Beruflich Dokumente
Kultur Dokumente
HEAD OFFICE
EXECUTIVE ENGINEER
EMD-II (3X210 MW) ATP
C/S
SE (O&MC-IV)
'A'TPS
Description of Work :
up keep of 6.6 KV, 0.4 KV switchgears, MCC, DC
system, DG sets of 3x210 MW, ATPS Anpara
................................................................
................................................................
EXECUTIVE ENGINEER
(On a non-judicial stamp amounting to Rs. 20/- plus Re. 1/- revenue stamp)
_________________________________________
_________________________________________
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withdrawn within three months from the date of opening of the tender also to the condition that if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.
Witness : -
1. ........................................................................................
2. ........................................................................................
SIGNATURE OF TENDERERS
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
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=
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
uksV & Øekad 1 ,oa 2 esa tks ykxw u gks mls dkV nsaA
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 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
EXECUTIVE ENGINEER
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
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
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
SCOPE OF WORK
(PART – A)
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.
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:
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
PRICE SCHEDULE
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