Top Banner
1 DAMODAR VALLEY CORPORATION DURGAPUR THERMAL POWER STATION P.O.: DURGAPUR-7, DT.: BURDWAN (W.B.) TENDER DOCUMENTS NIT. No. DT/CE/WT(MS-I)/TENDER- 641/1344 DATED 19.11.2009 ANNUAL RATE CONTRACT ANNUAL RATE CONTRACT FOR REPAIR OF BOILER TUBE LEAKAGES IN DIFFERENT ZONES OF BOILER AND UP- KEEPMENT OF BOILER OF UNIT NO 3 ( 1X 140 MW) & UNIT NO 4 (1 X210 MW) OF DTPS, DVC
19

DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

Jun 04, 2018

Download

Documents

duongkhanh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

1

DAMODAR VALLEY CORPORATIONDURGAPUR THERMAL POWER STATION

P.O.: DURGAPUR-7, DT.: BURDWAN (W.B.)

TENDER DOCUMENTS

NIT. No. DT/CE/WT(MS-I)/TENDER- 641/1344 DATED 19.11.2009

ANNUAL RATE CONTRACT

ANNUAL RATE CONTRACT FOR REPAIR OF BOILER TUBE LEAKAGES IN DIFFERENT ZONES OF BOILER AND UP-

KEEPMENT OF BOILER OF UNIT NO 3 ( 1X 140 MW) & UNIT NO 4 (1 X210 MW) OF DTPS, DVC

Page 2: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

2

(To be submitted with Techno-Commercial Bid)

TENDER DOCUMENT FOR THE ANNUAL RATE CONTRACT FOR REPAIR OF BOILER TUBE LEAKAGES IN DIFFERENT ZONES OF BOILER AND UP-KEEPMENT OF BOILER OF UNIT NO 3 ( 1X 140MW) & UNIT NO 4 (1 X210 MW) OF DTPS, DVC

The document consists of the following,

1) Instruction : Submission of Tender Paper:

2) Annexure-I : Detail Scope of Work

3) Annexure-II : Techno. Commercial terms & conditions

4) Annexure –III : Eligibility criteria for selection of tenderers

5) Annexure-A : Format for Commercial Terms and Conditions

6) Annexure- B : Format for Price Bid

7) Annexure –C : Techno-commercial deviation schedule

8) Annexure –D : Cost of withdrawal of deviation

9) Annexure –E : Format for BG towards EMD

10) Annexure –F : Bank Guarantee Verification Check List

Page 3: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

3

DAMODAR VALLEY CORPORATIONDURGAPUR THERMAL POWER STATIONDURGAPUR – 713 207: DIST. BURDWAN

NOTICE INVITING TENDER (OPEN)No. DT/CE/WT(MS-I)/TENDER-641/1344 Dated 19.11.2009For & on behalf of Damodar Valley Corporation sealed tenders in duplicate under single stage and three envelopessystem are invited from experienced bidders by the Superintending Engineer (Technical), DTPS, DVC, Durgapur – 713 207 Dist. Burdwan (West Bengal) for the Work as detailed below:

DESCRIPTION OF WORK & PERIOD OF CONTRACT

ESTIMATEDVALUE

EARNEST MONEY

DEPOSIT(EMD)

TENDER SELLING PERIOD

LAST DATE AND TIME OF

SUB-MISSION OF

OFFER/ OPENING OF

TECHNO -COMMERCIAL

OFFER

COST OF TENDER DOCUMENT

(NON REFUNDABLE)

(1) (2) (3) (4) (5) (6)ANNUAL RATE

CONTRACT FOR REPAIR OF BOILER

TUBE LEAKAGES IN

DIFFERENT ZONES OF

BOILER AND UP-KEEPMENT OF BOILER OF UNIT NO 3 ( 1X

140 MW) & UNIT NO 4 (1 X210 MW) OF DTPS, DVC

Rs. 34,69,071/-

(RUPEES THIRTY FOUR LAKH SIXTY NINE THOUSAND SEVENTY ONE

ONLY)

Rs. 69,381/-

(RUPEES SIXTY NINE THOUSAND

THREE HUNDRED

EIGHTY ONEONLY).

From 30.11.2009

to 30.12.2009

(On all working days

from 11:00HRS. to

15:00 HRS. for the tender)

05.01.2010up to

11:00 AM/05.01.2010at 11:30

AM

Rs.500/-

(RUPEES FIVEHUNDRED

ONLY)

For detailed NIT please visit www.dvc.gov.in & www.dvctender.com. Detailed Tender Forms may be obtained from the Office of the Superintending Engineer (Technical), DTPS, DVC,

Durgapur-7 against Cash Receipt towards cost of tender from Accounts Office, DTPS, DVC, Durgapur-7 or Account Payee Bank Draft / Banker’s Cheque in favour of the Addl. Chief Accounts Officer, DTPS, DVC, Durgapur-7 on all working days upto 3 P.M. except Sundays & Holidays.

The sealed envelope should contain three smaller sealed envelopes marked ‘A’, ‘B’ & ‘C’. Envelope ‘A’ superscribed on it ‘Earnest Money against Enquiry No. and Date’ should contain Earnest Money in

desired form. Envelope ‘B’ superscribed on it ‘Quotation against Enquiry No. & Date’ should contain supporting documents for

qualifying requirements and scope of work details and commercial terms and conditions along with Deviation Schedule as per format given in Annexure ‘C’.

Envelope ‘C ’ superscribed on it ‘Price Bid against Enquiry No. and Date’ should contain the Price schedule as per enclosed format along with withdrawal prices for deviation, if any, as per format given in Annexure ‘D.

On the due date of tender opening, envelope marked ‘A’ will be opened first and only after receipt of requisite Earnest Money, Envelope marked ‘B’ i.e. techno-commercial bid will be opened. Envelope `C` i.e. Price Bid will be opened at a later date on due intimation to the techno commercially qualified bidders only. The Envelope should be superscribed with “Tender No, date & date of opening” (if this day is declared a Holiday by DVC then on the next working day).

Prospective outstation Tenderers, who intend to submit tenders, may obtain the tender specifications by remitting the prescribed cost of Tender Form and specifications plus additional postal charge of Rs.50.00 (Rupees Fifty) only by crossed Bank Draft / Banker’s Cheque in favour of the Addl. Chief Accounts Officer, DTPS, DVC, Durgapur-7 but the Corporation will not accept any liability for delay in receipt or non-delivery of Tender Forms dispatched by post. No tender documents will be sold on the date of opening.

Intending bidders shall have to furnish valid STRC/VATRC , Credentials for similar supply along with proof of execution and detail of Bank Account to which payment are to be made on account of refund of EMD and payment against supply if awarded on the bidder along with the offer.

In case of downloading tender paper from DVC website www.dvc.gov.in and www.dvctender.com the bidder has to submit non-refundable cost of tender document in the form of Demand Draft and EMD in the form stated hereunder otherwise offer will be treated as invalid:-

1. Pay order or Demand Draft in favour of Addl. Chief Accounts Officer, DTPS, DVC, Durgapur- 713207. 2. Bank Guarantee, from a Nationalized Bank/Schedule Bank (except Rural/Co-operative Bank) irrevocable

and operative till validity of the offer as per standard proforma. 3. Post Office National Savings Certificate duly endorsed in favour of DVC.

Page 4: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

4

4. Fixed Deposit receipt issued by Nationalized Bank endorsed in favour of DVC5. DVC Bonds duly endorsed in favour of DVC. The offer not accompanied by EMD or specified EMD in proper form shall not be considered as valid tender for opening. Earnest Money will only be refunded to the unsuccessful tenderer after finalization of tender and no interest will be paid for the same. The amount of Earnest Money will be refunded to the successful tenderer, after acceptance of Security Deposit- cum- Performance Bank Guarantee. Issuance of tender paper shall not automatically be construed qualification of bidder for award of supply, which will

actually be determined during bid evaluation and tender received in compliance to stipulated terms & conditions of the tender.

Exemption from EMD :: Small Scale Industries registered with NSIC shall be exempted from the payment of EMD. SSI Unit seeking such exemption must enclose valid Registration certificate from appropriate Govt. authority giving details such as Validity, Stores etc.

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, Stores etc.

Issuance of tender paper shall not automatically be construed qualification of bidder for award of work, which will actually be determined during bid evaluation.

Tenders, in duplicate will be received upto 11.00 AM on the last day of submission of tender and will be opened in Public on the due date of opening of tender at 11.30 AM. Tenders received in the office of the SE (T), DTPS after the schedule time and date fixed for the purpose shall not be considered at all and SE (T) also does not take any responsibility to acceptany tender which are received in his office late due to postal delay. When tenderers intend to submit their tenders to the S.E. (T), DTPS by Messenger, these should be dropped in the TENDER BOX kept in the office of the S.E. (T), DTPS, DVC situated on the 1st Floor of ‘SHAKTI BHAVAN’, DTPS, DVC, Durgapur – 7.

The Eligibility criteria for selection of tenderers have been given in details at Annexure. Validity of the offer must invariably be for a period of 180 DAYS from the date of opening of the tenders. All tenders would be bound by the terms and conditions as detailed in tender specifications of the DVC.

DVC reserves the right not to accept the lowest rate quoted by tenderer and reject any or all the tenders and to split up and award the work to more than one tenderer without assigning any reason thereof if considered necessary.

Once a set of tender specification is purchased by a prospective tenderer the price thereof will not be refunded on any account whatsoever. Tender specifications issued in the name of a party is also not transferable under any circumstances.

The bid along with Earnest money with requisite value and cost of tender if down loaded from DVC web site in the prescribed form should be submitted before 11.00 AM of due date of opening and the same will be opened at 11.30AM on the same date. The Earnest Money and cost of tender if down loaded from website shall be submitted in an envelope marked `A` superscibed on it “Earnest Money & Cost of Tender Paper against Enquiry No. and Date” , Techno -commercial bid indicating detail scope of work along with the QR with other enclosures of statutory documents shall be submitted in an Envelope marked ‘B’ superscribed on it “Quotation against Enquiry No. & Date” and Price bid should be submitted in an envelope marked `C` superscribed on it ‘Price Bid against Enquiry No. and Date’. On the due date of tender opening, envelope marked `A’ will be opened first and only after receipt of requisite Earnest Money and Cost of Tender, Envelope marked `B` i.e. Techno-commercial bid will be opened. Envelope ‘C’ i.e. Price Bid will be opened at a later date on due intimation to the techno commercially qualified bidders only.

Superintending Engineer (T) For & on behalf of Damodar Valley Corporation Distributions:-

1. The Sr. Chief Engineer (GEN), DVC, Maithon. 2. The Chief Engineer (Civil), DVC, Maithon. They are requested to arrange to display in the NOTICE BOARD 3. The Chief Engineer, CTPS, DVC, Chandrapura for wide publicity.4. The Chief Engineer, BTPS ‘A’, DVC, Bokaro. 5. The Chief Engineer, BTPS ‘B’, DVC, Bokaro. 6. The Chief Engineer, MTPS, DVC, Durlavpur, Dist. Bankura.7. M/s. DSP / ASP/ DPL / DCL / DMC – DURGAPUR.8. The MS-I, DTPS9. The Addl. Chief Accounts Officer, DTPS, DVC. 10. The Dy. Financial Adviser, DTPS, DVC. 11. The Vigilance Officer, DTPS,DVC 12. The Resident Audit Officer, DTPS. 13. NOTICE BOARD – OUTSIDE POWER HOUSE, DTPS, DVC. 14. NOTICE BOARD – INDISE POWER HOUSE (TECH.SECTION, DTPS, DVC

Page 5: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

5

ANNEXURE-ISCOPE OF WORKPART - I

UPKEEPMENT OF BOILER AND AUX OF UNIT NO 3 AND 4

The following activities shall be carried out for proper up-keepment of different areas of Boiler and auxiliaries: The ash, technological waste, etc accumulated on different floors, buck-stays, pipe lines, ducts, valves, staircase of

main boiler which are not under the scope of AMC of coal mill, are either to be collected in gunny bags or to be cleaned by compressed air lines daily and to be disposed of at the location as directed by DVC Engineer.

Support bearing, guide bearing, soot blowing areas and the ducts of APH inlet and outlet up to ESP inlet & outlet, Valves, Fouress Dampers, discharge dampers along with actuator are also to be cleaned properly. Stair case along with floor of boiler auxiliaries areas are to be cleaned properly and any scrap, any debris, to be disposed of at appropriate location as directed by DVC Engineer.

Any scraps, debris, technological waste in the boiler area are to be cleaned and disposed of at the location as directedby EIC.

Patch up work which is minor in nature for boiler skin casing and duct of both the unit. Oil guns are to be cleaned regularly. After taking out Oil gun, the same is to be cleaned with compressed air and to be

fitted back at its original position to ensure smooth burning with no steam/oil leakage. If any oil gun is not possible to be taken out during cleaning, the assembly of that particular oil gun has to be removed and after proper servicing and cleaning it has to be placed back at its original position accordingly.

Attending leakages in steam and oil lines up to 25kg/cm2 pressure. Attending gland leakages of high and low pressure valves. Checking and replacement of damaged flexible hoses and other parts of oil guns. Repairing /replacement of oil burners, barrels and distance pieces etc. Assembly of oil burners & fitting in position.

A joint inspection of the above said areas shall be done regularly by the representative of DVC and the contractor. The deficient areas as indicated by DVC engineer during joint inspection shall have to be attended by the contractor immediately.

The contractor shall maintain proper record of up- keepment activities executed by them under the contract and submit to the DVC EIC or his authorized representative for verification and comments.

PART – IIREPAIR OF BOILER TUBES

1. To detect leaky / eroded tubes and repair the same by fitting and welding new tube inserts in different zones of Boiler of unit no. 3 & 4 like Economizer, Reheater, Platen S/H, Sec. S/H, Furnace wall, Rear arch water wall, Screen and water wall hanger tube, Roof radiant S/H, 2nd pass wall, LTSH (Pry S/H), Steam cooled wall, S/H extended wall, Platen & Sec S/H Stay tube etc.

2. Mode of welding , cutting, NDT, Stress Relieving, Welder qualification:-a) Cutting of failed/damaged tubes: All cutting to be done by grinder, hacksaw with proper protection in the form of capping sheeting of vertical tubes as far as practicable. Before cutting of tubes engineer-in-charge to be consulted.b) Mode of welding of boiler tubes: After proper end preparation all root run to be done by TIG welding and thereafter electric arc welding is to be done as per IBR norms.c) NDT / stress relieving: All the weld joints so carried out to be subjected to 100% Radiography in Reheater zone in presence of engineer-in-charge. All other joints except Reheater zone are subject to 10% radiography and after completion of joint, hydro test of Boiler has to be carried out in each occasion.The tubes of platen coils and final super heater having thickness more than 8 mm should be subjected to stress relieving. d) In case of emergency or non availability of sufficient access the leaky tubes are to be pad welded.

3. Welder qualification: All the HP welders engaged for the purpose of repairing Boiler failed tubes should possess valid certificates issued from Directorate of Boiler. However at site before commencement of actual work test would be carried out in presence of engineer-in-charge. The welders not having requisite certificate and experience and not found suitable in course of field test will not be allowed to undergo procedure –cum-simulation test, if so desired by Boiler Directorate.

4. Hydro test:-As per requirement necessary assistance in course of Boiler Hydro test to be made.5. Pre and post weld inspection will be carried out by the Engineer-in-charge for which necessary co-ordination has to be

made.6. All statutory provision of IBR, EPF, and Labour laws shall have to be fulfilled by the contractor. The contractor has to

maintain liaison with Boiler Inspector and will arrange his visit as per requirement. However, necessary charges/fee willbe borne by DVC as admissible.

7. Opening and closing of man hole peephole doors of boiler.8. Removal of insulation and its cladding, refractory etc. for attending the tube leakage, if required and the same has to be

redressed after attending the repair job.9. Erection of scaffolding and tube cleaning as per requirement. Scope of hanging scaffolding for furnace zone at high

elevation is also included.10. Tube and header guards/shields may have to be fabricated and to be fitted as per requirement.

Page 6: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

6

11. Tube attachment in protection sleeve, baffle plate, flexible connector attached hanger and supports may have to be changed, if required. The items, which are possible to be fabricated at site, are to be done by the contractor.

12. Due to leakage in the boiler tubes, if the refractory/skin casing/insulation got damaged have to be redressed free of cost.13. Removal of membrane/fins in boiler walls/roofs/rear arch etc. wherever required for attending to tube leakages and

refitting after fabrication shall be done by the contractor free of cost.14. Cleaning of ash, clinkers etc. for attending tube leakages have to be carried out as per requirement.15. Transportation of materials from stores to work site and return of scraps, if any, have to be carried out by the party.16. All other jobs, felt necessary for satisfactory execution of the repair job shall have to be done at no extra cost.17. The rates for welding joints shall be quoted as per size, thickness and material composition.

Servicing of valves

1. Removal of actuator and decoupling of hand operation arrangement as the case may be. Complete dismantling of valves and cleaning of all parts. Dismantling of hand operation arrangement and greasing/ replacement of its bearings, if required.

2. Repair / replacement of defective components of the valves.3. Cleaning, inspection, and DP test of valve components.4. Lapping & blue matching of valves seats. Lapping of disc/ wedge, body seat with the help of lapping tools

using emery paste, lapping to be continued till satisfactory result is attained as per discretion of EIC.5. Checking of spindles straightness and correction.6. Fitting of valves with allied lines. Fitting of actuators in position after servicing.7. Commissioning of the valves.8. Checking seat passing and bonnet leakage during Hydraulic test and attending the defects after hydraulic

test.

Replacement of valves

1. Cutting of old valve/ pipe line as required to fit the valve2. Fitting of new valve and welding to the line in case of socket welded valves3. For butt welded valves edge preparation is to be done before welding4. Preheating and post heating treatment (stress relieving), if required is to be done as per direction of EIC.5. 100% radiography of the joints.6. Checking for welding leakages during hydraulic test or charging of lines and attending the defect after isolation

7. All high pressure valves for replacement will be cut by grinder only.

Cleaning of ash from pent house ,dog house,dead chamber,boiler outside area

1. Opening of man holes. Removal of insulation /refractory and cutting steam casing of pent house (Window type),if required.

2. Cleaning of pent house may be done either by vacuum system or manually, as applicable, for Unit no#3 and manually for Unit no #4.Collected ash is to be fed to the fabricated chute which is connected with ash slurry chute is to be done by the contractor. Repairing of fabricated chute is to done by the contractor .For other area cleaning is to done manually.

3. Closing of man holes ,refitting of skin casing and reapply of insulation /refractory as applicable.4. Operation of vacuum system will be done by DVC.However the contractor has to perform other activities like

connection /removal of lines & other maintenance works related to the vacuum system.5. After cleaning the accumulated ash is to be removed to Ash pond by the contractor with their own arrangement .The

scraps are to be removed to the scarp yard as per direction of Engineer in charge.6. Any other job related with the work but not specified to be done by the contractor.

Repairing of boiler damaged casing 1. Removal of G.I sheet, glass wool 2. Cutting of damaged casing 3. Removal of castable refractory 4. Alignment of boiler tube 5. Casing refractory after cleaning tubes thoroughly 6. Fitting of casing, fixing glass wool and G.I sheet. 7. Any other job related with the work but not specified to be done by the contractor.

SPECIAL TERMS & CONDITIONS::1. The price for part # I, the bidders must quote on lump sum basis both monthly and &annually. The annual quoted

price for part # I must be limited to maximum 20%of total quoted price of part #II.In case the annual quoted price for Part-I exceed the maximum limit of 20%of total quoted price of part II as mentioned above, the bid will not be taken into consideration.

2. Men and material shall be mobilized immediately for part #I and additional manpower for executing the job under Part - IIas and when required basis within 12hrs of getting intimation through telephone or fax massage regarding trouble .No extra payment will be made for mobilization of additional manpower .For part #1 the normal duty hrs is in general Shift but the contractor should provide manpower at any time as & when required.

3. The successful bidder must posses IBR – 392 certificate prior to commencement of the work.

Page 7: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

7

4. Necessary workforce, tools and tackles, welding machines, cutting accessories, grinding machines, argon gas with all accessories/cutting accessories, TIG welding kits,TIG welding wires, De-metering machine(2nos) etc required for the job shall be arranged by the contractor at their own cost. Consumable e.g. DA & O2, Welding electrodes (general purpose electrodes), hacksaw blades, grinding wheel, emery paper, lapping tools lapping compound etc. shall be arranged by the contractor.

5. The welding electrode which will be supplied by the bidder for the non pressure parts like fins welding, casing repairing ,duct repairing etc should be DVC standardized Electrodes of D&H,ESAB,MODI,L&T ,Advani Oerlinkon,Ador forn,Cosmics Fon make. The sealed Electrode packet should be shown to DVC Engineer-In-Charge prior to opening the seal of the Electrode packet

6. The welding electrode manufacturing date should not be prior to six month from the date of application of that electrode. The bidder should have the welding electrode preheating oven and its holder and should have standard welding electrode preservation arrangement as per IBR standard practice

7. Electrodes for high pressure welding will be supplied by DVC.8. LPG cylinder should not be used in any case in side the power house.9. Water, air, electricity, refractory/insulating materials etc. will be provided by DVC free of cost. However, connecting

air/electric cables, water hoses and other accessories from sources of water/compressed air/electricity has to be arranged by the contractor.

10. Proper care should be taken to ensure safety and security of DVC property during the job. In case of any damage the contractor have to repair them at their own cost and arrangement.

11. Proper care should be taken to ensure safety and security of workers engaged in the job. In case of any accident and injury to the workers during execution of job, the contractor shall have to compensate them at their own cost. It shall be responsibility of the contractor to supply all safety equipment to their workers without any extra cost to DVC. DVC will haveno responsibility, whatsoever, and will be kept fully indemnified and harmless in this regard.

12. In case any accident of contractor’s workmen, the contractor has to arrange necessary prime facie requirement immediately after the incident. DVC shall in no way be held responsible to compensate contractor’s workmen’s be it on duty or not.

*************

Page 8: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

8

ANNEXURE-IITERMS AND CONDITIONS:-

1. Payment Terms:FOR PART - I :: 100% monthly pro-rata payment will be made within 15 working days on successful execution of the work and certification by MS-I, DTPS subject to acceptance of SDBG. No payment will be made without acceptance of S.D.B.G.FOR PART–II: 90% payment including taxes and duties will be paid after satisfactory completion of work. Balance 10% will be paid after completion of Defect Liability period.

2. Security Deposit Cum Performance Bank guarantee: The bidder have to deposit as Security for satisfactory execution and guaranteed performance of the Job for an amount equivalent to 10% of the total order value (i.e. total of Part – I & Part – II) in the form of Bank Guarantee (as per DVC format) before commencement of the work from any Nationalized/ Scheduled Bank and it should have validity covering guarantee period plus 6 months claim period thereafter. SDBG may be suitably extended in the event of extension of the contract.

3. Rate shall be remain FIRM throughout the Contract Period.4. Contract period: One year from the date of start of the work.5. Extension clause: Contract may be extended for another period of One year on successful completion of the work

and at the sole discretion of DVC, DTPS at the same rate, terms & conditions. 6. Mobilization time: The contractor will have to mobilize men, materials, tools& tackles immediately for Part – I and

additional manpower for executing the job under Part – II as and when required basis within 12 hours from the time of intimation by DVC through telephone/Fax/Letter/E-mail, else penalty will be imposed on case specific basis. No extra payment will be made for mobilization of additional manpower. For Part – I, the normal duty hours shall be General Shift but the contractor should provide manpower at any time whenever is required.

7. In case of non mobilization/ non execution of work within stipulated time frame, the Corporation reserves the right to get the job done by engaging any other agency and the cost of which will be borne by the contractor.

8. Penalty: i) Before start of the contract, the bidder will have to furnish the details of man-power deployment for general

shift duty regarding Part – I job in consultation with MS-I, DTPS. Any shortfall in deployment beyond the minimum man-power deployment in a day would be liable for appropriate deduction.

ii) Any deficiency / shortcoming observed in performance either for Regular Job (PART – I) and ARC Job (PART – II) would also be liable for appropriate deduction as decided by DVC, DTPS.

iii) In case of failure to complete any specific job within the stipulated time frame, DVC, DTPS shall have the right to complete the job through third party at the risk and responsibility of the contractor and amount shall be recovered from them.

9. TERMINATION CLAUSE:- The Contract will be terminated as per the following DVC’s GCC guidelines :: DVC may terminate / Short Close the contract, by not less than 30 days written Notice to the bidder, to be given after occurrence any of the events specified in the Sl. No. (a) to (e) of this clause and 60 days in the case of the event referred to Sl. No. (f), (g) & (h) below :

a) The vendor fails to comply with any of the terms of the order or the bidder do not remedy a failure in the performance of their obligation under the contract, within 30 (Thirty) days after being notified or within any further period as the owner may have subsequently approved in writing.

b) The vendor becomes bankrupt or goes into liquidation. c) If as a result of Force Majeure, the bidder is unable to execute the job for a period of not less than 60 days.d) If the bidder, in the judgement of the owner has engaged in corrupt or fraudulent practice in competing or in

executing the contract. For the purpose of this clause.e) Corrupt Practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action

of a public official in the selection process or in contract execution. f) “Fraudulent Practice” means a misrepresentation of facts in order to influence a selection process or the

execution of a contract to the detriment of the owner. g) The vendor is otherwise precluded from complying with any of the terms of the order on account of any

directives of any lawful authority.h) If the owner, at its sole discretion, decides to terminate this contract.

10. SETTLEMENT OF DISPUTES AND 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 Contractor. In the event of any dispute or difference whatsoever arising under the contract or in connection herewith 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. The Arbitration shall be conducted in accordance with the provisions of arbitration and conciliation law 1996 or latest and the decision/judgement 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 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.

11. L.D. Clause: DVC reserves the right to recover a sum equivalent to 0.5% of the delayed work for each week of delay or part thereof subject to maximum of 5% of the total value of the order as Liquidated Damage due to delay incompletion of work attributable to contractor.

12. Agreement: An agreement is to be executed by the contractor in DVC’s prescribed format on a non-judicial stamp paper worth Rs.50/-.

Page 9: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

9

13. Defect Liability Period :: Three (3) months. If any defect is found within 3 (Three) months after completion of the work, the same is to be rectified by the Contractor free of cost.

14. Engineer-in-charge :: The work will be supervised by the MS-I, DTPS or his authorized representative.

OTHER TERMS AND CONDITIONS OF THE CONTRACT:-.01. EMD:-

If any tenderer withdraws his tender before its acceptance or refusal within a reasonable time without giving any satisfactory and acceptable explanation thereof, the tenderer shall be disqualified for making anytender/quotation to the Corporation for a minimum period of One (1) year and EMD of Tenderer will be forfeited.

In the case of tenderers who refuse to carry out the works after acceptance of their tenders without any satisfactory reason thereof, they shall be disqualified for submission of tender/quotation in future for minimum period of Two (2) years and EMD of Tenderer will be forfeited.

Earnest Money will only be refunded to the unsuccessful bidder after finalization of tender and no interest will be paid for the same.

02. Insurance: - The Insurance of personnel employed in the job shall be done by the contractor before commencement of work. No compensation of any major/minor/disabilities/damage would be given by DVC, DTPS.

03. Detail of Mobilization including materials and men with requisite qualification and experience for different categories etc. should be furnished to the Engineer-in-Charge before commencement of the work.

04. Safety measures: - The workmen under tenderer’s control working in the vicinity of running equipment are to be given proper safety gears and to be careful to avoid any accident, loss of life or damage to DVC, DTPS property. Guide line for action in respect to safety measures for the job are specified hereunder :- The Tenderer is to ensure safety of their workers at site, while working and to provide all kinds of safety equipment

required for the job like safety belts/safety ladder/safety net personal protective devices etc. to their workers. Tenderer will be liable to pay compensation, if any, to their worker for accident “Arising out and in course of

employment”, under the Workmen’s compensation Act. Before execution of the job at site Tenderer will have to take clearance from DVC’s safety department. Safe scaffolding as certified by Safety Department be used before start of work. Contractor is to abide by Mandatory Safety clauses enclosed.

DVC , DTPS IN NO WAY SHALL BE RESPONSIBLE FOR SAFETY OF CONTRACTOR’S WORKMEN.

05. Precautionary measures to avoid damage of other equipment: - The Contractor should take care for safety of equipment and property of DVC, DTPS. Any loss to this effect will be the Contractor’s responsibility entirely and they shall have to make good for the losses and extra expenditure incurred by DVC, DTPS thereof.

06. Discipline: - The contractor’s employees should maintain proper discipline and behavior and do not cause any hindrance to smooth running of the Power Plant or in execution of duties by DVC, DTPS Employees. Controlling Officer is fully empowered to ask the contractor to withdraw any worker/workers on charges of misconduct, incompetence/negligence in discharge of duties and such worker/workers may not be deployed without his permission.

07. Laws :-a. The Contractor should have to abide by all Statutory Acts and Laws and Regulations of respective

Government. b. The Contractor shall be responsible for compliance of all statutory obligations under Factories Act.1948,

Contract Labour Act, Minimum Wages Act, Payment of Wages Act and also be responsible for payment of employees contribution under EPF etc.

c. The Contractor shall have to obtain license from Govt. License authority under Contract Labour Regulation and Abolition Act and the copy of the same will have to be produced before commencement of work.

d. The workers deployed by the Contractor will be bound by regulation of Factories Act. 1948. Minor and women labours shall not be engaged in this job.

e. Xerox copies of the documents showing deposit of EPF amount to the EPF department of Govt. should be submitted to the controlling officer and personnel department every month before submission of monthly bill for payment.

08. Accommodation: - Unfurnished Residential accommodation, if available, shall be provided on chargeable basis and charge will be deducted from respective monthly running bills. All maintenance work shall be contractor’s responsibility and at his cost from the day of taking occupation of the rooms, security deposit would be kept withheld in case the contractor fails to vacate the rooms within SEVEN (7) days from the date of completion of the contract and other penal measures as deemed fit by the DVC, DTPS will be taken.

09. Unit Office: - For the purpose of office accommodation unfurnished space will be allotted to the Contractor at a mutually agreed place within the plant premises with water supply and electricity facility.

10. Tools and Tackles: - DVC, DTPS will not provide tools and tackles.11. Discontinuation of Job :- In case the job is found discontinued by the Contractor within the contractual period, DVC,

DTPS shall have the right to award part of full job to any other outside agency and the expenditure thereof shall be deducted/ recovered from the bill/ SD of the contractor.

12. Wage Sheets: - The Contractor should maintain upto date payment register of their labourers. The contract operating authority or any other representative of the controlling officer may check the register so maintained any time and if in case it is observed that the regular payment to the labours is not made, the same would be deducted from their bills and necessary action as deemed fit would be taken against the Contractor. Wage sheet of workers should be submitted to the controlling officer every month with the bill.

13. Subletting: The bidder shall be allowed to hire the services of local skilled/ semiskilled/ un skilled workmen or sublet the contract on a suitable party with the prior permission from DVC authority. However, the entire job will have to be performed under contractor’s own supervision

14. Contingency: - The Contractor must possess sufficient fund to pay the workers when bills are not paid/passed for reasons whatsoever for at least two months.

15. Taxes :- Service Tax or any other tax except Income Tax , as payable pertaining to the instant work during the tenure of the contract, the same will be paid to the Contractor at actual on submission of documentary evidence.

Page 10: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

10

16. Labour Regulations and Minimum Wages :- The tenderer shall abide by the provisions of the contract Labour Act 1970 for which the tenderer to maintain records as necessary in terms of minimum wages act read with the other statutory provisions. The provisions under the Factory Act 1948 as amended from time to time shall have to be complied with by the Contractor.

17. Local Rules & Regulations :- The Contractor have to abide by the rules and regulations framed by DVC authority which may change from time to time in the interest of the project. They are to follow the duty hours as will be specified by the controlling officer during execution of contract.

18. Security Gate Pass :- The contractor have to arrange gate pass for his workmen from the security department and the rules and regulations related to this subject shall be binding on the contractor.

19. Withdrawal of workmen :- In case of any worker is found hampering the interest of the project in any way DVC reserves the right to take appropriate action. In such case, tenderer shall have to replace such workmen within 24 Hours notice from the controlling officer.

20. Idle Labour Charge :- DVC shall not responsible for payment towards idle labour charge under any circumstances. 21. Safety of Working Personnel: - DVC in no way shall be responsible for safety of the Contractor’s workmen. The

Contractor should supply the necessary protective devices for safety of their workmen and will ensure that necessary safety precautions have been taken for his workmen.

22. Accident: - In case of any accident of the Contractor’s workmen, they are to arrange necessary prima facie requirement immediately after the incident. DVC shall in no way be held responsible to compensate Contractor’s workmen be it on duty or not. No benefit in any form shall be admissible in such case.

23. Payment to Workmen: - The Contractor shall have to make wages/salary payment to workmen within 10 days of succeeding month failing which the order may be terminated without further reference. Monthly salary/wage sheet shall have to be submitted to (One copy) the Personnel section.

24. Canteen facility: - Canteen facility may be extended to working personnel of the contractor on chargeable basis.25. Checking: - Controlling officer or safety officer at their discretion may check/examine any of the Contractor’s

tools/scaffolding/working condition etc. and if unsatisfied he may suspend the job temporarily till proper measure is taken from the Contractor’s end.

26. Workers compensation: - All the workers under the contract must be paid compensation as per Workmen’s Compensation act in case of injury or death in course of employment while on duty, by the tenderer at his own cost.

27. The Contractor must have Provident Fund code no. for depositing Provident Fund amount for his workmen.28. EPF scheme will be applicable as per rule. 29. The Contractor should furnish P&T / Mobile Numbers of the responsible contact person(s) for emergency need.30. The Contractor shall be fully responsible for his workers with regard to terms of employment. DVC is not responsible in any

manner, whatsoever in respect of workers engaged by the contractor for carrying out the work at DTPS, DVC.

MANDATORY SAFETY CLAUSES OF THE WORK CONTRACT (CONTRACTOR’S RESPONSIBILITY):-01. The Contractor shall be vigilant to ensure provisions of Factories Act 1948 and other statutory provisions as applicable in

respective Power Plant.02. Contractor’s responsibility is to collect copies of prevailing rules from safety department of the plant.03. The Contractor must ensure use of Personal Protective Equipments by their workers.

a) Industrial HELMET shall be issued to each worker by the Contractor.b) Other Personal Protective Equipments necessary for execution of the work shall have to be supplied by the Contractor

to their workers which must be approved by Safety Department of the Plant before commencement of work.c) Although the responsibility of providing PPEs rests on the Contractor as per terms of contract but plant authority may

issue PPEs to the workers in the interest of work, if available. Safety department will issue such PPEs if intimation from O&M department and the contractor reaches in advance to the safety department.

04. The Contractor shall ensure periodic testing/examination of equipment as well as safety of tools and tackles, used by them as per provision of Factories Act and rule and maintain the upto date record for the same at site for inspection of departmental Engineer/Safety Department on demand.

05. The Contractor will ensure medical examination for its workers who are working at hazardous areas before commencement of work and once in every year by qualified medical practitioners as per provision of the Factories Act 1948 and W.B. Factories Rule and maintain a Register for the same for inspection by respective O&M Department/Safety Department on demand.

06. The workers employed by the Contractor should be suitably skilled for the respective job requirement otherwise head of concerned O&M department shall have the right to disallow the unsuitable worker.

07. No Child labour shall be engaged by the contractor as per statutory rule of Govt. of India.08. The Staff engaged by the contractor should not be under addiction of drug/liquor while on duty. It would be obligatory on

the part of the contract to remove any such worker from the job whose action or conduct in the opinion of DVC management is detrimental to the interest of Corporation.

09. In case of injury, contractor will send the injured person to Hospital/Dispensary/First aid Centre with verbal intimation to the O&M Department under whom he works as well as to safety department. The tenderer shall submit periodical progress report about the treatment till the injured worker is certified fit by Govt./Govt. Registered doctor and the said fit certificate is to be submitted to safety department before resumption of work by the said injured workers.

10. The tenderer shall report about serious injury/fatality of their workers to local police station, DM, Safety Department and O&M department within two hours but written report shall have to be submitted in prescribed from to safety department, P&A and O&M department positively within 4 (FOUR) HOURS.

11. In case of failure to fulfill safety requirement, DVC plant authority shall have the right to claim 1% of contract value or Rs.1000/- per day till they fulfill the safety requirement subject to maximum of 5% of total work contract, safety department is authorized to suggest such deduction to concerned O&M department.

12. If any accident occurs due to willful violation/non fulfillment of conditions of contract/safety rules in spite of caution letter by safety department. Party will be subjected to penal deduction of 5% of the work order value or Rs. 10,000/- whichever is higher. For this purpose, last 5% of the order value or an amount of Rs. 10,000/- whichever is higher will be released only after getting clearance from Plant Safety Department.

________________

Page 11: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

11

ANNEXURE – IIIELIGIBILITY CRITERIA FOR SELECTION OF TENDERERS ::

A. TECHNICAL CREDENTIAL:a) The bidders must have credential for repairing of boiler tube leakages, servicing/replacement of HP Valves of

minimum 100 MW or more in line with the scope of work. b) In consideration of above, indenting bidders must have experience of Power stations of State Electricity

Board/ Govt/Semi Govt/PSU of having completed similar works during last 7 years ending last day of month previous to the one in which offers are invited should be either of the following:-

Three similar completed works each costing not less than the amount equal to 30% of the estimated cost i.e. Rs. 10,40,721/-

Or, Two similar completed works each costing not less than the amount equal to 40% of the estimated cost i.e.

Rs. 13,87,628/-Or,

One similar completed work of costing not less than the amount equal to 70 % of the estimated cost i.e. Rs. 24,28,350/-

o Similar work means : Successful execution of repairing of boiler tube leakages, servicing/replacement of HP Valves of minimum 100 MW or more in line with the scope of work in State Electricity Board/ Govt/Semi Govt/PSU/Other Reputed organization.

o Complete work means: The executed/completed portion of Work Order/AMC/RC, even if the work has not been completed in totality (Subject to furnishing Proof executed value of the work in the form of certified copies of RA Bills).

o However, a tolerance up to 5% of the aforesaid technical credential (i.e. Costing) is also allowable.

B. FINANCIAL CREDENTIAL:

Bidders average turn over during preceding 3 (three) years ending on 31.03.2009 should be 30 % of the estimated value of the work i.e. Rs. 10,40,721/- and certified statement by Chartered Accountants of overall profitability and financial solvency to be submitted by the bidders.

C. Self attested photo copies of the following valid statutory documents are to be invariably submitted by the tenderer. However, DVC reserves the right to call for original documents at any time particularly at the time of bid opening of the Tender.

a. Proof of executions in respect of the furnished work order copies/ documents like satisfactory work completion certificate from the competent authority or copies of RA bills/MB or any document which in the opinion of the Tender inviting/Tender accepting authorities clearly establishes that works have been satisfactorily executed by the Tenderer.

b. Valid Trade License.c. Service Tax Registration. No.d. Bank Account No. (Authenticated by Bank).e. EPF allotment no.f. Company registration, article of association, proprietorship or partnership deed, if any, as the case

may beg. Bank solvency certificate issued from their bankers regarding their financial soundness and

meeting of working capital requirement.

D. All the documents shall be furnished by the Tenderer along with Techno-Commercial Bid of the offer.

Page 12: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

12

FORMAT FOR COMMERCIAL TERMS & CONDITINS DAMODAR VALLEY CORPORATION

NAME OF THE PROJECT : DURGAPUR THERMAL POWER STATION

1. Enquiry / NIT No.

________ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ _

Date __ _ _ _ _ _ _ _ Date of Opening_ _ _ _ _ _ __ _

2. Name of the Firm

M/s. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

Phone No.___ _ _ _ _ _ _ _ _ _ _Fax No._ _ _ _ _ _ _ _

E-Mail_ _ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

a) Head Officeb) Registered Officec) Local/Branch Officed) Works

_ _ _ _ _ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

4. Whether Certified by ISO YES / NO

5. Agreed to accept DVC’s Security Deposit-Cum-Performance Guarantee Clause

YES / NO.

6. Agreed to accept DVC’s LD Clause YES / NO.

7. Payment Terms DVC’s payment Term / Any other

STRIKE OUT WHICHEVER IS NOT APPLICABLE

ANNEXURE- A

3. Address of the Firm

Page 13: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

13

ANNEXURE-BPRICE PART

DAMODAR VALLEY CORPORATIONNAME OF THE PLANT: Durgapur Thermal Power Station

ADDRESS: : Superintending Engineer (Tech) DTPS, DVC, DURGAPUR-713 207, Dist.: Burdwan (W.B.)

ENQUIRY/NIT NO. : -------------------------------------------------------------------------------------

DATE : ------------------------NAME OF THE WORK: - ANNUAL RATE CONTRACT FOR REPAIR OF BOILER TUBE LEAKAGES IN DIFFERENT ZONES OF BOILER AND UP-KEEPMENT OF BOILER OF UNIT NO 3 ( 1X 140 MW) AND UNIT NO 4 (1 X210 MW) OF DTPS, DVC PRICE FOR PART - I:-

SL.NO. DESCRIPTION LUMP SUM RATE (RS.)PER MONTH

LUMPSUM RATE (RS.)ANNUALLY

1. UPKEEPMENT OF BOILER OF UNIT NO. 3 & 4, DTPS.

TOTAL (IN WORD)

NOTE ::The price for PART – I must be quoted on Lump Sum basis both monthly & annually. The annual quoted price for PART – I must be limited to maximum 20% of the total quoted price for PART – II. In case the annual quoted price for PART – I exceeds the maximum limit of 20% of the total quoted price for PART – II as mentioned above, the bid will not be taken into consideration.

PRICE FOR PART – II ::

A.WELDING JOINTSSL. NO

TUBE SIZES MATERIAL SPECIFICATION

NO. OF

JOINTS *UNIT RATE

(RS.)TOTAL AMOUNT

(RS.)

1 UPTO 51 MM OD & 5.38 MM THICK MEDIUM CARBON STEEL/ SA 210 GRA1

100

2 ABOVE 51 MM OD UPTO 76.1 MM OD & ABOVE 5.38 MM UPTO 7.1 MM THICK

MEDIUM CARBON STEEL/ SA 210 GRA1

100

3 UPTO 63.5 MM OD & 7.6 MM THICK CML/ SA213T11 100

4 UPTO 54 MM OD & 10 MM THICK CRM2/ SA213T22 100

5 UPTO 51 MM OD & 5 MM THICK STAINLESS STEEL/ TP347H/TP304H

100

6 UPTO 54 MM OD & 4.5 MM THICK SA209T1 50

7 PADDING OF TUBES OF ABOVE SIZES TUBES

MEDIUM CARBON STEEL/ CML/ CRM2

50

TOTAL ::

B.SCAFFOLDING/ ACCESSSL. NO

ZONE NO. OF OCCASION*

UNIT RATE(RS.)

TOTAL AMOUNT(RS.)

1 1ST PASS UPTO 15 METER ELEVATION 62 1ST PASS ABOVE 15 METER TO 30

METER ELEVATION4

3 1ST PASS ABOVE 30 METER TO 50 METER ELEVATION

4

4 2 ND PASS 85 INTERMEDIATE PASS 4

TOTAL

C.MOBILISATION CHARGES% ON TOTAL VALUE OF WELDING JOINTS AND ACCESS/SCAFFOLDING PER OCCASION BASIS.

TOTAL AMOUNT (RS.)

Page 14: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

14

D.OTHER MISC. JOBSSL. NO.

MATL SPECIFICATION

DESCRIPTION OF WORK QTY* UNIT RATE(RS.)

TOTAL AMOUNT

(RS)1 MEDIUM

CARBON STEEL/ALLOY

STEEL

REPLACEMENT OF VALVES UPTO 4 INCH 10 NOS.

2 DO REPLACEMENT OF VALVES ABOVE 4 INCH UPTO 6 INCH

4 NOS.

3 DO REPLACEMENT OF VALVES ABOVE 6 INCH UPTO 12 INCH

4 NOS.

4 DO SERVICING OF VALVES UPTO 4 INCH 12 NOS.

5 DO SERVICING OF VALVES ABOVE 4 INCH UPTO 6 INCH

8 NOS.

6 DO SERVICING OF VALVES ABOVE 6 INCH UPTO 12 INCH

4 NOS.

7 FULL CLEANING OF PENT HOUSE 2 NOS.8 PARTLY CLEANING OF PENT HOUSE FOR

ATTENDING TUBE LEAKAGE4 NOS.

9 CLEANING OF DEAD CHAMBER 2 NOS.10 CLEANING OF DOG HOUSE 2 NOS.11 DE- METERING OF BOILER TUBES IN

DIFFERENT ZONES2000 PTS.

12 LOWERING/RAISING OF ECONOMIZER/ LTSH COILS

8 NOS.

13 RADIOGRAPHY FIXED CHARGES PER OCCASION

20 NOS.

14 RADIOGRAPHY EXTRA CHARGES PER JOINT

20 NOS.

15 STRESS RELIEVING CHARGES PER JOINT 8 NOS.16 REPAIRS OF BOILER SKIN CASING 100 SQ.MT

TOTAL AMOUNT (IN WORDS)

Part –II TOTAL VALUE (A+B+C+D) = RS.___________________________________ NOTE : * The above no of joints / no. of occasions/ quantity of Misc. job are tentative/approximate only and may vary depending on the actual work requirement during execution of job. However, the price shall be limited to the total quoted price for PART – II.

Signature of the bidderwith rubber stamp

N.B:-1. Service Tax will be paid extra as applicable.2. The price will be firm as per scope of work through out the contract period.3. All the taxes & duties as applicable along with other factors, if any having implication on prices be mentioned in the offer for clear evaluation.4. Bidder shall quote his item rate in figures & words.5. Bid evalution will be on overall L1 basis.6. No separate sheet on account of discount/rebate is permitted. The tender will be rejected in case of any extra sheet enclosed, stapled or pinned to

this price bid sheet.

Page 15: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

15

TECHNO-COMMERCIAL DEVIATION SCHEDULE

Bidder should agree to all the techno-commercial terms and conditions of the bid documents. However, deviation, if any, should be stated as per the following schedule and to be submitted along with 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 deviations if the bidder, on advice of owner, does not withdraw the deviations.

NAME OF THE PROJECT DURGAPUR THERMAL POWER STATION

YOUR NIT NO. _ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ _

Bidder’s NAME & ADDRESS _ _ __ _ _ _ _ _ ___ _ _ _ _ _ _ _ _ _ _ __ _ _ _ _ _

TO

_________________________________

( Purchaser’s Name & Address )

Dear Sir,

Following are the deviations 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. DEVIATION

Date ________________________ ( signature ) ________________________________

Place : _______________________ ( Name ) _______________________________________

( Designation ) _______________________________

( Common Seal ) ____________________________

NOTE : If there are no deviation, this deviation schedule shall be submitted along with the

techno-commercial bid duly signed and stamped after stating “ NIL DEVIATIONS”.

ANNEXURE- CDAMODAR VALLEY CORPORATION

Page 16: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

16

Cost of withdrawal of deviations

NAME OF THE PROJECT DURGAPUR THERMAL POWER STATION

YOUR NIT NO.

Bidder’s NAME & ADDRESS _ _ __ _ _ _ _ _ ___ _ _ _ _ _ _ _ _ _ _ __ _ _ _ _ _

TO

_________________________________

( Purchaser’s Name & Address )

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 this attachment falling which our bid may be rejected and Bid Security forfeited.

SL.NO.

CLAUSE NO. DEVIATION COST OF WITHDRAWA

L IN (RS.)

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 along with the price bid only and will be taken into consideration for the purpose of bid evaluations.

ANNEXURE- D

DAMODAR VALLEY CORPORATION

Page 17: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

17

( On Non-Judicial Stamp paper of appropriate value )PROFORMA OF BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT

To The Damodar Valley Corporat on,DVC DTPS, Durgapur Dear Sir,In accordance with your notice inviting Tender for _________________________________

_____________________________________________ Under your specification No. ____________dated____________M/s________________________ (Name & full address of the Firm) (hereinafter called the TENDERER) hereby submit the Bank Guarantee :

Whereas to participate in the said tender for the following :-1. ____________________________________( name of the items to be supplied as per NIT)2. __________________________________________________________3. __________________________________________________________

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 (*) (hereinafter referred to as “CORPORATION”) by a bank Guarantee from a nationalized Bank / Schedule 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 whereas the tender 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 Undertaking) Act. 1969 and branch Office at __________________________( hereinafter referred to as the Guarantor) do hereby undertake and agree to 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 cost, charges and expenses caused 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 the Tenderer in respect of the said Tender Document and the decision of the corporation that the Tender has committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Corporation shall be final and binding on 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 Tenderer 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 unrealized 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.

P/2

ANNEXURE- E

Page 18: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

18

Notwithstanding anything stated above, our liability under this Guarantee shall be restricted to Rs._________________(Rupees________________________) only and our Guarantee shall remain inforce 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______________________________ (Signature)_____________________________

Place_____________________________ (Print Name ) _________________________

(Designation _________________________________ ( BANK’S COMMON SEAL )

WITNESS ( WITH FULL NAME, DESIGNATION, ADDRESS & OFFICIAL SEAL, IF ANY )

1.________________________________________

________________________________________

2. ________________________________________

_________________________________________

Page 19: DAMODAR VALLEY CORPORATION - 2.imimg.com2.imimg.com/tenders/doc/2009-12-10/240_2009-12-10_91820.pdf1 damodar valley corporation durgapur thermal power station p.o.: durgapur-7, dt.:

19

BANK GUARANTEE VERIFICATION CHECKLIST

CHECKLIST YES NO1. Does the Bank Guarantee compare verbatim with

standard DVC Proforma for BG?2. A) Has the executing Officer of BG indicating

his name, designation & Power of Attorney No. / Signing Power number etc. on BG?

B) In each page of BG duly signed/initiated by the executants and last page is signed with full particulars as required in the DVC/s standard proforma of BG and under the seal of the Bank.

C) Is BG No. and date mentioned on all pages of the BG?

D) Does the last page of the BG carry the signature of two witnesses alongside the signature of the executing Bank Manager?

3. A) Is the BG on non-judicial stamp paper is issued not more than six months prior to date of execution of BGB) Is the date of sale of non-judicial stamp paper is issued not more than six months prior to date of execution of BG.

4. A) Are the factual details such as Bid specification No./NIT No./LOA/PO no. contract price, etc. correct?B) Whether overwriting/cutting if any on the BG authenticated under signature & seal of executants.

5. Is the amount and validity of BG in line with contract provisions?

6. Is the foreign bank guarantee, Confirmed by a Nationalized/scheduled bank in India (as applicable)?

7. Whether the BG has been issued by a Nationalized Bank/Non-Nationalized Bank. Acceptable to DVC/Scheduled bank at India (the applicability of the Bank should be in line with the provisions of bidding Documents)

ANNEXURE- F