Sie sind auf Seite 1von 16

Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

HEAD OFFICE

Tender Number 04/EMD-II/ATPS/2010-11

Name of work upkeep of 6.6 KV, 0.4 KV switchgears, MCC etc. of


3x210 MW, ATPS, Anpara
Nature of tender Work
Estimated cost Rs. 3.0 Lacs.
Tender form cost Rs. 250.00+ 34.00 (VAT)
Earnest money deposited Rs. 6,000.00 (Rs. six Thousand) Only.
Last Date for form sale 11 ▼ 10 ▼ 2010 ▼ DD/MM/YYYY
Time for Form sale 17 ▼ 00 ▼ 00 ▼ Hour/Minute
Submission Date 12 ▼ 10 ▼ 2010 ▼ DD/MM/YYYY
Submission time 13 ▼ 00 ▼ 00 ▼ Hour/Minute
Opening Date for Part-I 12 ▼ 10 ▼ 2010 ▼ DD/MM/YYYY
Opening Time for Part-I 16 ▼ 00 ▼ 00 ▼ Hour/Minute
Opening Date for Part-II 14 ▼ 10 ▼ 2010 ▼ DD/MM/YYYY
Opening Time for Part-II 16 ▼ 00 ▼ 00 ▼ Hour/Minute

EXECUTIVE ENGINEER
EMD-II (3X210 MW) ATP

C/S

SE (O&MC-IV)
'A'TPS

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

Tender specification against Tender No. 04/EMD-II/ATPS/2010-11

Name of Division : Electrical Maintenance Division-II


'A' Thermal Power Station
U.P.R.V.U.N. Ltd.
P. O. Anpara, Distt. – Sonebhadra

Description of Work :
up keep of 6.6 KV, 0.4 KV switchgears, MCC, DC
system, DG sets of 3x210 MW, ATPS Anpara

Tender Cost : Rs. 250.00 + VAT extra (non refundable)


postal charges .......................... these all shall be in
shape of Bank Draft only in favour of Dy. CAO (F)
CFA & BO, 'A'T.P.S. Anpara (Sonebhadra) payable
at State Bank of India, Branch Anpara (Sonebhadra)
or against cash receipt to be deposited to with Dy.
CAO, CFA & BO, 'A'TPS, Anpara, (Sonebhadra).

Cash Receipt No. : ................................................................

Bank Draft No. : ................................................................

Name of Firm : ................................................................

................................................................

................................................................

Signature of Issuing authority

EXECUTIVE ENGINEER

SIGNATURE OF TENDERERS (WITH SEAL)

(On a non-judicial stamp amounting to Rs. 20/- plus Re. 1/- revenue stamp)

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

Tender Invited By : The Executive Engineer,


Electrical Maintenance Division-II
Anpara 'A' Thermal Power Station,
U.P. Rajya Vidyut Utpadan Nigam Limited
P. O. Anpara, Distt. – Sonebhadra (U. P.)

Tender for : _________________________________________

_________________________________________

_________________________________________

Name of Tenderers with : _________________________________________


complete postal address
_________________________________________

IN CONSIDERATION Of the U.P. Rajya Vidyut Utpadan Nigam Ltd. having, treated the
tenderer to be an eligible person these tender may be considered to the above invitation shall not be
withdrawn within three months from the date of opening of the tender also to the condition that if
thereafter the tenderer does withdraw his proposal within the said period or extended validity period,
the earnest money deposited by me/us may be forefitted to the U.P.R.V.U.N. Ltd. in the discretion of
the later.

Signed this _________________________ date of _______________

Witness : -

1. ........................................................................................
2. ........................................................................................

SIGNATURE OF TENDERERS

NOTE : This Agreement sheet must be submitted on non-judicial stamp paper of


Rs. 20/- in Part-I otherwise Part-II may not be opened.

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

QeZ@Bsdsnkj }kjk ;g izi= foHkkx }kjk fuxZr izi= ls vyx dj Hkkx&,d ds lkFk
tek fd;k tkuk lqfuf'pr fd;k tk; A
1- ¼v½ QeZ@Bsdsnkj dk uke ---------------------------------------------------------------------------------------
¼c½ firk dk uke ---------------------------------------------------------------------------------------
2- ekfyd@Hkkxhnkjksa ds uke 1- --------------------------------------------------------------------------
-------------
2- ---------------------------------------------------------------------------------------
3- ---------------------------------------------------------------------------------------
4- ---------------------------------------------------------------------------------------
3- LFkkbZ irk
1- edku la0 ------------------------------------------------------------------
2- xk¡o@eqgYyk ------------------------------------------------------------
3- Mkd ?kj ---------------------------------------------------------------------
4- Fkkuk ----------------------------------------------------------------------------
5- ftyk ---------------------------------------------------------------------------
6- fiu dksM la0 -----------------------------------------------------------
7- nwjHkk"k ----------------------------------------------
---------------------------
4- i=kpkj gsrq irk
1- edku la0 ------------------------------------------------------------------
2- xk¡o@eqgYyk ------------------------------------------------------------
3- Mkd ?kj ---------------------------------------------------------------------
4- Fkkuk ----------------------------------------------------------------------------
5- ftyk ---------------------------------------------------------------------------
6- fiu dksM la0 -----------------------------------------------------------
7- nwjHkk"k ----------------------------------------------
---------------------------

gLrk{kj
vf/kÑr izfrfuf/k
eqgj

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

fVIi.kh % QeZ dh fLFkfr esa ikVZujf'ki@izksijkbVjf'ki MhM dh lR;kfir izfr tek djuk
vko';d gS A

fufonkdkj }kjk fufonk izi= Hkkx&1 ds lkFk tek fd;s tkus gsrq
izek.k i=

1- eSa -------------------------------------------------------------------- ¼uke½ izekf.kr djrk gw¡ fd esjh bl QeZ


vFkok vU; dksbZ Hkh QeZ ftldk eSa lgHkkxh@ekfyd gw¡ vFkok esjs Lo;a dk
fuxe ds vkokl la0 ---------------------------- dk fdjk;k vkSj fo|qr 'kqYd xr ekg rd
dk tek fd;k tk pqdk gS ftlds izek.k gsrq vfUre jlhnksa dh Nk;kizfr;k¡
fuEuor~ layXu gSA

v- fo|qr jlhn la0 ---------------------- fnukad ------------------------ #0 ----------------------------

c- vkokl jlhn la0 ---------------------- fnukad ------------------------ #0 --------------------------

2- esjs bl QeZ vFkok ,slk dksbZ Hkh QeZ ftldk eSa lgHkkxh@ekfyd g¡w vFkok esjs
Lo;a ds uke ls vuijk ifj;kstuk esa dksbZ vkokl@tehu u rks vkoafVr gS ,oa
u gh ifj;kstuk ds fdlh vkokl@tehu esa eSa voS/k #i ls jgrk gw¡A

;fn mijksDr izek.k i= esa fdlh izdkj dh vlR;rk ik;h tkrh gS rks foHkkx
esjk orZeku vuqcU/k lekIr dj ldrk gSA

fnukad ------------------------- gLrk{kj

QeZ ds izfrfuf/k dk uke eqgj

uksV & Øekad 1 ,oa 2 esa tks ykxw u gks mls dkV nsaA

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

TENDER NO. : 04/EMD-II/'A'TPS/2010-11


INSTRUCTION TO TENDERERS

M/s. ____________________________________________________________________
____________________________________________________________________

The tenderer are advised to read the following instructions before filling the tender and
follows them strictly:-
1. The tender documents will be sold in Office of Executive Engineer, Electrical
Maintenance Division-II, 3x210 MW, ATPS, Anpara, up to 1700 hrs. on 11.10.2010.
2. Tender in original and complete, duly filled in, and shall be received in the office of
Executive Engineer, Electrical Maintenance Division-II (3 x 210 MW) A’TPS Anpara
(Sonebhadra) upto 13.00 hrs on 12.10.2010.
3. Before submitting the tender, the tenderer are requested to make themselves fully
conversant with the work & site, technical specification & general terms & conditions of
contract as per format (A) of UPRVUNL etc. So that no ambiguity arises at a latter date
in this respect.
4. Form (A) can be seen in the office of the undersigned on any working day.
5. Sealed envelopes contain tender bid Part-I, & Part-II should be kept in one sealed
envelope superscribed two sealed envelope, Tender bid Part-I & Part-II to be opened on
12.10-2010 and 14.10.2010 respectively at 1600 hrs.

TENDER BID (PART-I)

Tender bid Part-I contain earnest money in the shape of FDR/Call deposit / Bank Draft duly
pledged in favour of Dy. C.A.O., C.F.A.&BO, 'A'TPS, Anpara, Sonebhadra in sealed cover
superscribed Tender Bid Part-I (Earnest Money against Tender Notice No. 04/EMD-II/ATPS/2010-11
due on 12.10.2010 at 1600 hrs. along with duly filled in the proforma of agreement for validity of
tender on non-judicial stamp paper valued Rs. 20/- and suffixed with Re. 1/- revenue stamp. Tender
bid of Part-I shall also contain following as pre qualifying condition for opening Part-II on dated
14.10.2010 at 1600 hrs.
(a) Latest income tax clearance certificate.
(b) Experience: The firm shall have executed up keep of 6.6 KV / 0.4 KV switch gear
MCC. The executed order value from above work in last seven years shall not be
less than (i). Single order value of 80% of tender estimated value OR (ii) two
order of 50%of tender estimated value OR (iii) three order of 40% of tender
estimated value.
(c) Turnover of last financial year.
(d) Rewinding workshop of tenderer shall be within 20 km from Anpara ATP.
(e) Partnership deed and Power of attorney in case of partnership.
(f) Photocopy of Labour License issued by labour commissioner (Mirzapur) Pipri.
(g) Enclosed Proforma for correspondence, no dues from various division by tenderer
is to be duly filled & submitted with Tender Part-I.
(h) No objection certificate for participating in tender by District Magistrate and
character certificate from Superintendent of Police.
(i) Electrical licence of Class "A" or "B".
(j) Photocopy of valid labour insurance.
(k) E.P.F. Code No. issued by competent authority and details of amount deposited in
it on prescribed format.
(l) List of T&P and working men.
(m) An affidavit on Rs. 10/- non-judicial stamp paper for payment of minimum wages
to their labour & comply with contractor's contract labour (Regulation and
abolition) Act. 1970.
(n) Service Tax Registration No.
EXECUTIVE ENGINEER

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

TENDER BID PART -II :-


Tender bid part-II after qualifying the conditions of part-I, in sealed cover containing the
tender offer, general information/technical particulars, rate analysis etc. Shall be opened on dt.
14.10.2010 at 1600 hrs.
5. The decision of opening of part-II shall be made on the basis of qualifying conditions on
the basis of Part-I.
6. No telephonic offer will be considered at all.
7. The tender should be valid for a period of 90 days from the date of opening of the tender,
failing which the tender will be liable to be strictly rejected.
8. Rate must be quoted per unit basis mentioned in the specification in words as well as in
figure. Rate quoted other than specified unit shall not be considered:
9. All cutting should be duly signed. No over writing is permissible. Offers having
overwriting are liable to be rejected.
10. No request for consideration of earnest money from the pending bills shall be entertained.
11. If the opening date happened to be a holiday then the tenders shall be opened on next
working day at the same time as mentioned in the tender notice.
12. The tender part -I & Part- II shall be opened on 12.10.2010 &. 14.10.2010 at 16.00 hrs. in
the office of the undersigned publicly.
13. EARNEST MONEY :- Earnest money amounting to Rs. 6,000.00 (Rupees six Thousand)
only in favour of Dy. CAO, CFA & BO, 'A'TPS, Anpara (Sonebhadra) must be submitted
(in shape of FDR, CDR, only) in part -I without which Part -II shall not be opened. No
exemption from E.M.D. is permissible in any date even if firms are registered with
DGSD/DI Kanpur/NSI etc.
14. The tenderer should give the Central/State sales tax registration number and enclosed a
certificate of the latest income tax clearance certificate along with the tender.
15. In case of Ambiguity or controversial conditions mentioned in the Tender interpretation
as may be advantage on the purchaser may be taken without any reference to tenderer.
16. In case the tenderer is prepared to offer any rebate or deduction in the price the same
should be clearly defined in the tender, the conditional discount shall not be accepted.
17. The purchaser is not bound to accept the lowest tender undersigned reserves right to
accept any part or whole, reject any or all tenders without assigning any reasons thereof.
18. Undersigned may revise or amend the specification and other conditions prior to the date
notified for opening of the tender. Such revisions / amendments, if any will be
communicated to all tenderer as amended.
19. Any action on the part of the tenderer to revise the price/Prices and or to change the
structure of price/prices at his own instance after opening the tender may result in
rejection of the tender any/or debarring the tenderer for participation in purchases with the
Nigams for a period of two year in the firm's first instance.
20. The cost of tender specifications will not be refunded in any circumstance whatsoever.
21. Tender of those tenderer who have not purchased this tender specification or not
downloaded from Nigam's website, will not be accepted.
22. It may be noted that no extension in date of tender shall be granted.
23. Any approach etc. Official or otherwise shall render the tender to be summarily, rejected.
24. EXPERIENCE :- The tenderer should furnished the details of the experience and
statement of past / current works/or terms certificate or photocopy of Tender/ Agreement
and performance report of these items from various state Electricity Board/other semi
govt. department looking after thermal power station must also be given with your offer.
____________________________________________________________________
SI. No. Name & Address order Particulars Quantity Qnty.comp-
of ordering Contract order, mate leted with

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

authority No. & Dt. - rial with


brief speci-
tlcation,
25. Rate: - Rates should be firm.
26. Validity: - 90 days.
27. The contractor whose offer shall be accepted will have to enter into an agreement with the
Executive Engineer, Electrical Maintenance Division-1I (3x210 MW) Anpara to carryout
the work for which a non-judicial stamp paper is to be submitted by them at their own
cost after receipt of intimation for the same.
28. Firm / Tenderer are advised to put their signature with seal on each and every documents
submitted by the firm in part -I & part -II with the remarks "Submitted by me".
29. Firm / Tenderer shall have to submit the rate analysis with part -II
30. In the absence of man power if the work is held up for the same a penalty shall be
imposed and deducted at applicable rates.
31. If the work is not being carried out due to non availability of shutdown etc. during the
currency of contract period for which contractor has no claim.

EXECUTIVE ENGINEER

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

GENERAL TERMS AND CONDITIONS :-


1. PREMISES : 3X2IO MW. ATPS Area except coal handing.
2. DUTY :
(a) The contractor will engage their staffs in general shift only in the normal period. But in
case of any emergency / overhauling staff may be required beyond normal duty hours or
in shift the contractor shall have to deploy staff to execute / complete the work for which
no extra payment shall be made. In normal course they may also be called shift duty and
even in that case no extra payment shall be made to the contractor.
(b) Night gate pass shall have to arrange by contractor for their staff on demand of work
requirement for which no extra payment shall be made.
(c) The working hour shall be w.e.f. 08.00 AM to 05.30 PM (including half an hour lunch)
or as applicable in this project time to time. However, if required Contractor has to
work beyond duty hour or in holidays for which no extra payment shall be paid to
contractor.
3. SAFETY & SECURITY OF ENGAGED STAFF : Contractor shall be fully
responsible for safety and security of workman / staff engaged by him. In case of
Electrical accident, he will submit the report for the same to the Electrical Inspector
U.P.Govt. under intimation to Engineer of the Contract. Contractor shall be responsible to
pay any amount as per compensation act or any other labour act to his worker/staff
engaged by him.
4. ACCOMODATION : The contractor will have to arrange accommodation for their staff.
No accommodation shall be provided by the Nigam.
6. TRANSPORTATION : Contractor shall arrange his own transport for carriage of
material from store to site and vise versa and also for their staff as well as themselves.
6. SUBLETTING : Contractor shall not sublet the work under any circumstances.
7. WAGE :-
(a) Contractor shall be liable to make payment to all his employees /engaged staff and shall
strictly comply labour laws and no way shall be relationship of wages of their staff with
the payment of bills.
(b) The Contractor would strictly ensure that minimum wages as stipulated by U.P. Govt.
from time to time are paid to their worker. If he fails to comply with the condition of
minimum wages then his Agreement may be terminated and security forfeited. He shall
also ensure payment of arrears to his workman accused on account of minimum wages
revision from time to time.
(c) If the owner are held liable as principal employee as per Govt./Court decision in respect
of the employee of Contractor then such amount shall be deducted from bill, security of
contractor by the deptt. either from concerned division or others or otherwise else.
(d) The contractor shall furnish a certificate for payment of minimum wages to his workman.
(e) The contractor shall be responsible for all statutory binding such as minimum wages to
workers, EPF, compensation in case of any accident and the minimum wages will have to
be paid at payment counter in presence of authorized representative of the Nigam without
their certificate no subsequent bills/their bills shall not be processed & if it continues for
three (3) months, their agreement shall be terminated. This may be ensured before quoting
your rates.
8. DAMAGE OF PROPERTY OF UPRVUNL : If during the period of work, the
contractor or his workman shall damage or destroy any part of the equipment or
equipment while work in progress or if any damage is caused for any cause what so ever
to other work or if any imperfection become apparent and the cause of which is attributed
to the bad workmanship and if contractor fails to make good the damage/ defect /
imperfect work, the same may be made good, and the cost may be deducted from any sum
of that may then or at any time thereafter become due to the contractor or firm his security
deposited or the process of sale or it may be recovered otherwise.

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

8. VARIATION OF WORK : No Alteration, amendment, omission, addition or variation


of work under his contract or specification shall be made by the contractor excess as
directed in writing.

10. NEGLIENCE : If the contractor / or his staff shall neglect to execute the work with due
diligence or shall refuse 'or neglect in connection with the work or shall contravene any
provision of contract, he may be given seven days notice in writing to make good the
failure, neglect or contravention complained of and if the contractor fail to comply with
the notice within a reasonable time from date of service thereof UPRVUNL shall be at
liberty to take work wholly or in part of out of contractor's and give it another person or
contractor at reasonable price.
11. DEDUCTION FROM CONTRACTOR PRICE : All costs of damages or expenses
which the UPRVUNL may have paid for under the contract for which the contractor is
liable may be deducted by UPRVUNL from any money due or which may become due to
him under the contract or may be recovered by suit or otherwise from the contractor.
12. VARIATION IN RATE / PRICE : Any action on the part of the tenderer to revise the
price / prices at his own instance after opening of the tenderer may result in rejection of
the tenderer and firm debarring the tenderer for participation in purchase/ Work in the
Nigam for a period of Two years in first instance.
13. WORK MAN :
(a) Worker to be engaged by the contractor should be healthy & Experienced for prescribed
work / skilled / Semiskilled / unskilled as per requirement of work specification.
(b) Contactor would strictly ensure the correct discipline of their staff and himself also.
(c) Contractor will not have any claim for idle labour charge whatsoever may be the reason.
(d) Contractor & his worker should be fully conversant with the type of work to be handled
and shall have sufficient experience of similar type of work.
(e) Contractor will be responsible for arrangement of their workers himself gate passes from
security office, Insurance, Medical, welfare facilities and Transportation, living facilities
etc. at his own cost.
(f) Contractor shall have to increase staff on demand of Engineer in charge to attend break
down / emergency if situation demands, for which no extra payment shall be paid to the
contractor.
(g) The contractor will deploy adequate workman for completing the work either in day
(general hour) / or in Night.
14. ENGINEER OF CONTRACT : The Executive Engineer, Electrical Maintenance
Division -II ( 3x120 MW ), A' Thermal Power Station, UPRVUNL Anpara (Sonebhadra)
shall be Engineer of the Contract.
15. EXTRA ITEM : The Contractor shall carryout if asked by the Engineer, any item of
work though not covered by the schedule of item of contract without any extra cast.
16. SUBMISSION OF BILL : The contractor shall submit all monthly bill and final bills in
duplicate in the form approves by UPRVUNL.
17. PAYMENT : 100% payment shall be released after Satisfactory completion of work jobs
wise and against monthly bill in running contract subject to deduction of or security &
income tax as per prevailing rule but contractor will have to pay their worker regularly
whether the deptt. (Nigam) clear their balance payment or not.
18. SECURITY :
(1) Upon acceptance of the tender, the successful tenderer, shall within two weeks after
the tender has been accepted, deposit security money 10% of the contract value in the
form of Bank Guarantee of a scheduled bank, FDR/NSC.
(2) OR – 10% of security money shall be deducted from each running bills of the
contractor.
19. DURATION OF CONTRACT : Period of work shall be as per LOI but it may be
terminated at any time due to unsatisfactory performance & contractor will have no

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

claim whatsoever. The period of work may be extended if situation arises by 2 or 3


months.
20. PENALTY :
(a) In case job was not carried out the penalty shall be deducted from the running bill and
security of from any bill of firm against Nigam at the double rate of prescribed value for
each job or double of proportionate of each job against prescribed rate for more than one
jobs as per LOI / Agreement.
OR
In the absence of man power if work is held up for the same a penalty shall be imposed
and deducted at applicable rate on daily basis from the bills.
(b) In case the Engineer of contract feels that the contractor is not giving satisfactory
performance regarding quality and quantity, it may be got done through competent
agency and engineer of the contract may terminate the Agreement and forfeited the
security money.
(c) In case item / equipment or any thing damage whatsoever reason may be', the same shall
have to repair replace by good one otherwise penalty will be imposed on the rate of
double of item including handling installation etc. charges.
21. NO CLAIM FOR EXTENSION OF TIME : If the contractor request for time
extension, he shall furnish no claim certificate alongwith his application stating that grant
of extension of time shall not form basis for any claim whatsoever. He shall have to
complete the work irrespective of period of extension granted.
22. SUPERVISION : All the work shall be carried out under supervision/ direction and to
the reasonable satisfaction of the Engineer of contract of work or his authorized
representative. The contractor shall be responsible to carryout the work strictly as per
specification & level and dimension of work.
23. CONTRACTOR's REPRESENTATIVE & WORK MAN : At least one competent
representative / Supervisor to carryout the work shall be employed and deputed by the
contractor who shall carryout the instruction & orders of UPRVUNL Engineer in charge
of the work.
The Engineer shall be at liberty to object any representative or employed by the
contractor for execution of the work who shall in his opinion be misconduct, incompetent
or negligent. The contractor shall remove such person so objected & shall provided in his
place a competent representative/ supervisor.
24. TRANSPORTATION OF MATERIAL :- the contactor shall arrange at his own cost
the transportation of material from store (in ease it is required to site) to site & vise versa.
25. Violation of any clause as mentioned in tender will lead to termination of Agreement or
forfeit of the security after seven (7) days notice by Engineer of the contract.
26. All other terms & condition of Form ' A ' applicable in Nigam shall also be applicable.
27. During execution of the work, the contractor shall without any additional payment keep at
all time the work and store spares used by him free from accumulation of waste material
& robust.
28. If the work is not being carried out during currency of contract period due to any reason
whatsoever by the Nigam side for which contractor has no claim.
29. All damage / repaired material shall be returned to the deptt.
30. The contractor shall keep proper record of material issued by the department.
31. All kind of break down/ faults defects shall be attended promptly within minim possible time.
If Engineer in charge feels that time and efficiency of contractor does not improve even after
written notice, his agreement shall be terminated and security will be forfeited.
32. All the work will be done according to the entire satisfaction of Engineer of contract.
33. If contractor violate any of the condition specified in the contract, it will be considered
the breach of the contract and the contract may be terminated after giving (7) seven days
notice and security will be forfeited.

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

34. If any dispute or difference of any kinds whatsoever shall arise between the owner
(UPRVUNL) and the contractor in respect to its interpretations either during or after the
completion of agreement & or breach of the contract, it shall be referred to the
Superintending Engineer (O&MC-IV), 'A'TPS, Anpara (Sonebhadra) or office of the
arbitrator whose decision shall be final and binding on the parties. In case of breach of the
contract, arbitration of the S. E. (O&MC-IV), 'A'TPS, Anpara, shall be binding on both
the parties. In case decision of arbitration is not acceptable, the district court of
Sonebhadra only shall have jurisdiction to try the case.
35. To cope with requirement and planned maintenance deployment of staff at various
location, shall be decided in consultation with Engineer of contract and his decision in the
respect shall be final and binding to contractor. However proportionate amount shall be
deducted from monthly running bill if staff is found inadequate.
36. If needs arises the contractor staff can be utilized by the engineer of the contract or his
representative to another work of similar nature and the contractor will have to do the
work without any extra claim on this account.

EXECUTIVE ENGINEER

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

GENERAL TERMS & CONDITIONS

1. The necessary consumables (viz, Markin, Old cloth, soap etc.) and T&P required for floor
up keeping, external & internal up keeping of panels shall have to be arranged by
contractor at his own cost. The contractor shall keep all the consumables & T&P with
their workers in site store of J.E. however the entire responsibility shall be of the
contractor.
2. Sufficient up keeping staff will have to be posted in each site. The extra labour force may
be deployed to upkeep the area in stormy days or abnormal weather conditions without
any extra claim whatsoever.
3. The period of work is for one year but it may be terminated at any time due to
unsatisfactory performance and contractor will have no claim whatsoever. The period of
work may be extended if the situation depends by 2 or 3 months under clause No. 4 here
under.
4. The quantity of various works shown in Annex. A+B+C may vary utpo the extent of 20%
+ but the contractor will have no claim in this account whatsoever.
5. Power supply will be given to the contractor for up keeping free of cost if required from
nearest available point; air point may be used by them after clearance from AE/JE
concerned.
6. The work under scope shall be carried out under supervision of AE/JE concerned.
7. The workmen deployed by the contractor shall be conversant with the type of
equipment/material.
8. The job of internal up keeping etc. will have to be taken up within an hour when work
permit is arranged in routine.
For carrying out above job following terms and conditions shall also be applicable.
1. Contractor will not have any claim for idle labour charges whatsoever may be reason.
2. The work will have to be carried out in such a way that no equipment is damaged due to
carelessness their replacement / repair shall be recovered from the contractor.
3. The contractor will arrange his own experienced skilled/semi-skilled and healthy workers
and will be responsible for arrangement of gate passes from the CISF Security office,
workers Insurance, Medical/Welfare facilities to their workers will have to be done at the
contractor's part.
4. The contractor must got his workers insured against any risk/accident. UPRVUNL shall
be in no case liable to pay any compensation or wages etc. whatsoever.
5. The contractor will engage the staff having sufficient experience in the field of L.t.Sw.Gr.
or similar jobs before engaging the staff he will take the approval of the engineer of the
contract or his representatives in this regard.
6. The workmen employed by the contractor shall be conversant with the type of
equipment/materials to be handled and shall have sufficient experience of working on live
system. They must also be conversant with safety rules and first aid method.
7. If the up keeping work as specified in Annex. ........................ If found unsatisfactory then
the penalty @10% shall be deducted over and above the rates of their items.
8. The contractors have to quote unit rates as per item of work mentioned in the Annex.
...................... Under item................ in figures as well as in words and Annex ...................
group wise.
9. Other terms and conditions not mentioned herein before or after, shall be as per Form 'A'
and special conditions of contract of UPRVUNL which are available in the division office
the contractors are advised to go through the same before quoting their rates or
participating in the tender.

EXECUTIVE ENGINER
EMD-II (3X210 MW) ATPS

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

SCOPE OF WORK
(PART – A)

TENDER SPECIFICATION FOR EXTERNAL UPKEEPING INCLUDING FLOOR UPKEEPING


OF 0.4 KV SWITCHGEAR OF MCC ROOMS & VARIOUS PANELS etc. (EXCEPT COAL
HANDLING 400 KV. SWITCHYARD AREA)

SCOPE OF WORK :
(A) FLOOR CLEANING:
1. Up keeping of various floor as mentioned in Annexure-A' under item A(1)&A(2) with
yearly days approx 300 days excluding Sundays & various holidays. Daily rate will have
to be quoted (for 25 days in a month).
2. Up keeping of floor shall be done 25 days in a month by brush and thereafter it will be
rubbed with wet cloth.
3. Up keeping of doors, windows glass etc. shall be done with utmost care so that none of
glass is damaged.
4. All the spider nets etc. will be disposed off, if any.
5. Scrappers, debris, mud etc after up keeping shall be disposed off away from the building.

(B) PANEL UPKEEPING EXTERNALLY :


1. Weekly external up keeping of various 0.4 KV SW. Gr. / MCC/PCC/LCC installed at
various location & areas (as mentioned in Annex. A (3) & A (4) under item B is to be
done.
2. The external up keeping of those panels shall be done only by the skilled persons and
under direction / supervision of the departmental personals and under the guidance of
AE/JE of this division.
3. As the various panels are electrically commissioned so utmost care is to be taken while
upkeeping the panels externally.
4. None of switch & indication etc. should be disturbed from it's present position.
5. One or other panels is to be up kept daily (under different group) by rubbing it with
squeezed wet cloth and after that it will be rubbed by dry cloth.
6. The cream is to be used in the panels while rubbing with dry cloth for maintaining shining
without disturbing the base paint.
7. If any strain appears on the panels, the same may be removed by applying Kerosene /
Petrol / Thinner without disturbing the base paint.
8. The work of up keeping shall be done in working hours only.
(PART – B)
Tender specification for external up keeping including floor up keeping of 6.6 KV., SW, Gr.
rooms, various panels and complete board etc. (except coal handling & 400 KV switchyard area).

Scope of work: Scope of work in general includes external up keeping including floor up keeping as
per Annex. (F) With brief details as under:

(A) FLOOR CLEANING :


1. Up keeping of various floors as mentioned in Annexure-B (1) with yearly approx 300 days
i.e. excluding Sundays & various holidays. Daily rate will have to be quoted (for 25 days in
a month).
2. Up keeping of floor shall be done 25 days in a monthly by brush and thereafter it will be
rubbed with wet cloth.
3. Up keeping of doors, windows glass etc. shall be done with utmost care so that none of
glass is damaged.
4. All the spider nets etc. will be disposed off, if any.
5. Scrappers, debris, mud etc after up keeping shall be disposed off away from the building.

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

(B) PANEL UPKEEPING EXTERNALLY :


1. Weekly external up keeping of various 6.6 KV SW. Gr. panel installed at various 6.6 KV
SW., Gr. room (as mentioned in Annex. B (2).
2. The external up keeping of those panels shall be done only by the skilled persons and under
direction / supervision of the departmental personals and under the guidance of AE/JE of
this division.
3. As the various panels are electrically commissioned so utmost care is to be taken while up
keeping the panels externally.
4. None of switch & indication etc. should be disturbed from its present position.
5. One or other panels is to be up kept daily (under different group) by rubbing it with
squeezed wet cloth and after that it will be rubbed by dry cloth.
6. The cream is to be used in the panels while rubbing with dry cloth for maintaining shining
without disturbing the base paint.
7. If any strain appears on the panels, the same may be removed by applying Kerosene / Petrol
/ Thinner without disturbing the base paint.
8. The work of up keeping shall be done in working hours only.
ANNEXURE – (A)
A (1) Daily up keeping of floor area of:
1. 0.4 KV switchgear of Unit No. I, II & III.
2. TGC/BU/SC/SD having approx area of 200 Sq. M. – 3 Nos.
3. VMC/WB etc. area 150 Sq. M. – 3 Nos.
4. 0.4 KV MCC.
A(2) 1. Ash water pump house S/Gr. Room area 400 area 400 Sq. M.
2. Electrical Lab cum store area 400 Sq. M.
3. Fuel Handling S/Gr. Room area 230 Sq. M.
4. PFRS/Gr. Room area 100 Sq. M.
5. PT-1 Switchgear, area 100 Sq. M.
6. PT-2 Switchgear, area 100 Sq. M.
7. IJT Boiler S/Gr. Room area 100 Sq. M.
8. ANc-3, DM Plant S/G Room, area 500 Sq. M.
A (3) Weekly upkeep of panels (externally) of:-
1. 0.4 KV S/Gr. MCC/PCC/LCC.
2. VMC-1, 2, 3 welding Board 1,2
Heater panel 1, 2, 3
3. TGC-1, 2,3 BU C-1,2,3, Soot Blower-1,2,3
4. Common MCC, SC1, SD1, Lighting Board Near SC-1
5. UC-1,2,3, RC-1, RD-1, REP-1 (Rep-1)
6. UD-1,2,3, EMC-1,2,3
7. Compressor S/Gr. & control panel scrapper / clinker grinder panel 1, 2, 3, CMR.
A (4) 1. Ash water, Ash slurry service house S/Gr. along with Mimic panel.
2. Fire fighting S/Gr. Fuel Handling S/Gr. MCC.
3. Permanent filtration plant S/Gr., MCC, LT Board of auxiliary Pump house, Fire fighting board
installed in Auxiliary pump house, LT Board, installed in PT-1.
4. S/Gr. & MCC of CWPH, PT-2, MGR, TWS.
5. S/Gr. & MCC of DM Plant, LCC, IJT Switchgear.
6. Various spares & instrument of electrical labs.

Annexure – 'B'
B(1) Daily upkeep of floor area of :-
(i) 6.6 KV switchgear of Unit No. I, II & III.
(ii) 6.6 KV switchgear of CWPH including area of battery room & DC panels, tricle charger
Transformer.
(iii) 6.6 KV switchgear of Ash slurry room including cable racks within the rooms.
B(2) Weekly external up keeping of panels / cabinets etc. of :-
(i) Station board SA-1, SB-1, SA-2, SB-2.
(ii) Unit Board 1A, 1B, 2A, 2B, 3A, 3B.
(iii) C.W. switchgear board CWA1, CWA2, CWB-1, CWB-2
(iv) Ash slurry switchgear board SA-1, SA-2
(v) Control cum desk panel of CWPH and plant compressor.
EXECUTIVE ENGINEER
EMD-II (3X210 MW) ATP

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com


Anpara Uploading Date And Time::::: Wednesday, September 15, 2010 5:58:14 PM

PRICE SCHEDULE

TENDER NO. : 04/EMD-II/'A'TPS/2010-11

Part – (A)
UPKEEP OF FLOOR AND PANELS (EXTERNALLY) OF 0.4 KV. SWITCHGEAR OF UNIT
I/II/III & ANCILLIARY SYSTEM EXCLUDING C.H.P.

Sl.
Description of work Quantity Rate in (Rs.)
No.
01 Daily upkeep of floor area of 0.4 KV Switchgear, different 300 days Unit Rate per
MCC of Unit No. I, II & III as mentioned in Annexure A (1) day
02. Daily upkeep of floor area of 0.4 KV Switchgear, different 300 days Unit Rate per
MCC of Auxiliary as mentioned in Annexure A (2) day
03. Weekly upkeep of electrical panels (externally) as 52 weeks Weekly Rate
mentioned in Annexure A (3) Unit side.
04. Weekly upkeep of electrical panels as mentioned in 52 weeks Weekly rate
Annexure-A (4) ancillary side.

Note: The workers engaged on this job shall also be utilized as helper to electrician / technician for
maintenance work of 0.4 KV switchgear, MCC, LCC etc.

Part-'B'

Upkeep of floor and panels (externally) of 6.6 KV switchgear of Unit No. I, II, III, CWPH, ASH
slurry etc. of 'A' TPS (excluding CHP)

Sl.
Description of work Quantity Rate in Rs.
No.
1. Daily upkeep of floor area of 6.6 KV 300 days Daily rate
switchgear of Unit No. I, II, III, and CW
Pump house, Ash handling etc. as
mentioned in Annexure B (1).
2. Upkeep of ceiling of switchgear rooms 120 Nos. Rate per day per No.
as mentioned in Annexure B(1) (02
days in a month)
3. Weekly external upkeep of S/G Board / 52 weeks Weekly rate.
panels / cabinet as mentioned in
Annexure B(2)

Note: Worker engaged on this job shall also be utilized as helper to electrician / technician, JE/AE for
maintenance work of 6.6 KV switchgear.

EXECUTIVE ENGINEER
EMD-II (3X210 MW) ATP

PDF created with FinePrint pdfFactory Pro trial version www.pdffactory.com

Das könnte Ihnen auch gefallen