documents must be signed by the bidder for acceptance of the
Terms& Conditions.

6
28. Earnest Money of Rs.1,12,360/- (Rupees One lakh T w e l v e T housand Three
Hundred Sixty) only must be deposited in any of the following form.
a. Crossed Demand Draft or Pay Order of any schedule bank drawn in favour of
Damodar
Valley Corporation, MTPS (O&M), payable at UBI, MTPS Extn. Counter (Code No.
MPS-
56) or SBI, MTPS Br. (Code No.- 6608).
b. Bank Guarantee from a Nationalized Bank / Schedule Bank/ Foreign Bank irrevocable
and operative till the validity of the offer (180 days) as per enclosed Proforma with the
Tender documents.
c. Post Office National Savings/ National Defence Deposit Certificate duly pledged in
favour of DVC.
d. Fixed Deposit receipt issued by Nationalised Bank endorsed in favour of DVC.
e. DVC bonds duly endorsed in favour of DVC.
Tenders not accompanied with/ supplied with Earnest Money and Tender fee (if
downloaded from website) will not be opened and summarily rejected. Earnest Money
of the unsuccessful Tenderers shall be refunded after finalisation of the contract.
No interest will be paid thereon. Earnest Money of the successful Tenderers shall
be refunded after submission of Security Deposit and acceptance of the same by DVC
and execution of the Agreement.
29. Exemption from EMD
Small Scale Industries registered with NSIC shall be exempted from the payment of
EMD. SSI units seeking such exemption must enclose valid Registration Certificate from
appropriate Govt. authority giving details such as validity, stores etc.
30. At any time prior to the deadline for submission of bids, the Purchaser may, for any reason,
whether at its’ own initiative or in response to the clarifications requested by the prospective
bidders, amend the biding documents after due approval of competent authority. Any
addendum/corrigendum/extension if required pertaining to this NIT will be hosted in DVC’s
website only and will not be published in the Newspapers. Bidders are requested to visit
DVC website regularly for any addendum/extension/corrigendum till date of opening of bids.
31. All tenderers would be bound by the terms and conditions as detailed in tender
specifications by the DVC and General Conditions of Contract. Terms and Conditions
which are not specifically mentioned in the NIT& Tender documents shall be covered by the
General Conditions of Contract.
32. Settlement of disputes and Arbitration: It will be guided as per Clause of GCC.
33. All suits arising out of the NIT and subsequent Work Order/ Contract Agreement if any are
subject to the jurisdiction of the Hon’ble Court of Law in the city of Kolkata only and no
other Hon’ble Court of Law elsewhere.
II. SCOPE OF WORK :-
A. COMPULSORY WORK
OVER HAULING BOILER PRESSURE PARTS:-

1. Checking of pressure parts e.g. tubes / headers for bulging / erosion/ cracks or any other
abnormality.
2. Cleaning of soot from Boiler tubes, wall etc. by jet cleaning (at a pressure of 150 Kg/Cm²).
High pressure water jet pump and accessories shall be arranged by The Contractor.
3. Providing of manpower for the random thickness survey of pressure parts tubes by D-
metering. Thickness survey will be carried out in the following erosion prone area after cleaning
the surface by wire brush / buffing wheel:-

7
a) Water Wall : Burner transition tubes, S-panel lower and upper
bends, goose neck bends, side wall bends near ring
header, upper corner transition tubes, bends of peep
holes, soot blower holes, Manholes, Hanger tubes
rear, arch wall tube bends etc.

b) SH/ RH/ PLATEN : Bends facing flue gas path.

c) Screen Tube : Wherever shielding is dislocated and tubes are


exposed to flue gas.

d) Eco/ LTSH/ Supply : Wherever protective shields are Dislocated & tube/
tubes & bends bends are exposed to flue gas
e) Steam Cooled Spacers : Bends in flue gas path.
f) Steam Cooled Wall : Near upper and lower portion of ECO/ LTSH coils,
manhole door, bends, hanger tubes, Extd. Screen wall
bottom panel bends.
g) Wall Blower Area : Water wall tube around wall blowers.

After carrying out the thickness survey of boiler tubes of the above areas, the stub/ tubes
having lower thickness has to be replaced and necessary heat treatment as per welding schedule has to
be done. The aforesaid scope of work is based on 1000 no. of tube joints of any size. After
replacement of tubes the same have to be guarded with protection shields, if required, to avoid
erosion in future. The bare tubes which are in erosion prone area are to be covered by protective
shield.
Exclusion: Fabrication of cassette baffles / shields.
4. Checking of hanger supports of all headers, pipes in pent house, dog house, down comers and
their rectification as required.
5. Checking of buckstay links and corner connections (supporting pins, gusset plates etc.).
Seismic guides of down comers, furnace guides, leveler guides and their rectification as required.
Checking of scalloped bars, stirrup plates of buckstay channels, vertical and horizontal buckstay, if
found necessary during inspection of corner connections. The inspection of wind box supports and its
expansion joints, burner block connecting, S-panel supporting links and rectifications/ replacements
of all above as required. Rectification/replacement of expansion joint (Wind Box) will be in the scope
of The Contractor.
6. Random DP test is to be done for platen, final SH & RH, LTSH & ECO outlet headers stubs
limited to 20% of total stub joints. Rectification/replacement of stubs, if any, as per requirement.
7. Checking of baffles, shields and shrouds for pressure parts and their rectification.
8. Checking of tube attachment like clamps, flexible connectors and spacers in SH/ RH/SCW
Hanger tubes/ Platen / LTSH and rectification to the extent possible as required. Bends to the extent
possible will be fabricated (if required) by The Contractor at site in case of emergency.
Note: Fabrication of short radius bend/ off set bend is excluded from The Contractor’s scope.
9. Correction of Bowing / misalignment of tubes / coils in different areas of boiler by tube
replacement and to the extent possible by mechanical method.

10. Checking of vibration snubbers in water wall screen tube and super heater hanger tubes and
rectification of the defect or replacement of the snubbers.

8
11. Cutting of ring header drain lines near ring header and flushing of ring header by water (to be
done by filling water circuit through drum by running fill pump/ BFP) to clear any chokage in ring
header. Normalisation of ring header drains line.
12. Replacement of tubes based on inspection carried out. Replacement of tubes includes:
a) Cutting edge preparation and fitting of tubes.
b) Welding of root by TIG and subsequent MAW.
c) Tangent/ fins welding wherever applicable.
d) Radiography, repair if any and SR as per BHEL norms and procedures.
Note: 01) Welding of stainless steel / dissimilar metals is to be done. However
electrode E-309/D-1212 for dissimilar welding and stainless steel welding will be
provided by MTPS/DVC.
02) Bending of tubes, if required, will be carried out by The Contractor at site
and the required bending machine has to be arranged by the contractor. Bending of
short radius bends is not included.
03) Failed welding joints of tubes/bends which have been carried out by The
Contractor during overhauling are to be rectified free of cost within defect liability
period (Against bad workmanship).

13. (a) Gas tightness test and attending to all leakages in pent house, dog house bottom ash
hopper arches, membrane walls, steam cooled walls and other areas by restoration of fins, recasting
of damages refractory and repair of skin casing including bulging, deformations etc. as applicable,
sealing of dog house and pent house, if any. Wherever welding of fins/ skin casing is not possible
due to poor access, sealing will be done by putting cast-able refractory. Damaged expansion joints
of the wind boxes with Boiler & Burner block will have to be replaced at no extra cost, if required.

(b) Before carrying out gas tightness test, insulation and cladding of all expansion joints of
wind box, PA ducts (excluded from The Contractor’s scope) secondary air ducts from
Air Preheater to wind box, Air Preheater expansion joints in flue gas path, burner block
top and bottom portion etc. have to be removed to identify the leakages and attend to the
same.
(c) Through checking of roof skin casing of boiler first and second pass. The damaged /
deformed skin casing, expansion joints supports etc. have to be removed and replaced
with new M.S. plates, new expansion joints and supports after application of refractory.
(d) Checking of trough sealing system and its plates and rectification, if required. Cleaning
of seal trough is also included in the scope.

14. Inspection/ checking of suspension of different headers, down comers start up vent line,
silencer of ERV and start up vent and critical piping including Main Steam / ECO Feed pipe/ HRH/
CRH piping and rectification/ repair/ readjustment as per requirement.
15. Assistance during Hydro Test.
16. Box up of boiler including boxing up of all manholes and peep holes by providing new
packing.
17. After removal of ash from pent house and drum dead chamber thorough checking inside
pent house, its all manhole doors, enclosures, shall be carried out by The Contractor. If any
damaged is noticed the necessary repair work to be carried out. Pourable insulation as and where
required shall be applied.
18. External cleaning of Boiler pressure parts tube surfaces exposed to furnace and flue gas
path. Tubes are to be cleaned by wire brushes and to be washed with high pressure water jet by The
Contractor. Fire fighting hoses etc. will be provided by DVC, MTPS. During cleaning of 2 nd pass
of the Boiler proper care have to be taken to avoid choking of the air pre heater baskets.
9
19. The contractor have to send their Boiler service expert prior to shut down of the unit to
check the ash leakage areas, so that the same can be easily detected and attended during
overhauling.
Note:- a) The lump sum offer is based on 1000 Nos. physical weld joints and
tangent/attachment welding length. Additional rates beyond 1000 Nos. physical joints along
with tangent/attachment welding are furnished under "ADDL. WORK."
OVERHAULING OF BOILER DRUM:

1. Open the manholes of boiler drum and provide exhaust fan for forced cooling. The
contractor has to arrange the fan for the same. Down comer openings are to be
covered by covers and asbestos cloth.
2. While working inside the drum only 24 volts power supply connections shall be
used. (Required transformer from 220V input to be arranged by the contractor).
3. Removal of cyclone separators for inspection of drum internals.
4. Cleaning of the welding joints of steam chest, cyclone separator with the help of
Teflon brush so as not to damage the magnetite layer.

5. Inspection of the drum internals after cleaning.


6. After cleaning carry out the DPT of the welding joints of the steam chest. The
contractor has to arrange kit for DPT. DPT of the joints will be checked by DVC
representative.
7. Cut and remove the phosphate dosing header from the drum and clean it
completely.
8. After cleaning and inspection of the phosphate dozing header, re-welding of the
header in its position.
9. Removal of the CBD isolation v/v bonnet or cut the CBD line to check the CBD
line of the boiler drum for any chocking.
10. Welding of CBD line and phosphate dozing line shall be carried out by HP welders
only. No extra payment will be made for cutting/welding of CBD or phosphate
dosing lines.
11. Lapping and blue matching of drum manholes and its counter surface is to be done.
If required, material build up and scrapping to be carried out to achieve matching
surface.
12. Reassemble the drum internals and removal of all the left out materials from the
drum.
13. After inspection and clearance from Engineer In charge the drum has to be boxed
up after putting proper gasket for the drum manhole.
14. Carryout hot tightening of drum manholes after boiler light-up at pressures specified
by the EIC.
15. Checking of down comer suspension and drum suspension.

ERECTION OF SCAFFOLDING IN Ist PASS, RH, SH & IInd PASS (CUPLOCK SYSTEM)
UPTO ROOF
1. Transportation of complete set of scaffolding material from stores to various working floors
of Boiler as per the instruction of E-IC/area Engr.
2. Transportation activity is to be started at least seven (07) days prior to unit outage and to
be completed before unit outage.
3. The complete cup-lock scaffolding system including bracing, approach platforms, and all
other erection activities, along with the staircase in the boiler first pass, is to be erected
within 05 (five days ) from the date of availability of work front.
4. Platforms & approaching ladders are to be provided at various locations like water wall
soot blower elevations, each elevation of Burner block (oil/air/coal compartments) in all
10
four corners, S-panel, water wall tubes in the burner zone, as well as other areas as per
instruction of the Area Engr. at any location within the Boiler furnace i.e. Ist pass, SH, RH &
IInd Pass.
8. All scaffolding erection work to be carried out strictly as per the standard safety norms.
9. The material for Cup lock scaffolding system and steel board planks will be provided by
DVC free of cost. However it shall be the responsibility of the contractor to maintain the
materials in good condition. In case of any damage due to the negligence of the contractor
or loss of the scaffolding material deduction shall be made from the bills of the contractor at
applicable rates.
10.Removal of scaffolding after completion of overhauling work: The expected date for start
of scaffolding removal will be after completion of hydro test. The total scaffolding removal
work has to be completed within Three (3) days from the starting date.
11.The material for the scaffolding in the IInd pass and the RH & FSH zone has to be provided
by the contractor.
12.Erection of wooden platform from left wall to right wall at three elevations at the following
places :-
a. Screen tubes.
b. LTSH hanger tubes & terminal tubes.
c. SCW upto roof.
d. RH front and rear coil.
e. Final SH.
f. Just below the Eco coil
13. Arrangements for inspection of Pass-II roof tubes have to be made by the contractor.
14. Erection of platform outside the boiler, wherever required for tube replacement job.
15.Make approach & platform for lifting & lowering of LTSH/ECO coils respectively as per
instruction of Engeneer-in-Charge.
16. All the dismantled scaffolding material has to be immediately shifted from Boiler area at
various elevations to site stacking area as directed by Area Engr., so that no obstruction
is created during boiler light up and to the personnel working in other areas for other O/H
and commissioning activities.
17. All scaffolding materials are to be transported back to the central stores within 7 days of
boiler light up.
18. For shifting of scaffolding material from DVC store to various Boiler elevations/floors and
from worksite to stores, the contractor has to make his own transport arrangements.

19. The contractor has to provide the sufficient manpower to shift the scaffolding system
partially from one place to another place inside the boiler during the overhauling of the unit.

OVERHAULING OF AIR PREHEATERS – 02 Nos.

1. Opening of manholes.
2. Dismantling of hot end baskets and cold end baskets from position,
cleaning/ water washing and inspection. Cleaning / water washing of hot
intermediate baskets in position, inspection and replacement as required. Re-fixing
of new or removed hot end baskets and cold end baskets in position after necessary
replacement/ cleaning. Hot intermediate baskets have to be removed if required.
High pressure jet cleaning of all the baskets has to done by suitable pressure by the
contractor if required. The jet pump has to be arranged by the contractor at his own
cost.
3. Cleaning of air pre heater chamber and inspection. Cleaning of accumulated
ash from the sector plate box after cutting the static seal of sector plates.
11
4. Inspection / resetting and replacement of all seals including axial, radial, by-
pass seals, static seals and packers. Inspection, adjustment of axial seal plates and
replacement of wools of the same. Repair of hot spool sealing system rotor portion
and air seal trunion as per requirement.
5. Rotor leveling and sector plate adjustment.
6. Repair/ surface finishing of sector plates (upto the possible extent) and
leveling. Inspection / cleaning / repairing / replacement of sector plates adjustment
bolts head links, shims and packers. Inspection, adjustment of axial seal plates and
replacement of wools of the same.
7. Inspection of trunion bolts and module mounting pins, if required.
8. Repair / replacement of eroded house panel, pipe supports stiffeners,
expansion joints etc.
9. Checking of nozzles of water washing, firefighting and shoot blowing
system for possible choke ages and cleaning / replacement as required.
10. Dismantling, cleaning, inspection by removing the guide bearing and its
other components, checking of contact of adopter sleeve with trunion, re-assembly
of the same for both Air pre-heater and replacement of bearings if required.
Replacement of the ropes of sealing tube.
ii)Cleaning and inspection of the both support bearing and its other components by
shifting the bearing assembly from its positions and replacement if required for both
air pre-heaters.
11. Servicing of shaft sealing systems and water shield arrangement.
12. Servicing of air motor and shoot blowing drives and Barco swivel joints and
DA head valves. The bush bearing of S.B system have to be dismantled and after
cleaning to be fitted and replacement of gland packing.
13. Servicing of lub oil system.
14. Cleaning of lub oil coolers and filters, servicing of relief valves including
Hydro Test of lub. oil coolers of the lub oil system of both guide and support
bearings. Modification of oil and water lines if required.
15. Inspection of drive pinion and pin rack and replacement, if required.
Resetting / replacement of T –bar, rotor angle by pass seal holding angle if
required.
16. Repair of heating element Module frame and supporting pipes, if required.
The worn out supporting structural members have to be removed and a new
structural members have to be fitted either after fabricating the same from MS plate
or MS flats as per availability.
17. Inspection/ cleaning of S.C.A.P.H. including replacement of gaskets of
flanges and gland packing of valves. Replacement/ servicing of valve as per
requirement.
18. Servicing of drive pinion air sealing system and Trunion air sealing system.
19. Attending to all the leakages from the APH body after air leak test.
20. Test run of the APH and necessary corrective action, if any abnormality is
observed.
21. Application of refractory on centre section around hot spool seal if required.
22. Steam washing of old and new APH baskets if required has to be carried out
and laying of steam pipe from nearest tapping points for the above purpose is in
The Contractor’s scope. However, material required for the above job will be
provided by DVC.

12
NOTE: i) Necessary T& P (3-way jack and oil pump) required for inspection of support
bearing & guide bearing will be provided by the contractor, if the same is not
available with DVC.

OVERHAULING OF BOILER SAFETY VALVE:


Valve to be serviced :
DRUM SAFETY VALVES --- 03 Nos.
SUPERHEATER SAFETY VALVE --- 01 No.
HOT REHEATER SAFETY VALVES --- 03 Nos.
COLD REHEATER SAFETY VALVES --- 01 No.

Activities involved : (All activities have to be carried out under the guidance of experts)
1) Erection of scaffolding wherever required.
2) Checking of previous set points.
3) Dismantling and inspection of safety valve internals and cleaning.
4) Lapping of valve disc and valve seat. Valve seat cutting/re-setting, if required.
5) Checking of valve spindle run out and replacement, if required.
6) Re-assembly and pressure blow down setting under proper supervision.
7) Removal and relaying of insulation wherever required.
8) Removal of scaffolding.

OVERHAULING OF H.P. VALVES & OTHER VALVES.:


List of valves to be serviced:

13
a) Main Steam stop valve 350 NB 2500C MO - 02 Nos.
b) Main Steam equalizer valve 1” 2500C MO - 02 Nos.
c) Electrometric relief valve (ERV) and its isolating - 03 Nos.
valve with by pass valve
d) Feed control station valve & by pass valves 300 NB, - 06 Nos.+06 Nos.
1500C MO
e) CBD Valve 65 NB 2500C HO - 03 Nos.
f) Feed control valve 300 NB 1500C Control Valve - 03 Nos.
g) Economiser Inlet valve 300 NB 2500C MO & NRV - 07 Nos.
300 NB 2500C, drain valve and filling valve 65NB &
100NB, 2500C & 1500CHO, Eco recirculation valve
65NB, 1500C MO.
h) Starting vent valve 100NB, 2500C SPL, MO - 02 Nos.
i) IBD valve 65NB, 1500C, MO and ring header drain – - 07 Nos.
65 NB 2500C HO
j) Super heater spray control valve (LHS & RHS) 2.5” - 04 Nos.
2500C

k) Isolating valve of super heater spray 3” 2500C control - 04 Nos.


valve
l) Super heater spray line NRV 65NB 2500C, Super - 07 Nos.
heater drain valves 65NB 2500C HO
m) Super heater spray main isolating valve 6” 2500C - 01 No.
control valve
n) Hot and cold reheat isolating devices - 04 Nos.
o) APH water wash main & individual isolating valve - 06 Nos.
6” & 4” 300C HO
p) BCW & CW main and individual isolating valve - 05 Nos.
(inlet) and APH water washing isolating valve 8” &
4” 300C HO
q) Main steam drain valves before and after MS stop - 08 Nos.
valve without actuators –
65NB 2500C MO & HO

r) SCAPH control valve and manual valve 8” 800C - 04 Nos.


control and isolating valves-
s) Gland packing of drum mounting, vent & drain valves - 80 Nos.
from ½" to 2" sizes

* The Contractor will provide semi skilled manpower for disconnection and connection of actuator
electrical control cables under direct supervision of DVC, MTPS.

Activities:
1. Erection and removal of scaffolding as required.
2. Removal of insulation as required.
3. Dismantling of valves after actuator removal.
4. Cleaning, inspection & DP test of valve components.
5. Replacement of damaged / worn out internals.
14
6. Lapping and blue matching of valve seat and valve disc/ wedge as required.
7. Checking of spindle straightness & correction.
8. Assembly of valve after servicing.
9. Mounting and coupling of actuators with valve spindle, setting of valve and actuators
stroke.
10. Relaying of insulation.
(All activities have to be carried out under the guidance of experts)

Exclusion:
01. Servicing of actuators.
Optional: Replacement of valve will be done on optional job basis as per separate price bid.

INSULATION WORK:-
Requirement:
i) Insulation works for 2000.00 m2.
ii) Insulation works of the penthouse headers.
iii) Contractor is supposed to take 04 jobs at a time.
a) The Insulating material/ GI/ corrugated Sheet has to be transported from DVC store to work
site(s) as per the instructions of the Engineer –In Charge.

b) Checking of damaged Insulating lining in the boiler 1st and 2nd pass, Ducts, etc. and
application of insulation as per requirement.
c) All the damaged insulation is to be properly removed without any damage to the surface on
which it is applied.
d) Re-insulation of damaged / bare area in the boiler, Headers, valves, pipes and ducts etc.
e) This is then to be applied in the required area with adequate precautions/protection to the
personnel carrying out the job.
f) The insulating materials and cladding/ GI sheet will be provided by DVC but the screws,
sealing materials, insulation hook, etc. have to be arranged by the contractor at his own cost.
REFRACTORY WORK:-
Requirement:
i) Refractory works for 20.00 MT. of castable & pourable refractory and its
application.
ii) Refractory works of the entire Boiler area.
a) The refractory material has to be transported from DVC store to work site(s) as per the
instructions of the Engineer In Charge ,MTPS ,DVC of Boiler section.
b) Checking of damaged refractory lining in the boiler 1st and 2nd pass and application of
refractory as per required.
c) All the damaged refractory is to be properly removed without any damage to the surface on
which it is applied.
d) Dry refractory is to be mixed with water, as per the instructions of the E-IC.
e) This is then to be applied in the required area with adequate precautions/protection to the
personnel carrying out the job.
f) Proper curing time is to be given to the applied refractory so that it acquires the requisite
strength.

CLEANING OF THE BOILER AND ITS SURROUNDING AREAS:


1) All the electrical junction boxes, Field instrument enclosure, Valve actuator and Motors,
Control Valves, SADC damper actuators etc. to be covered by plastic Sheet. The required plastic
sheet is to be arranged by the contractor at his own cost.

15
2) Removal of accumulated ash and debris from the followings areas:-
a) Pent house and its roof, Drum dead chamber.
b) Dog house and S-panel areas and buckstays.
c) All floors of main boiler including ground floor and surrounding areas between;
d) FD Fan # A to B and power house wall to PA fan bay.
e) Areas between ID fans and ESP and surrounding ID fan area.
3) Existing temporary scaffolding, ash/coal dust from top of the ducts, Pipes structural
members etc. is to be removed.
4) Water washing (by fire water) of main boilers, diff. floors, APH area (outside), ducts, pipes
etc. has to be carried out.
5) The ash accumulated inside the ducts such as wind boxes, APH ducts, and flue gas ducts
upto chimney and other ducts, all expansion joints of flue gas ducts, area below eco-coil has to be
cleaned.
6) Top of all ducts along with its surroundings has to be cleaned.
7) Ash and debris from the above mentioned areas are to be collected in gunny bags and to be
disposed off from the areas as per instruction by DVC Engineer-in-charge.
8) Necessary work force, tools & tackles, scaffolding materials, plastic sheet, lifting
Equipments, hoses with fittings etc required for the work to be arranged by The Contractor.
9) Transportation of Ash/debris etc. from worksite to disposal place shall be arranged by The
Contractor.
10) Payment will be made after execution and satisfactory completion of the work
against this para.
OVERHAULING OF GATES AND DAMPERS OF AIR & FLUE GAS DUCTS :

Servicing of dampers, IGV, guillotine gates and servicing of gear box of motor operated
actuator as detailed below:
1. FD fan inlet dampers (Pneumatic) – 02 Nos.
2. FD fan outlet dampers (electric) – 02 Nos.
3. APH outlet damper air side (electric) – 02 Nos.
4. APH air inlet damper (SCAPH bypass) (Pneumatic) -- 02 Nos.
5. APH air inlet damper through SCAPH (electrical) -- 02 Nos.
6. ESP Inlet gates (Electric) – 04 Nos.
7. APH flue gas inlet damper (electric)– 02 Nos.
8. APH flue gas outlet damper (electric) –02 Nos.
9. ESP outlet gates (electric) – 04 Nos.
10. I.D. fan inlet gates (electric) – 02 Nos.
11. I.D fan inlet dampers (pneumatic) – 02 Nos.
12. I.D. fan outlet gates (electric) – 02 Nos.
13. Inspection of bearings of driven and drive shafts, its chain and necessary replacement if
required. Replacement of all types of seals if necessary.
14. Inspection and checking of air ducts and flue gas ducts (excluding the ducts included in
the AMC of milling plants), its internal and external supports have to be carried out and its repair /
replacement and supporting pipes to be guarded with MS angle.
15. All the expansion joints have to be guarded with MS sheet to avoid erosion of the same
as per requirement.
16. All the duct hoppers are to be repaired as per requirement.
17. The distribution boxes at the inlet of ESP have to be repaired by putting new checkered
plate and welding.
18. Deflector plates have to be repair/replace as per requirement. In case deflector plate is
totally eroded the same have to be fabricated from 6 mm plate. The Contractor has to arrange the
bending machine.

16
SERVICING OF I.D. & F.D. FANS (03 nos. of ID Fans & 02 nos. of FD Fans):

1. Removal of casing for inspection of impeller holding flange welding joints, if required.
2. Inspection of welding joints of the impeller holding flange after removal of conical cover.
3. Necessary assistance (Manpower) during testing of welding joint by DVC.
4. If repair arises out for above welding joint, additional price for the execution of the same
will be taken up on mutually agreed price and time within the overhauling schedule.
5. Replacement of casing and impeller liners of I.D. fan and necessary balancing if required.
6. Replacement of shaft seals and impeller seals.
7. Inspection of bearings and replacement if required.
8. Servicing of lub oil system and cleaning of hydro coupling coolers.
9. Repair of casing and its support if required.
10. Dismantling of couplings hubs of drives (both fan and motor), if required. Shifting of
motors for ID & FD fans from its position, if required.
11. Servicing of mono rail if required for execution of the job.
12. Rotor leveling and alignment of all drives and other associated jobs as per requirement.
13. Replacement / servicing of all lub oil & working oil cooling water line valves.
14. Cleaning & Hydro test of lub and H/C oil cooler and other associated job related to
servicing of I.D. / F.D. fans like replacement of Lub oil & working oil etc.
Exclusion: - Overhauling of motors of ID & FD fans.

OVERHAULING OF COAL & OIL BURNER SYSTEM :

1) Cleaning of wind box and inspection for any damage and repairing of leakages, if any
including expansion joints. Repairing of coal DIPC, oil chamber etc. of Burner Block as per
required.
2) Checking and repair of supporting truss in Wind Box.
3) Inspection, repair of SADC damper and ensuring mechanical freeness and full open / close
of the dampers. Servicing of SADC power cylinders and instrumentations are excluded.
4) a) Dismantling of coal and air nozzle assembly.
b) Dismantling of oil burners.
c) Inspection of coal and air nozzle and oil burner component and Replacement of the
same if required.
5) Replacement / Repair of damaged /worn out parts and their re-assembly.
6) Hard facing of coal nozzle, divider plates, nozzle tips as required.
7) Assembly of coal, oil and air nozzles system.
8) Servicing / replacement of scanner air fans with motors as per requirement.
9) Cleaning/ servicing / replacement and assembly of oil gun guide pipe, igniter guide pipe
and scanner guide pipe assemblies.
Note: 1) FSSS and any associated C&I works are excluded from the scope. Fabrication of coal
nozzle tips is excluded. Only minor repair will be done.
10) Cleaning / Servicing Replacement of atomizing steam and oil hoses.
11) Inspection and replacement of igniter and scanner cooling air hoses.
12) Servicing of Burner tilting mechanism.
NOTE: Servicing of burner tilt power cylinders are excluded from scope.
13) Adjustment of SADC Dampers.
14) Adjustment of coal / air nozzle, oil burners and tilting mechanism.
15) Servicing of all coal gates at burner mouth for easy operation and covering of the gate
spindle with pipe/ plate to avoid accumulation of ash on the thread if possible.
B) Optional Work Package For Boiler and Auxiliaries
1) Optional Jobs of Boiler Pressure Parts:
17
joints in addition to 1000 joints (including Radiography , All Finns Welding, Shields, Baffles,
Cassette Baffles, Alignment of Coils, Attachment Fittings, etc. charges)
2) Optional Jobs of APH:
A) Replacement of speed reducer of APH
3) Optional Job of Safety Valves:
Replacement of Safety Valves
4) Optional Job of ERV and Conventional Valves:
ERV Servicing. (Total 03 numbers).
Replacement of 6” Valve
Replacement of 6” Valve with Radiography and SR

Replacement of 1” to 4” valves
1.Replacement of 1” Valve
2.Replacement of 1.5” Valve
3.Replacement of 2” Valve
4.Replacement of 2.5” Valve
5.Replacement of 4” Valve
Optional Job of Insulation Work:
Insulation Work Beyond 2000.00 m2

5) Optional job of Refractory Work:

Insulation Work Beyond 20.00 MT


6) Optional Jobs of ID & FD Fan:

Replacement of ID or FD Fan Shaft/ Impeller


(It may be noted that is entirely a labor extensive job)
7) Optional Jobs of Ducts:
Replacement of Expansion Bellows :-
Sl. No. Size Of Joint
1. 910 x 910 mm
2. 1040 x 1508 mm
3. 1300 x 1300 mm
4. 800 x 2289 mm
5. 1879 x 1777 mm
6. 2289 x 1879 mm
7. 3812 x 3050 mm
8. 3060 x 4012 mm
9. 4352 x 3364 mm

III.GENERAL TERMS AND CONDITION:

1.All manpower (supervisor, skilled and unskilled), tools and tackles, welding machine,
scaffolding material for 2nd pass, consumables as mentioned in the scope of work have to be
arranged by The Contractor.

18
2.Hydra/Mobile crane, Tractor/Trailer and other material handling equipments required for
shifting of material from store to worksite and worksite to others areas during and after
overhauling of the unit have to be arranged by the contractor at their own cost.
3.The Contractor have to mobilize the manpower of their sub vendor for shifting the British
scaffolding material and spares of Burner system & Air Preheater from store to worksite before
05 days from the shutdown of the unit.
Total work of overhauling have to be completed within 32 (Thirty two) days from the shutdown
of the unit (From shutdown date to light-up date).
4.Guarantee :-The Contractor have to furnish a guarantee of 03 (three) month from the date of
light up of the unit against poor workmanship. In case of any failure of equipment due to poor
workmanship within the guarantee period the same have to be repaired by The Contractor free of
cost.
5.Penalty:- A penalty clause will be applicable at a rate of 0.5% of the total work order value
per day of delay, subject to a maximum of 5% of the W.O value, if the delay is attributable to the
contractor.
6.As the plant site of MTPS is a protected area, necessary gate pass of every worker shall be
arranged by The Contractor with proper intimation to DVC as per existing rules.
7.EPF provision shall have to be made by The Contractor or by sub vendor of The Contractor if
applicable as per rules. The sub vendor of The Contractor should furnish PF registration detail
with name of state PF Code etc.
8.The Contractor shall be solely and wholly responsible for any accident that may occur during
execution of the work and also for injury to person/persons or damage to the property of any
description what-so-ever caused during the execution of the work. In the event of any such
accident The Contractor shall be responsible and shall pay proper compensation for the same as
per Workmen's Compensation Act. The Contractor shall keep the purchaser/owner safe and
harmless and indemnified against the claims and expenses for any such damage or injury to any
property or person. The Contractor shall make adequate insurance policy at their own cost so
that the workmen employed by them are sufficiently covered against risk of any accident
9.The Contractor and the workmen of their sub vendor shall have to follow all safety rules at the
time of execution of the work. All safety gadgets and appliances as required for maintenance of
the Boiler & Auxiliaries shall be supplied to the workmen without any extra cost to DVC.
10.Scaffolding material like pipe, wooden plank, clamp slipper etc. required for execution of the
job will be arranged by The Contractor at their own cost.
11.Co-ordination with various statutory bodies for compliance of IBR regulations shall be in the
scope of The Contractor. However statutory fees as required will be borne by DVC.
12.The contractor has to arrange accommodation for his workmen, engaged in the overhauling
work, at his own cost. Accommodation may be provided by DVC on standard chargeable basis if
available. Otherwise the contractor has to arrange the same.
13.Optional part of the job will be carried out as per actual requirement and payment will be
made as per actual execution.
IV.Facilities to be provided by DVC
01. Water, Compressed air, electricity required for the job will be provided free of cost. However,
connecting hoses for water & air, electrical extension board with wire etc. shall be arranged by The
Contractor.
02.Temporary illumination and power connection required for execution of the job shall be arranged
by The Contractor. However, the power sources in the vicinity will be made available by DVC.

19
03. Medical facilities as available at site as per DVC's standard chargeable basis.
04. Workshop/machine shop facilities will be provided by DVC. However, if DVC's
workshop/machine shop facilities are not sufficient/available, then cost of machining from outside
agency will be reimbursed by DVC. But prior consultation with DVC is required for such outside
machining.
05. Spares, consumable materials like lubricants, gland packing, MS & HT fasteners, hard facing &
SS electrodes, insulating material, cladding & sheeting material, painting material, gasket & rubber
pad etc will be supplied by DVC.
06. Necessary drawings/manuals/erection and commissioning data as available at site may be
provided by DVC.
07. Canteen facilities may be availed by the sub vendor of The Contractor as available at site on
chargeable basis.
08. Hydraulic Jack and special tools as required during overhauling will be provided by DVC as per
availability. If not available with DVC, the same has to be arranged by The Contractor.

V. Commercial Terms & Conditions:


A.Payment Ter m and Security Deposit for compulsory job :
1. Payment Ter ms:-
a) 100% payment shall be made against satisfactory completion of the jobs duly certified
by the Engineer-in-charge and acceptance of S.D.B.G/ Advance Bank Draft towards
Security Deposit and execution of the agreement and subject to “complete execution of
cleaning of the Boiler and surrounding areas”
OR
b) 90% payment shall be made against satisfactory completion of the jobs duly certified by
the Engineer-in-charge and acceptance of I.S.D and balance 10% shall be paid after expiry
of the Guarantee Period.
2. Security Deposit:
a)The successful bidder have to submit 10% of total value of order in the form of Advanced
bank Draft/ Security Deposit Bank guarantee (S.D.B.G) from any Nationalised/
Scheduled Commercial Bank valid till expiry of the Contract period with a claim period of
another 06 (six) months in DVC’s prescribed format. The Security Deposit is to be
submitted with in 30 days from the date of placement of WO and subject to “complete
execution of cleaning of the Boiler and surrounding areas”
OR
b) The successful bidder have to submit 2% of total value of order as Initial Security
Deposit(ISD) in the form of Advanced bank Draft/ Security Deposit Bank guarantee
(S.D.B.G) from any Nationalized/ Scheduled Commercial Bank valid till expiry of the
Contract period with a claim period of another 06 (six) months in DVC’s prescribed format.
The Initial Security Deposit is to be submitted with in 30 days from the date of placement of
WO. 10% of the WO value will be deducted towards Security Deposit and paid after the
expiry of the guarantee period. No interest will be paid on the Security Deposit amount.
B.Payment Ter m for Optional job :
90% payment shall be made against satisfactory completion of the jobs duly certified by the
Engineer-in-charge and balance 10% shall be paid after expiry of the Guarantee Period subject to
“complete execution of cleaning of the Boiler and surrounding areas”
VI.Other Terms and Conditions:-
20
1. The contractor have to provide adequate and suitable infrastructure to carry out all the jobs
as per scope of work in compulsory work package and optional work package
2. No man-power shall be provided by DVC for maintenance work. However necessary co-
ordination will be arranged by the DVC Engineer-in-charge or his representative.
3. No labour of minor age group shall be employed in the work. Statutory minimum wages to
all skilled/unskilled labour shall be paid by the contractor as per the latest notification of the
government/local authority.
4. If any person employed by the contractor on any work is found to be incompetent or
found to act in an improper manner to the chief engineer/his authorized representative, the
matter to be brought to the notice of contractor and the said person(s) will have to be
replaced immediately.
5. If in the opinion of the chief engineer or his authorized representative, any of the
materials or plant brought to site for use is not of the quality or kind specified and/or unfit
for the work the same shall have to be removed from site by the contractor.
6. The Chief Engineer or his authorized representative may order to suspend any work that
may be subjected to damage by the prevailing climate condition/other reasons.
7. As the plant site of MTPS is a protected area, necessary gate pass of every worker
shall be arranged by the contractor with proper intimation to DVC as per existing rules.
The expenditure of photograph, gate pass shall be borne by the contractor.
8. During execution of the contract as well as on expiry of the contract, the contractor shall
ensure that none of his employees/workers claim employment in DVC. All statutory rules and
regulations applicable as per Workmen's Compensation Act shall also be followed by the
contractor while engaging and dis-engaging the workers/employees.
9. The contractor shall be responsible to amply with all laws of the land including labour rules
and acts in vogue or as may come into vogue during the validity of the contract shall
indemnify the purchaser against any claim arising out of any non-compliance and/or accident
to third party.
10. EPF provision shall have to be made by the contractor if applicable as per rules.
The contractor should furnish PF registration detail with name of state PF Code etc.
11. The contractor shall be solely and wholly responsible for any accident that may occur
during execution of the work and also for injury to person/persons or damage to the
property of any description what-so-ever caused during the execution of the work. In
the event of any such accident the contractor shall be responsible and shall pay proper
compensation for the same as per Workmen's Compensation Act. The contractor shall keep
the purchaser/owner safe and harmless and indemnified against the claims and expenses for
any such damage or injury to any property or person. The contractor shall make adequate
insurance policy at their own cost so that the workmen employed by them are sufficiently
covered against risk of any accident
12. The contractor and his labours shall have to follow all safety rules at the time of execution
of the work. All safety gadgets and appliances as required for maintenance of the Boiler
& Auxiliaries shall be supplied by the contractor to the workmen without any extra cost to
DVC.
13. Ex-gratia/Bonus, leave salary, retrenchment benefit etc. shall be paid by the contractor to
their labours as per Bonus Act and other relevant statutory Acts at their own cost. No extra
payment shall be made by DVC in this regard.
14. The contractor shall be responsible for the compliance of all the rules and regulation of the
plant as detailed but not to be limited to the following prevailing Acts.
i) Factory Act

21
ii) Minimum Wage Act
iii) Bonus Act
iv) Contract Labour (Regulation & Abilities) Act as prevalent and the rules and regulations
made therein from time to time and shall indemnify and hold harmless the purchaser/owner
against any claim arising out of compliance or any non- compliance and/or accident to the third
party.
15. The contractor shall obtain necessary certification from Govt. labour officer, that all required
legal formalities of prevalent Labour Contract (RA) Act have been completed by the contractor.
However, DVC will issue necessary Form-V after placement of work order.
16. Any other requirement of activity not envisaged/covered above but essentially required
for completeness of successful execution of the contract shall be to the contractor's scope.
17. Settling of the local dispute will primly be done by the contractor. However DVC will
assist them as per rule if possible.
18. All suits arising out of this work order, if any, are subject to the jurisdiction in the City
of Kolkata in India and no other Courts.
19. The contractor shall arrange necessary watch and word for their store at site.
20. All other terms and conditions not enumerated here in shall be covered DVC’s
General conditions of Contracts and T-3 form.
21. The contractor has to quote Lump sum price for compulsory work package and separate
job wise price for optional work.The evaluation for L1bidder will be done on compulsory
package of work and optional job will also be awarded to the same party also.
22. All legal suits arising out of the enquiry and subsequent letter of Indent / work order, if any
are subject to jurisdiction in the court of City of Kolkata in India and no other court elsewhere.
23. Unsigned offer submitted by any bidder will not be considered valid.
24. The contractor shall indemnify the Corporation against all claims or liabilities arising out of
labour laws for accidents during the execution of the contract from whatever causes such
accidents may arise.
25. The contractor shall be liable to bear the loss that would result from non-execution of the
said work within the specified period.
26. Termination of contract:
The Corporation shall, however, be at liberty to cancel the contract at any time with seven days
notice and no compensation shall be payable by the Corporation to the contractor for any kind
of loss which may arise directly or indirectly out of such termination.
27. An agreement in DVC’s T-3 Form is to be executed on a non-judicial stamp paper
of appropriate value.
28. All taxes & duties must be clearly indicated in price bid otherwise it will
be deemed that the same is included in the quoted price.
29. The rates quoted by you must be valid for 180 days from the bid opening
date.
30. Deviation Sheet as per format given (enclosed with the Tender documents) must be
submitted.
31. All Terms and Conditions, Scope of the Contract must be confirmed / complied with the
Techno-Commercial Bid.
32. The contractor shall satisfy himself to the nature, extent and character of the site condition
and other relevant matters and details before submission of the offer. In case, however,
any discrepancy is found in the specification, the tenderer must bring in writing such
22
discrepancy to the knowledge of D.V.C. with a request for resolution / interpretation and
obtain D.V.C.’s decision before submission of the tender. In absence of such request before
submission of the tender it will be inferred that in case there exists any discrepancy in tendering
stage, D.V.C.’s decision / interpretation shall be final and binding on the tenderer to
comply without any commercial implication to D.V.C.
33. Successful bidder has to start his work from the condition of the site as handed over by the
previous contractor on” As is where is” basis.

34.THE SIGNATORIES FOR THE OFFER MUST ENCLOSE THE DOCUMENT


PROVING THEIR AUTHORITY TO DO SO ALONG WITH THE BID. Deviation Sheet as
per format given with the Tender documents must be submitted.

35.All suits arising out of the NIT and subsequent Work Order/ Contract Agreement if any
are subject to the jurisdiction of the Hon’ble Court of Law in the city of Kolkata only and
no other Hon’ble Court of Law elsewhere.
36.The Contractor shall fully co-operate with DVC’s (owner’s) other Contractors for
associated plant and subsidiary as well as other similar activities. The Contractor shall also
co-operate fully with and carryout all reasonable direction of the owner’s (DVC’s)
designated Chief Engineer (O&M) or his authorized representative as the case may be.
37. Operation of the Contract:
The Parties recognise that it is impracticable in this Contract to provide for every
Contingency which may arise during the life of the Contract and both the parties
hereby agree that it is their intention that this Contract shall operate fairly as between
them, and without detriment to the interest of either of them and that if during the term of
this Contract either party believes that this Contract is operating unfairly, the parties
will use their best efforts to agree on such action as may be necessary to remove the cause
or causes of such unfairness but failure to agree on any action pursuant to this Clause
shall give rise to a dispute subject to settlement of disputes in accordance with Clause. 2
herein before.
38. The LOA alongwith Work Order (which will be placed on the successful bidder),
NIT documents and GCC shall be inseparable part of the Contract Agreement to be
executed between the parties (DVC and The Contractor).
39. The subject work shall broadly be governed by the afore stated Terms & Conditions as
well as other Terms & Conditions not specifically mentioned herein but included in NIT/
Tender papers, GCC and other DVC statute which shall also apply mutantis mutandis in
operation of this Work Contract.
40.Acceptances
The Vendor shall return the duplicate copy of the Purchase Order/contract /Work Order
and the other enclosed documents duly signed with seal and date as a mark of acceptance, within
15 days from the date of issuance of the order to the Order Issuing Authority.
41.Settlement of disputes & Arbitration
Any dispute(s) or difference(s) arising out of or in connection with the contract shall, to
the extent possible, be settled amicably between the owner and vendor.

In the event of any dispute or difference whatsoever arising under the contract or in
connection therewith including any question relating to existence, meaning and interpretation of
the contract or any alleged breach thereof, the same shall be referred to the Secretary, CEO of
Damodar Valley Corporation, Kolkata-54 or to a person nominated by him for arbitration.
23
The Arbitration shall be conducted in accordance with the provisions of arbitration and
conciliation law 1996 or latest and the decision/ judgment of Arbitrator/Arbitrators shall be final
and binding on both the parties.

However, in case the contractor is a Central Public Sector Enterprise/ Govt.


Department, the dispute arising between the ‘Owner’ and the ‘Contractor’ shall be settled
through Permanent Arbitration Machinery (PAM) of the Department of Public Enterprise,
Govt. of India as per prevailing rules.
All suits arising out of this enquiry and subsequent purchase order/contract, If any, are subject
jurisdiction of Court in the City of Kolkata only and no other Court, when resolution/settlement
through mutual discussion and arbitration fails.

(On non-judicial stamp paper of appropriate


value) VII. PROFORMA OF BANK GUARANTEE IN LIEU OF EARNEST MONEY
DEPOSIT
To,
DAMODAR VALLEY CORPORATION B.G.
No.: Mejia Thermal Power Station. Date :
P.O- M.T.P.S, Dist- Bankura
Pin – 722183.
In accordance with your Notice Inviting Tender for …………………… under your Notice No
……………………….dated …………………… M/s. …………………………….
(Name & full address of the firm) (herein after called the Tenderer) hereby submit the Bank
Guarantee)
whereas to participate in the said tender for the following:
. …………………………(Nature / items to be supplied as per NIT). It is a condition in the
tender documents that the tenderer has to deposit Earnest Money amounting to Rs. ……………
in
respect to the tender, with Damodar Valley Corporation, Mejia Thermal Power Station, P.O.-
M.T.P.S. Dist. – Bankura (herein after referred to as ‘Corporation’) by a Bank Guarantee
from a Nationalised Bank/ Scheduled Bank/ Foreign Bank irrevocable and operative till the
validity of the offer (i.e. ………… days from the date of opening of tender) for the like
amount which amount is likely to be forfeited on the happening of contingencies mentioned
in the tender documents.
And where as the tenderer desires to secure exemption from deposit of Earnest Money and
has offered to furnish a Bank Guarantee for a sum of Rs. ………. to the Corporation as
Earnest Money.
Now, Therefore, we the ………………………… (Bank), a body corporate constituted under the
Banking Companies (Acquisition and Transfer of Under taking) Act. 1996 and branch Office at
………………………. (Hereinafter referred as the Guarantor) do hereby undertake and agree to
24
pay forthwith on demand in writing by the Corporation of the said guaranteed amount without
any demur, reservation or recourse.
We, the aforesaid Bank, further agree that the Corporation shall be the sole judge of and as
to whether the tenderer has committed any breach or breaches of any of the terms costs, charges
and expenses cause to or suffered by or that may be caused to or suffered by the
Corporation on account thereof to the extent of the Earnest Money required to be deposited by
tenderer in respect of the said Tender Document and the decision of the Corporation that the
Tenderer has committed such breach or breaches and as to the amount of loss, damage, costs,
charges and expanses caused to or suffered by or that may be caused to or suffered by the
Corporation shall be final and binding to us.
We, the said Bank, further agree that the Guarantee herein contained shall remain in full force
and effect until it is released by the Corporation and it is further declared that it shall not be
necessary for the Corporation to proceed against the tender before proceeding against the
Bank and the Guarantee herein contained shall be invoked against the Bank, notwithstanding
any security which the Corporation may have obtained or shall be obtained from the
Tenderer at any time when proceedings are taken against the Bank for whatever amount
that may be outstanding or unrealised under the Guarantee.

The right of the Corporation to recover the said amount of Rs………………………


(Rupees…………………..) from us in manner aforesaid will not be precluded / affected, even
if, disputes have been raised by the said M/s. ………………………. (Tenderer) and / or
dispute or disputes are pending before any authority, officer, tribunal, arbitrator (s) etc.
Notwithstanding any thing stated above, our liability under this guarantee shall be restricted
to Rs.…………….(Rupees ……………………..) only and our guarantee shall remain in
force upto………………. and unless a demand or claim under the guarantee is made on us
in writing within three months after the aforesaid date i.e. on or before the
……………………. all your rights under the guarantee shall be forfeited and we shall be
relieved and discharged from all liability thereunder.
Date
……………………… ..
Place ……………………….. (Signature) (Printed name)

In presence of. (designation)


(Bank’s Common Seal)
WITNESESS (with full name, designation, address & Office seal, if any)
1) ………………………………………………..
2) ………………………………………………….

VIII. INSTRUCTION FOR FURNISHING BANK GUARA NTEE:

1. Bank Guarantee (B.G.) for advance payment, Mobilization Advance, B.G. for
Security Deposit-cum-Performance Guarantee should be executed on the Non-Judicial
Stamp paper of the applicable value and to be purchased in the name of the Bank.
2. The Executor (Bank authorities) is required to mention the Power of Attorney No. &
date
of execution in his/her favour with authorization to sign the documents. The Power
of Attorney is to be witnessed by two persons from Issuing Bank mentioning their full
25
name and address with seal & No.
3. The B.G. should be executed by a Nationalised Bank/Scheduled Commercial Bank,
B.G. from co-operative Bank/Rural Banks are not acceptable.
4. A Confirmation Letter of the concerned Bank must be furnished as a proof of
genuineness of the Guarantee issued by them.
5. Any B.G., if executed on Non-Judicial Stamp paper after 6 (six) months of the purchase
of such stamp paper shall be treated as Non-valid.
6. Each page of the B.G. must bear signature and seal of the Bank and B.G. Number.
7. The contents of the B.G. shall be strictly as Proforma prescribed by D.V.C. in line
with purchase Order/LOI/Work Order etc. and must contain all factual details.
8. Any correction, deletion etc. in the B.G. should be authenticated by the Bank
Officials signing the B.G.
9. In case of extension of a Contract, the validity of the B.G. must be extended accordingly.
10. B.G. must be furnished within the stipulated period as mentioned in
purchase Order/L.O.I./Work Order etc.
11. In the event of the value of Purchase Order/Contract is increased, the B.G. amount
should also correspondingly increased.
12. Issuing Bank/The Vender are requested to mention the Purchase Order reference
along with the B.G. No. for making any future queries to D.V.C.

IX. PROFO RMA OF BANK GUAR ANTEE FOR SECUR IT Y DEPOSIT-


CUM- PERFO RMANCE GUA RNATEE

(on non-judicial stamp paper of appropriate value to be purchased in the name of executing
Bank)

Ref………………………… Bank
Guarantee
No…………………………

Date………………… PROFORMA OF B.G. FOR SECURITY


DEPOSIT/100% PAYMEMT
1. KNOW ALL MEN THESE PRESENTS that in consideration of Damodar Valley
Corporation,
a Corporation constituted and established under the Damodar Valley Corporation Act being
Act No. XIV of 1948 and having its Headquarters at D.V.C. Towers, VIP Road, Kolkata-
700 054 (hereinafter called “The Corporation”) having agreed to
accept from (hereinafter called
“The Contractor”), a bank Guarantee for Rs. in lieu
of Cash Security Deposit for the due fulfillment by the Contractor of the terms &
conditions of the *Work Order/Letter of Intent/Letter of Acceptance No.
issued by the Corporation for (Name & Description of
the work) (hereinafter called “the
said * Work Order/Letter of Intent/Letter of Acceptance”) we _
(hereinafter called “the Guarantor”) do hereby undertake to indemnity and keep indemnified
the Corporation to the extent of Rs.
(Rupees
) only against any loss or damage caused to
or
suffered by the Corporation by reason of any breach by the Contractor of any of the terms
& conditions contained in the said * Work Order/Letter of Intent/Letter of Acceptance of
26
which breach the opinion of the Corporation shall be final and conclusive.
2.AND WE, DO HEREBY Guarantee
and undertake to pay forthwith on demand to the Corporation such sum not exceeding
the said sum of
(Rupees
) only as may be specified
in such demand, in the event of the Contractor failing or neglecting to execute fully efficiently
and satisfactorily the order for PLACED WITH IT (the
work tendered for by it) within the period stipulated in the said * Work Order/Letter of
Intent/Letter of Acceptance in accordance with terms & conditions contained or referred to in
the said * Work Order/Letter of Intent/Letter of Acceptance in the event of the Contractor
refusing or neglecting to maintain satisfactory operation of the equipment or work or to make
good any defect therein or otherwise to comply with and conform to the design, specification,
terms & conditions contained or referred to in the said * Work Order/Letter of Intent/Letter of
Acceptance.
3. WE further agree that the guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the said order as laid down in said * Work Order/Letter of Intent/Letter of
Acceptance including the warranty obligations and that it shall continue to be enforceable
till all the dues of the Corporation under or by virtue of the said * Work Order/Letter of
Intent/Letter of Acceptance have been fully paid and its claims satisfied or discharged or till the
Corporation or its authorised representative certified that the terms & conditions of the said
*Purchase Order/Letter of Intent/Letter of Acceptance have been fully and properly carried out
by the said contractor and accordingly discharged the Guarantee.
4. WE , the Guarantor undertake to extend the
validity
of Bank Guarantee at the request of the Contractor for further period or periods from time to time
beyond its present validity period falling which we shall pay the Corporation the amount
of Guarantee.
5. The liability under this Guarantee is restricted to Rs.

_
(Rupees ) only and will expire on
and unless a claim in writing is presented to us or an action or suit to enforce the claim is
filed against us within 6 months from_ all your rights will
be forfeited and we shall be relieved of and discharged from all our liabilities (thereinafter).
6. The Guarantee herein contained shall not be determined or effected by liquidation or
winding up or insolvency or closure of the Contractor.
7. The executant has the power to issue this guarantee on behalf of the Guarantor and holds
full and valid power of Attorney granted in his favour by the Guarantor authorizing him to
execute Guarantee.
8. Notwithstanding anything contained herein above, our liability under this guarantee is
restricted
to Rs. (Rupees _) only and
our guarantee shall remain in force upto and unless
a demand or claim under the guarantee is made on us in writing on
or before all your rights under the guarantee
shall be forfeited and we shall be relieved and discharged from all liabilities thereunder.
We Bank lastly undertake not to revoke this
guarantee during the currency except with the previous consent of the Corporation in writing. In
witness whereof we _ have set and subscribed our had on
this
27
day of _
.
SIGNED, SEALED & DELIVERED

(Stamp of the Executant)


WITNESS
(1) _

(2) _
(Name & address in full with Rubber Stamp)
*Mention the relevant along with reference number.
Delete the terms which are not applicable. Each page of B.G. to be signed by the executant with
common Bank Stamp & date.

X. Techno-Commercial Deviation Schedule.


Bidder shall agree to all the techno-commercial terms and conditions mentioned.
However, deviation, if any, should be stated as per the following schedule and to be
submitted alongwith the techno-commercial bid failing which it will be presumed that all
terms and conditions are acceptable to them. Deviations taken elsewhere and not brought out
in the following deviation schedule, the same will not be accepted. The owner reserves the
right to reject the offer on account of such deviation if the bidder, on advice of owner, dose
not withdraw the deviations.
Name of the
Project………………… …………………………… NIT. No.
(Bidder’s Name & Address) : ……………………………………

To,
The Superintending Engineer (Tech), Damodar Valley Corporation,
Mejia Thermal Power Station, Po. MTPS, Dist. Bankura.
Dear Sir,
Following are the deviation proposed by us relating to techno-commercial terms
and conditions. We confirm that we shall withdraw the deviations proposed by us at the cost
of withdrawal indicated in the price bid falling, which our bid may be rejected and Bid
Security forfeited.
Sl. No. Clause No. of Terms& conditions Deviation

28
Date: ………………….. (Signature)
……………………………………. Place: …………………. (Name)
……………………………………..

(Designation) ………………………………

(Common Seal) ……………………………


Note: If there are no deviations, this deviation schedule shall be submitted along with the
techno- commercial bid duly signed and stamped after stating “NIL DEVIATIONS.”

XI. Cost of withdrawal of deviations


Mejia Thermal Power Station.
Your NIT. No.
(Bidder’s Name & Address) ………………………………………
To,
The Superintending Engineer (Tech), Damodar Valley Corporation,
Mejia Thermal Power Station, Po. MTPS, Dist. Bankura.
Dear Sir,
Following are the deviations as proposed by us relating to techno-commercial terms
and conditions. We are also furnishing below the cost of withdrawal for the deviations
proposed by us. We confirm that we shall withdraw the deviations proposed by us at the
cost of withdrawal indicated in the attachment falling, which our bid may be rejected and
Bid Security forfeited.
Sl. No. Clause No. Deviation Cost of withdrawal in Rs.

29
Date: …………………..

(Signature) ……………………………………. Place: ………………….

(Name) ……………………………………..

(Designation) …………………………

(Common Seal) ……………………

Note: Bidders may note that bids containing deviations without the cost of withdrawal price
shall be considered as unresponsive offer and will be out rightly rejected. This schedule
indicating the cost of withdrawal price for such deviations should be submitted alongwith the
price bid only and will be taken into consideration for the purpose of bid evaluations.

XII. FORMAT FOR PRICE – BID

Notice Inviting Tender No.----------------------------------------------------------------------


A. Compulsery Work Package for overhauling of Boiler and Auxiliaries of U#4
Sl.no Scope of Work. Amount(Rs)
1. Scope of work under “Compulsery work”
Taxes and duties (if any)
Total amount for overhauling under Compulsory work
package for boiler and auxiliaries of U#4
=Rs.
B) Optional Work Package for overhauling of Boiler and Auxiliaries of U#4
Sl No Description of work Rate (Rs)
1 Cost for Joints in addition to 1000 joints (including Radiography , All Finns
Welding, Shields, Baffles, Cassette Baffles, Alignment of Coils, Attachment
Fittings, etc. charges)
2 Jobs of APH:
Replacement of speed reducer of APH
3 Job of Safety Valves:
Replacement of Safety Valves

30
4 ERV and Conventional Valves:-
ERV Servicing. (Total 03 numbers).
6 Replacement of 6” Valve
Replacement of 6” Valve with Radiography and SR
7. Replacement of 1” to 4” valves
a) Replacement of 1” Valve
b) Replacement of 1.5” Valve

c) Replacement of 2” Valve
d) Replacement of 4” Valve
e) Replacement of 2.5” Valve
8 Job of Insulation Work:
Insulation Work Beyond 2000.00 m2 (rate in Rs.per m2 Per m2)
9 Job of Refractory Work:
Insulation Work Beyond 20.00 MT(rate in Rs.per m2 Per MT)
10 Jobs of ID & FD Fan:-
Replacement of ID or FD Fan Shaft/ Impeller (It may be noted that is entirely
a labor extensive job)

Signature of the
Bidder with Seal.
Name :
Designation :

Place: Date:
11. Jobs of Ducts:-
Replacement of Expansion Bellows :-
a) 910 x 910 mm
b) 1040 x 1508 mm
c) 1300 x 1300 mm
d) 800 x 2289 mm
e) 1879 x 1777 mm
f) 2289 x 1879 mm
g) 3812 x 3050 mm
h) 3060 x 4012 mm
i) 4352 x 3364 mm

Signature of the
Bidder with Seal.
Name :
Designation :

Place: Date:
31
All suits arising out of this enquiry and subsequent purchase order/contract, If any, are
subject jurisdiction of Court in the City of Kolkata only and no other Court, when
resolution/ settlement through mutual discussion and arbitration fails.

Superintending Engineer (Tech.) MTPS(O&M), DVC.


For & on behalf of Damodar valley Corporation.

32

Das könnte Ihnen auch gefallen