ELECTRICITY MAINTENANCE DIVISION-I, ‘D’...

25
OFFICE OF THE EXECUTIVE ENGINEER ELECTRICITY MAINTENANCE DIVISION-I, ‘D’ THERMAL POWER STATION HARDUAGANJ THERMAL POWER PROJECT U.P. RAJYA VIDYUT UTPADAN NIGAM LTD. P.O. KASIMPUR DISTT.: ALIGARH (UP) TENDER SPECIFICATION NO. : T-05/EMD-I/DTPS/HTPP/2016-17 NAME OF THE FIRM : …………………………………………………… NAME OF WORK : Annual Overhauling of 6.6kV Motors, HT/LT Transformers, IP/SP Bus-Duct, 220KV Switchyard Bays & other Electrical Systems of Unit # 8, DTPS HTPP, during Overhauling of Unit 8. ESTIMATED COST : Rs. 9.57 Lac EARNEST MONEY : Rs. 20,000.00 TENDER COST : Rs. 500.00+75.00 (VAT+Cess) = 575.00 LAST DATE & TIME FOR SUBMISSION OF COMPLETE TENDER BID : 20.12.2016 up to 14:00 Hrs. DUE DATE AND TIME OF TENDER OPENING PART-I : 20.12.2016 (16:00 Hrs.) PART-II : 27.12.2016 (16:00 Hrs.) The following documents are attached in the tender form: 1. Declaration form. 2. Performa of agreement for validity of tender. 3. Instructions to tenderers. 4. Additional conditions of contract. 5. Proforma of no dues certificate from Elect/Civil departments. 6. Scope of work. 7. Schedule of rates. EXECUTIVE ENGINEER EMD-I, DTPS Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

Transcript of ELECTRICITY MAINTENANCE DIVISION-I, ‘D’...

OFFICE OF THE EXECUTIVE ENGINEER

ELECTRICITY MAINTENANCE DIVISION-I, ‘D’ THERMAL POWER STATION

HARDUAGANJ THERMAL POWER PROJECT U.P. RAJYA VIDYUT UTPADAN NIGAM LTD.

P.O. KASIMPUR DISTT.: ALIGARH (UP)

TENDER SPECIFICATION NO. : T-05/EMD-I/DTPS/HTPP/2016-17 NAME OF THE FIRM : …………………………………………………… NAME OF WORK : Annual Overhauling of 6.6kV Motors, HT/LT

Transformers, IP/SP Bus-Duct, 220KV Switchyard Bays & other Electrical Systems of Unit # 8, DTPS HTPP, during Overhauling of Unit 8.

ESTIMATED COST : Rs. 9.57 Lac EARNEST MONEY : Rs. 20,000.00 TENDER COST : Rs. 500.00+75.00 (VAT+Cess) = 575.00 LAST DATE & TIME FOR SUBMISSION OF COMPLETE TENDER BID : 20.12.2016 up to 14:00 Hrs. DUE DATE AND TIME OF TENDER OPENING PART-I : 20.12.2016 (16:00 Hrs.)

PART-II : 27.12.2016 (16:00 Hrs.) The following documents are attached in the tender form: 1. Declaration form. 2. Performa of agreement for validity of tender. 3. Instructions to tenderers. 4. Additional conditions of contract. 5. Proforma of no dues certificate from Elect/Civil departments. 6. Scope of work. 7. Schedule of rates.

EXECUTIVE ENGINEER EMD-I, DTPS

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

TENDER NOTICE

TENDER NO. : T-05/EMD-I/DTPS/HTPP/2016-17 OFFICE : Executive Engineer, EMD-I, DTPS

HTPP, Kasimpur, Aligarh. WORK : Annual Overhauling of 6.6kV Motors, HT/LT

Transformers, IP/SP Bus-Duct, 220KV Switchyard Bays & other Electrical Systems of Unit # 8, DTPS, HTPP, during Overhauling of Unit 8

PERIOD : One year EARNEST MONEY : Rs. 20,000.00 TENDER COST : Rs. 500.00+75.00 (VAT+Cess) = 575.00 DATE & TIME OF SUBMISSION : 20.12.2016 (14:00 Hrs.) OF TENDER DATE & TIME OF OPENING OF : PART-I 20.12.2016 (16:00 Hrs.) : PART-II 27.12.2016 (16:00 Hrs.) Tender Notice & Specification are available in Nigam’s website www.uprvunl.org tenderers may download & submit the tender with required tender fee & other documents. EXECUTIVE ENGINEER EMD-I, DTPS -------------------------------------------------------------------------------------------------------------------

fufonk lwpuk fufonk la[;k % Vh&05@fo0v0[k0&izFke@n rk0fo0x0@ g0rk0fo0i0@

2016&17 dk;kZy; % vf/k’kklh vfHk;Urk] fo|qr vuqj{k.k [k.M&izFke

n rki fo|qr x`g] gjnqvkxat rkih; fo|qr ifj;kstuk] dkfleiqj vyhx<+A

dk;Z % gjnqvkxat rkih; fo|qr ifj;kstuk ds n rki fo|qr xg dh bdkbZ la0 8] dh 6-6 fd0oks0 dh ekssVlZ] ,p0Vh0@,y0Vh VªkUlQkeZj] vkbZ0ih0@,l0ih0 cl&MDVl] 220 ds0oh0 fLop;kMZ cs;t+ ,oa vU; bysfDVªdy flLVEl dh okf"kZd vksojgkWfyax dk dk;Z A

dk;Z dh vof/k % ,d o”kZ /kjksgj jkf’k % :0 20]000-00 fufonk ewY; % :0 500-00$75-00 ¼oSV$lSl½¾ 575-00 fufonk tek djus dk fnukWad ,oa le; % 20-12-2016 14%00 cts rd fufonk [kqyus dk fnukWad ,oa le; % Hkkx&çFke 20-12-2016 ¼ 16%00 cts½ % Hkkx&f}rh; 27-12-2016 ¼ 16%00 cts½ fuxe dh osclkbV www.uprvunl.org esa fufonk lwpuk ,oa fof’k”V miyC/k gSA bls download dj ml vk/kkj ij tek fd;s x;s fufonk çLrko esa fn;s x;s fufonk ‘kqYd ,oa vU; çi=ksa ds lkFk tek fd;s tkus ij vuqeU; gksaxsA

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

vf/k’kklh vfHk;Urk fo|qr vuqj{k.k [k.M&izFke

n rki fo|qr x`g

DECLARATION TENDER No. T-05/EMD-I/DTPS/HTPP/2016-17 I certify that

all the above data and information pertaining to this specification are correct and are a true

representation of the work covered by our formal proposal.

Number……………………………………………….

Dated:………………………………………………..

I hereby certify that I am the duly authorized representative of the tenderer whose name and

signature appears above my signature.

Tenderer’s Name & Signature:……………………………………………

Signature of authorized representative:……………………………………

Tenderer’s intent: The tenderer hereby agrees to fully comply with the requirements and intent of this

specification, for the price indicated.

Signature of authorized representative:……………………………………. SIGNATURE FO TENDERER: NAME: SEAL

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

On a non Judicial stamp of Rs.-100/- plus Re.l/- revenue stamp

AGREEMENT FOR TENDER VALIDITY

Tender invited by : The Executive Engineer, ELECTRICITY MAINTENANCE DIVISION-I,

DTPS, Harduaganj Thermal Power Project, U,P, Rajya Vidyut Utpadan Nigam Limited, P.O., Kasimpur, Distt. – Aligarh. Tender for : ………………………………………………………………………. Tender Notice No. : T-05/EMD-I/DTPS/HTPP/2016-17 Opening date : Part-I ………………………Part-II …………………………. Name of Tenderer : ……………………………………………………………………… ………………………………………………………………………. ………………………………………………………………………. ……………………………………………………………………….

IN CONSIDERATION of the UPRVUNL having treated the tenderer to be an eligible person tender may be considered, the tenderer hereby agreed to the condition that the proposal in response to the above invitation shall not be withdrawn within 120 days From the date of opening of tender Part-II, also to the condition that if thereafter the tenderer does withdraw his proposal within the said period the earnest money deposited by the firm may be forfeited to the UP, Rajya Vidyut Utpadan Nigam Ltd. in the description of the letter.

Signed this ………………………………. Dated of ……………………2016

Signed by the Tenderer (With Seal)

Witness:- 1- 2-

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

CERTIFICATE We hereby certify that:

01. The Prices are firm & complete all respect and will not vary on any account what so ever it may be during the period of contract.

02. The validity of rates is for 120 days from the date of opening of the tender.

03. The rates include all the taxes, duties, levies, labour wages etc, required to execute the work.

04. The Terms & Conditions imposed as per tender specification and as per Nigam’s rule are

acceptable to us. SIGNATURE OF CONTRACTOR : NAME OF FIRM : FIRM’S SEAL :

RELATIONSHIP CERTIFICATE We herby certify that none of our relative is working in Harduaganj Thermal Power Project, Kasimpur, Aligarh. SIGNATURE OF CONTRACTOR : NAME OF FIRM : FIRM’S SEAL :

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

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

¼1½ eSa -------------------------------------------------------------------------------------------- ¼uke½ izekf.kr djrk gWwa fd esjh bl QeZ vFkok

vU; ,slh dksbZ Hkh QeZ ftldk eSa lgHkkxh@ekfyd gWwa vFkok esjs Lo;a dk fuxe ds vkokl la[;k

--------------------------------------- dk fdjk;k vkSj fo|qr “kqYd fiNys ekg rd dk tek fd;k tk pqdk gS rFkk

blds izek.k gsrq vfUre jlhnksa dh fuEuor~ Nk;k izfr;kWa layXu gSa A

¼d½ fo|qr jlhn la[;k -------------------------------------------------- fnukWad ------------------------------------- #0 ------------------------------------------------------------------------------------------------------------------------------ ---

¼[k½ vkokl jlhn la[;k -------------------------------------------------- fnukWad ----------------------------------- #0 ---------------------------------------------------------------------------------------------------- ----------------------------- ¼2½ esjh bl QeZ vFkok ,slh dksbZ Hkh QeZ ftldk eSa lgHkkxh@ekfyd gWwa vFkok esjs Lo;a ds uke ls

gjnqvkxat 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 gWwa A

;fn mijksDr izek.k&i= esa fdlh izdkj dh vlR;rk ik;h tkrh gS rks foHkkx esjk orZeku

vuqcU/k fujLr dj ldrk gS A

fnukWad ---------------------------------------- gLrk{kj

QeZ ds izfrfuf/k dk uke o eqgj

uksV & dzekad 01 ls 02 esa tks ykxw u gks mls dkV nsa A

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

QeZ@Bsdsnkj ;g izi= foHkkx }kjk fuxZr izi= ls vyx dj Hkkx&1 ds lkFk tek fd;k tkuk 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& -------------------------------------------------------------------------------------------- 5& -------------------------------------------------------------------------------------------- 3& LFkk;h irk & 1& edku la0 % ---------------------------------------------------------------- 2& xkWao@ekSgYyk % ---------------------------------------------------------------- 3& Mkd?kj % ---------------------------------------------------------------- ------------------------------------------------------------------- 4& Fkkuk % ---------------------------------------------------------------- 5& ftyk % ---------------------------------------------------------------- 6& fiu dksM la0 % ---------------------------------------------------------------- 7& nwjHkk"k % ---------------------------------------------------------------- 4& i=kpkj gsrq irk& 1& -------------------------------------------------------------------------------------------- 2& -------------------------------------------------------------------------------------------- 3& -------------------------------------------------------------------------------------------- 4& -------------------------------------------------------------------------------------------- 5& -------------------------------------------------------------------------------------------- 6& -------------------------------------------------------------------------------------------- 7& -------------------------------------------------------------------------------------------- 5& iqfyl }kjk iznRr pfj= izek.k&i= dh lR;kfir izfr A 6& deZpkjh Hkfo"; fuf/k dwV la[;k dh lR;kfir izfr A

gLrk{kj vf/kdr izfrfuf/k

eqgj

fVIi.kh & QeZ dh fLFkfr esa ikVZujf”ki@izksijkbVjf”ki MhM dh lR;kfir izfr tek djuk vfuok;Z gSA

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

10 #i;s ds ukutwfMf”k;y LVSEi ij eSa 'kiFk iwoZd c;ku djrk@djrh gWwaa fd eSa -----------------------------------------------------------------------------------------iq= Jh -------------------------------------------------------------------------irk -------------------------------------------------------------------------------------------- dk@dh fuoklh gWwaA eSa 'kiFk iwoZd c;ku djrk@djrh gWwaWW a fd gjnqvkxat rkih; ifj;kstuk esa gekjk dksbZ Hkh fj”rsnkj ugha gSaA eSa 'kiFk iwoZd c;ku djrk@djrh gWwaWW a fd vius }kjk fu;ksftr leLr lafonk Jfedksa dks “kklu }kjk fu/kkZfjr U;wure etnwjh dk Hkqxrku gj n”kk esa d#Waxk@d#aWxh A eSa 'kiFk iwoZd c;ku djrk@djrh gWwa fd lafonk Je ¼fofu;e ,oa mUewyu½ vf/kfu;e] 1970 o lifBr m0iz0 lafonk Je ¼fofu;e ,oa mUewyu½ fu;ekoyh 1970 ds leLr izkfo/kkuksa dk leqfpr #i ls vuqikyu d#Waxk@d#Waxh rFkk vuqikyu u gksus dh n”kk esa fu;kstd }kjk lafonkdkj ds fo#) dh x;h dk;Zokgh lafonkdkj dks ekU; gksxh A fnukWad ---------------------------------------

gLrk{kj QeZ ds izfrfuf/k dk uke o eqgj

nks lk{kh ds gLrk{kj ¼uke o irk lfgr½ 1- ------------------------------------------------------------------------------------------------ 2- -----------------------------------------------------------------------------------------------

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

INSTRUCTIONS TO TENDERERS

Tender No. T-05/EMD-I/DTPS/HTPP/2016-17 The tenderers are advised to read the following instructions before filling the tender and follow them strictly: 1.0 PREPARATION OF TENDER: Geographical situation of site Harduaganj Thermal Power Station.

The Site of Harduaganj Thermal Power Station is situated at 16 K.M. from Aligarh City in UP. The nearest railway station is Harduaganj & nearest Bus is at Aligarh. Aligarh is on BG Northern Central Railway line. 1.01 Before submission of the tender, the tenderers are requested to make themselves fully

conversant with site of work, technical specification, general conditions as per section “A” condition’s of contract etc so that no ambiguity arises at a later date in this respect.

1.02 The tender should be prepared in two parts in two separate sealed envelopes. The Part-I shall contain earnest money and all the technical details etc. The Part-II shall contain price bid only.

(A) FOR TENDERS PERTAINING TO EXECUTION OF WORK: Tenderers should note that individual tender must be submitted as detailed below: TENDER BID PART-I Tender Bid Part-I shall contain Earnest Money in the shape of FDR/CDR/DAC /Bank Draft issued by any scheduled bank, payable at Kasimpur ( Aligarh ), duly pledged in favour of Senior Accounts Officer, EPAD, Harduaganj TPS, Kasimpur(Aligarh) in sealed cover, super scribed tender part-I Earnest Money against Tender Notice No. T-05/EMD-I/DTPS/HTPP/2016-17 Part-I will also contain all the documentary proof in support of pre qualifying conditions duly self attested by the tenderers under their Signature & Seal. TENDER BID PART-Il Tender Bid Part-Il shall contain the price bid. The sealed cover containing the tender bid shall be super scribed Tender bid part-Il against Tender Notice No. T-05/EMD-I/DTPS/HTPP/2016-17 Following shall also be super scribed on the envelopes of Part-I & II of the tender.

(i) NAMEOF WORK …………………………………………………………………… ……………………………………………………………………………………….. (ii) Date of opening part-I ……………………………..Part-II ………………………….

Sealed envelopes containing tender bid part-I and part-Il should be kept in one sealed envelope super scribed the tender notice no. & date of opening of part-I & II.

(B) At the time of opening the tenders the Part-I containing earnest money and containing documentary proof in support of all the pre qualifying conditions shall be opened first,

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

Part-II will be opened only of those tenderers who have submitted the required amount of earnest money in the desired from & fulfill all the pre qualifying conditions.

Tenderers are advised to submit tender under registered post with acknowledgment due and should be posted much in advance so that they are received in the office before the due date and time, no time allowance shall be admissible for postal delays etc. The tenders received after the specified time and date shall not be entertained. The required information shall be furnished in standard Pretoria, wherever available with tender documents. Any other technical data details the tenderer wishes to submit in addition to the details asked for in the above annexure as well as descriptive leaflets, drawing if any may be enclosed along with above information in part-I portion only. The tender must be completed in all respects and each page to the tender document shall be signed and dated by tenderer in Ink only. All correction shall be initialed and dated prior to submission. The schedules/data sheets must be filled in items by items in accordance with the instruction and notes supplementary there to. In the event of the tender being submitted by a firm, it must be signed by each member there of or in the event of absence of any party, it must be signed by a person holding a power of attorney authorizing to do so. Such power of attorney shall be produced along with tender. 1.03 In case the tenderer does not supply any of the required information at the time of tender,

necessary loading will be made while evaluating the price of his offer without giving him any further opportunity to supply or clarify, the same. Also that failure to comply with this requirement may result, to the rejection of the bid at the discretion of the purchaser.

1.04 The tenderer shall quote firm prices. 1.05 The tender sent by post must be posted by registered post A/D sufficiently in advance so as to

reach at the address by the schedule date and time of submission of tender. Any tender received late at the due date and time of submission even on account of delay on the part of postal authorities may be rejected.

1.06 Telegraphic offers/tenders shall not be entertained and such offer shall be rejected. 1.07 Any action on the part of the tenderer to revise the prices and re change the structure of

price/prices at his own instance after opening of the tender will result in rejection of the tender and/or debarring the tenderer from participation in work of the U.P. Rajya Vidyut Utpadan Nigam Ltd. for one year in the first instance.

1.08 conditional discount shall not be considered. 02. EARNEST MONEY: 2.01 Tender must be accompanied with Earnest Money in the shape of FDR/TDR/DAC/Demand

Draft, issued by any scheduled bank payable at Kasimpur (Aligarh) duly pledged in favour of S.A.O. EPAD, HTPP, Kasimpur. In case earnest money of specified amount and in the prescribed form is not deposited in Part-I of tender price bid (Part-Il) will not be opened.

2.02 The earnest money will be returned to all except the successful tenderer. The earnest money of successful tenderer shall be retained and adjusted to work’s security deposit.

03. SECURITY DEPOSIT: As per clause No. 5 of additional conditions of contract.

04. MODIFICATION PRIOR TO THE DATE OF TENDER OPENING: The undersigned reserves the right to revise or amend the specifications prior to the date notified for opening of the tender. Such revision or amendment, if any will be communicated to all the tenderers as amendment to this invitation to the tenders.

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

05. CLARIFICATION DESIRED BY THE TENDERERS: Any clarification with regard to the specification should be sought for by the tenderer before submission of the tender. No correspondence on this account will be entertained once the tender has been submitted by the tenderer.

06. SUBMISSION OF TENDER: The tender duly prepared in accordance with the procedure laid down in Para 1.00 above for Part-I and Part-Il, shall be submitted to the office of the undersigned by the time stated in the enquiry calling for tenders or extension thereof.

07. PROCEDURE FOR OPENING AND PROCESSING OF TENDERS: The part-I & Part-Il of tender shall be publicly opened on the date and time specified in the tender notice. Only those offers which are in conformance with deposit of earnest money and fulfill the pre qualifying conditions shall be considered and processed for the evaluation. The tenders accompanied with requisite earnest money shall be scrutinizes and processed in this office to ensure whether the same are in conformance to technical requirement of the specification.

08. TIME OF COMPLETION: The agreement for the above works will be one year from the date of start.

09. AWARD OF CONTRACT: The undersigned does not pledge to accept the lowest or any tender and reserve the right to accept/reject any tender without assigning any reason thereof, No tender should be deemed to have been accepted unless such acceptance is notified in writing to the tenderer by the UPRVUNL.

10. CONTRACT AND AGREEMENT: The successful contractor shall execute the UP, Rajya Vidyut Utpadan Nigam Ltd. standard form of agreement (copy enclosed) duly completed with the conditions of contract specifications and schedules referred to there in annexed. He shall also deposit initial 5% security amount as required. Total security will be 10% of value of L.O.l. placed.

11. VALIDITY PERIOD OF THE TENDER: The tender, shall remain valid for 120 days from the date of opening of the tender. The tenderer shall not withdraw his offer during the validity period. The tenderer shall enclose an agreement on the pro forma enclosed with this document on Rs. 100/- stamp paper duly affixed with Rs. 1.00 revenue stamp.

12. AUTHORISATION: Authorized representatives possessing necessary authority letter from the tenderer participating in the tender opening shall sign a certificate as proof of their participation.

13. INCOME TAX CLEARANCE CERTIFICATE: The tenderer shall furnish with the tender, income tax certificate of current as well as of proceeding year from the competent authority. Alternatively the contractor shall give valid reasons for his inability to furnish such a certificate etc. The purchaser reserves the right to reject any tender if income tax certificate or valid reasons for the tenderers inability to furnish such a certificate are not furnished.

14. DEVIATION: Tenderers are requested to adhere to all clauses of the specification and general conditions of contract to facilitate finalization of contract. Conditional tender bid shall be summarily rejected.

15. PRICES: The prices in part-II of the tender are to be quoted firm in all respect for the items of price schedule as mentioned.

16. CANVASSING: No tenderer shall canvass any Nigam Official or the Engineer with respect to his own or other tender. Contravention of this condition will involve in rejection of the tender. This clause shall

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

not be deemed to prevent the tenderer for supplying to the Engineer any further information asked by the Engineer of contract.

17. No conditional offer will be accepted in any case and will be rejected immediately. 18. Contractor shall have to ensure the payment of wages to his Labour as per Govt. latest order

in accordance with the contract Labour act 1975 and minimum wages prevalent as per Govt. rules from time to time.

19. If, on the opening date happened to be holiday then the tender shall be opened on the next working day at the same time as mentioned in tender notice.

20. The tenderer either have to purchase the tender documents or have to submit the downloaded tender documents from the website along with the required tender fee. The cost of tender fee may be submitted in shape of DD issued by any scheduled Bank payable at Kasimpur (Aligarh), in favour of Senior Accounts Officer, EPAD, Harduaganj TPS, Kasimpur (Aligarh) or receipt of cash deposited in the office of Senior Accounts Officer, EPAD, Harduaganj TPS, Kasimpur (Aligarh)

21. The under signed reserve the right to accept or to reject any or all the tenders or split the work in two or more parts/contractors without assigning the reasons what so ever thereof.

22. There must not be cutting or over writing in the offer. However if any overwriting and cutting is necessary then it must be signed by the contractor himself or by authorized representative of the contractor.

23. Successful bidder shall apply to Engineer of contract/factory manager in prescribed form- IV for issue of Form-V which will be required to obtain the Labour license from the DLC, Aligarh (UP) Firm have to obtain the Labour license & submit same to the office of Engineer of contract within 30 days after issue of WI Form-IV & V, enclosed.

24. In case past performance of any firm has been found unsatisfactory in any of the division of Harduaganj Thermal Power Station / other Power Station of UPRVUNL & Any organization, price part of that firm will not be opened.

25. Tender documents can also be purchased through post by sending cost of tender document in shape of demand draft payable at SBI/PNB Kasimpur (Aligarh) issued by any scheduled Bank in favour of Senior Accounts Officer, EPAD, Harduaganj TPS, Kasimpur (Aligarh) with additional cost of Rs. 50.00 for postage along with the request / application.

26. The successful bidder shall maintain the attendance of his employees in prescribed Form- 12 (enclosed) along with the monthly running bills/final bills regularly. 27. All the other terms & conditions of UPSEB form-A (General condition of contract for the

supply of plant and the execution of works) shall also be applicable.

EXECUTIVE ENGINEER EMD-I, DTPS

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

PREQUALIFYING CONDITIONS OF TENDER

TENDER No. T-05/EMD-I/DTPS/HTPP/2016-17

The price bid of only those firms shall be opened who shall fulfill following pre qualifying conditions. The tenderers are requested to submit the following documents in support of the same in part-I of the tenders failing which part-II (Price bid) of the tender shall not be opened. However, mere issue of tender documents shall not entitle the tenderer for opening of price bid (Part-II), if he does not fulfill pre qualifying conditions at the time of opening of part-I of the tender:

1. Earnest Money of Rs. 20,000.00 amount to be deposited in prescribed form from Scheduled Bank pledged in favour of Senior

Accounts Officer, EPAD, HTPS, Kasimpur. 2. The agreement on non-judicial stamp paper of Rs. 100/- or as applicable from time to time regarding validity of offer on

prescribed pro-forma with the signature of two witness specifying name, profession and complete postal address of tenderers as well as witness.

3. Latest Income Tax clearance certificate/Return file and Pan No. 4. Latest copy of deposited receipt of Service Tax (Form ST-3) with annual return of previous financial year ending March, 2016

and PAN based computerized service tax registration certificate must be enclosed. 5. Group insurance of labour with validity. 6. Copy of EPF code No. along with deposit slip/Return file of EPF of labours for the last one year ending the previous month of

due date of opening of tender. 7. Copy of Labour License registration issued by DLC, Aligarh, valid for work in Harduaganj Thermal Power Station, Kasimpur,

Aligarh. OR

In case Labour license issued by any other DLC/DLC Aligarh valid for work other than Harduaganj Thermal Power Station, then the firm shall submit the following undertaking on non-judicial stamp paper of Rs. 10/- and shall comply with the same, incase LOI is issued in his favour. “We shall submit Labour license issued by DLC Aligarh, valid for Harduaganj Thermal Power Station within 30 days after issue of LOI, failing which LOl issued may be cancelled and any penalty imposed by UPRVUNL shall be acceptable.”

8. Latest financial turn over of the firm issued by the Bank. Average annual financial turnover during the last 3 years, ending 31 March, 2016 should be at least 30% (i.e. Rs 2.87 Lac) of the estimated cost.

9. Copy of LOI/Agreement of the similar nature of works executed in different Power Station of SEB/Utpadan Nigam/NTPC/Govt. organization/Semi Govt. organization, which shall be: Experience of having successfully completed similar work during last 7 year ending March 31, 2016 should be either of the following:

I. Three similar completed works costing not less than the amount equal to 40% each (i.e. Rs 3.83 Lac each) of the

estimated cost. OR

II. Two similar completed works costing not less than the amount equal to 50% each (i.e. Rs. 4.79 Lac each) of the estimated cost.

OR III. One similar completed works costing not less than the amount equal to 80% (i.e. Rs. 7.66 Lac) of the estimated cost.

10. A copy of partnership deed in case tenderer is partnership firm. In case of limited company a copy of registration certificate issued by Registrar of Companies.

11. Temporary / Permanent correspondence address of the individual on the Performa attached. 12. Police verification of proprietor/partner/authorized or a copy of character certificate issued by DM/SSP. 13. Latest No dues certificate regarding house rent and electricity charge from Civil and concerned EMD-III, DTPS of Harduaganj

TPS respectively if the house is allotted to tenderer and also submit the details in enclosed annexure. 14. The firm shall submit the following undertaking on non-judicial stamp paper of Rs. 10/- (in encl. Performa):-

a) Declaring that none of his/their relation is working in the UPRVUNL as enclosed Performa. b) The firm deducts & deposits EPF in the office of Assistant Commissioner, EPF/State Bank of India of their employee along

with name and list of employee. c) The firm must pay salary of their employee by cheque & proofs in this regard submit in the office.

15. Valid Class-A Electrical License.

Part-II of the tender shall not be opened, if pre-qualifying conditions of tender will not be full filled by the tenderer in part-I. The Executive Engineer concerned reserved the right to accept or reject any tender without assigning reason, what so ever, thereof.

Note:- A- The tender shall not be sold physically in any case. Only the downloaded versions of the Nigam tender notice and

specification shall be treated as official and shall have to be essentially displayed at the time of tender evaluation and decision thereafter. The downloaded version shall be accompanied with the requisite cost of the tender document, inclusive of statutory taxes and duties, if any.

EXECUTIVE ENGINEER

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

EMD-I, DTPS TENDER No. T-05/EMD-I/DTPS/HTPP/2016-17

SCOPE OF WORK I. SCOPE OF WORK FOR THE OVERHAULING OF 6.6 KV MOTORS.

Following works shall be carried out during annual overhauling of 6.6 KV motors of Unit # 8 of DTPS HTPP Kasimpur, Aligarh. Sl. No.

DESCRIPTION OF WORK

1. Work shall be taken up after getting proper shutdown and clearance from concerned AE/JE. 2. Checking and recording IR value, PI value and winding resistance of motor in presence of the concerned AE/JE and clearance

will be given for overhauling of that motor. 3. 6.6 KV power cable disconnection/reconnection at motor end will be carried out by the contractor, in presence of concerned

AE/JE, for the motor to be overhauled. 4. Removal/refitting of canopy/channels/grills/mesh/beams above the motor platform wherever it is provided to facilitate shifting of

motor from its foundation to suitable working place. 5. Opening of motor foundation bolts after ensuring decoupling of motor, which shall be done by other division. 6. Disconnection of Earth Strips from motor body. 7. Proper match marking to be done between mechanical separable parts before dismantling of motor. 8. Removal of motor cooler installed on BFP motor body after isolating it from inlet & outlet water side and disconnecting it from

water pipe lines. 9. Shifting of HT motor from its foundation to a convenient place suitable for overhauling.

10. Checking and recording IR value of motor in presence of the concerned AE/JE. 11. Removal of the coupling from rotor shaft. 12. Dismantling of cooling fan cover and cooling fan. 13. Dismantling of end covers. 14. Dismantling of Grease plates. 15. Threading out of rotor from the stator without any damage to stator. 16. Thorough cleaning of stator winding, rotor, their cooling ducts and all other dismantled parts of HT motor using Air Blower,

compressed air, cloth, white petrol, Benzene and other suitable cleaning agents. However CTC shall not be used for cleaning of stator windings.

17. Oil/greasy surface of winding will be cleaned by dry cambric cloth. Winding which have an oil/greasy surface shall be further cleaned with wet cambric cloth soaked in trichloroethylene or any light solvent like white sprit.

18. Checking and tightening by retapping with glass sleeve/glass cord of bracing rings on overhang winding if found loose. Replacing of broken wedges.

19. Checking of mouth block and packing pieces for proper positioning. 20. Cleaning, checking the contacts at the terminals and earthing points. 21. Retaping of motor leads with HT tape/glass tape. 22. Cleaning of cooling tubes of stator body by compressed air blast and brush. 23. Proper cleaning of rotor dust by blowing with compressed air. 24. Checking of rotor bars and short circuiting rings for cracks/damages. 25. Cleaning/Checking of space heaters of motor and tightening of electrical connections if found loose. 26. Varnishing of stator winding with Dr. Beck make ‘Class F’ insulating varnish/red gel. 27. Varnishing of rotor cage with Dr. Beck make ‘Class F’ insulating varnish/Gray. 28. Dry out of the varnish. The IR value, PI value and winding resistance of stator after dry out shall be measured in presence of the

concerned AE/JE and clearance will be given for assembly of the motor. 29. Dismantling of bearing assemblies. Cleaning and washing of all the components carefully to remove traces of old grease, foreign

matter accumulated on bearings. 30. Removal of DE/NDE side bearing through suitable bearing pullers. Pullers shall be arranged by the contractor at his own cost. 31. Checking of removed bearings & measurement of clearances for their healthiness. If the bearing is found to be defective. The

defective bearings shall be replaced by new bearings. New bearings shall be provided by the department free of cost. Damaged/Defective bearings shall be the property of UPRVUNL.

32. Refitting of the bearings on rotor shaft after checking / replacement. 33. Threading in of the rotor into the stator. 34. Assembling of the motor by refitting all the parts like grease plate, cooling fans & their covers, greasing bearings, fitting of end

covers. 35. Installation of Coupling on the rotor shaft. 36. Proper cleaning of outer surface body of overhauled motor body and cooler incase of BFP motor. 37. Spray painting of the overhauled motor body with one coat of red oxide and two coats of Asian/Shalimar/Narolac make synthetic

enamel paint in smoke grey colour. 38. Spray painting of the CW cooler of BFP motor with one red oxide and two coats of Asian/Shalimar/Narolac make

synthetic enamel paint in smoke grey colour. 39. Installation of overhauled cooler on the motor body & refitting/reconnection inlet and outlet water side and pipe lines as

per original fittings. 40. Shifting of the motor to the desired foundation or TG hall as per site requirements. 41. Fitting of earth strips after alignment has been completed by mechanical maintenance division and clearance given. 42. Successful trial run of overhauled motor.

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

43. Any other work which is a not covered in the above scope of work and required for satisfactory completion of the job shall be part of the above scope of work and same shall be carried by the contractor without any additional charge.

44. Overhauling of CACW coolers installed on BFP motor coolers. a. DISMANTLING OF COOLER: - Cut off the water supply to cooler by closing inlet and outlet valves. Draining cooler tubes

by opening cooler drain value. Disconnecting cooling water pipe lines connected to cooler. Remove the cooler from the motor body by removing bolts. Dismantling cooler for proper internal & external cleaning of cooling tubes.

b. CLEANING OF EXTERNAL SURFACES OF COOLER TUBES: - The outside surface of air cooler tubes should first be cleaned with compressed air, then it should be washed with clean water. Compressed air should be passed over the cooler tubes after washing to dry out the cooler’s tubes. Finally clean with cleaning solvent.

c. CLEANING OF INTERNAL SURFACES OF COOLER TUBES: - Removal of deposits from the inside of tubes in a straight portion only by brushing with bristle of soft brass wire brushes/nylon brushes. Clean water should be passed inside the tubes after above cleaning.

d. Pressurizing the water boxes with clean water at test pressure to locate leaking tubes by watching on the air side. Hydraulic pump and pressure gauge is to be arranged by the contractor.

e. If a cooler tube is found leaking, it should be sealed by inserting taper turned Brass plugs tightly at both ends of defective tubes. f. Spray painting of the CACW cooler of BFP motor with one red oxide and two coats of Asian/Shalimar/Narolac make

synthetic enamel paint in smoke grey colour. g. Installation of overhauled cooler on the motor body & refitting/reconnection inlet and outlet water side and pipe lines as

per original fittings. h. Any other work which is a not covered in the above scope of work and required for satisfactory completion of the job

shall be part of the above scope of work and same shall be carried by the contractor without any additional charge.

II. SCOPE OF WORK FOR THE OVERHAULING OF HT/LT TRANSFORMERS AND ASSOCIATED ELECTRICAL SYSTEMS.

Following works shall be carried out during annual overhauling of HT/LT Transformers of Unit # 8 of DTPS HTPP Kasimpur, Aligarh. Sl. No.

DESCRIPTION OF WORK

A. OVERHAULING OF TRANSFORMERS GT, ST AND UAT: 1. Work shall be taken up after getting proper shutdown and clearance from concerned AE/JE. 2. Maintaining proper record of all IR values and works carried out with date, time, atmospheric temperature and climatic

condition. 3. Racking-out of all the UAT-A/B incomer HT breakers from 6.6 KV Unit-Bus for safety in case of GT and UAT 4. Racking-out of all the ST LV1/LV2 incomer HT breakers from 6.6 KV Unit-Bus for safety in case of ST 5. Removal & reconnection of 220 KV top bushing connection of GT. (03 nos.) 6. Centrifuging of transformer oil in the transformer till BDV > 70 KV and moisture content <15 ppm 7. Proper cleaning of 220 KV bushing with suitable cleaning agent to restore its shining of GT. (03 nos.) in case of GT and ST. 8. Overhauling of Marshalling Box of Generator Transformer by internal cleaning of marshalling box, checking and tightening of

all electrical connection of contactor & MCBs, cleaning of contacts of contactor with CTC/Petrol etc, checking of space heaters for its healthiness, replacement of worn out/damaged gasket of marshalling box as per original size of gasket for proper closing of doors and closing of all opening of cable glands in marshalling box.

9. Checking & servicing of Magnetic oil gauge. 10. CLEANING OF TRANSFORMER BODY AND RADIATOR BANK OF GENERATOR TRANSFORMER:

After completion of overhauling work on GT the following cleaning works shall be carried out. a. Transformer is to be ensured electrically isolated from HV/LV side. b. Cleaning of dust/dirt/oil mud from the outer surface of Transformer body and radiator bank by applying soap solution to the dirty

places. c. Giving water blast to the surface of transformer body & radiator bank with the help of Brass Nozzle all around transformer body,

radiator bank pipe lines & cooling fans to ensure properly cleaning of transformer. Brass nozzle shall be provided by deptt. for completion of work.

11. OVERHAULING OF COOLING FANS WITH MOTORS OF TRANSFORMER: a. Measuring the current of each fan and recording the same prior to start of overhauling. b. Dismantling fans, cleaning and oiling of all moving parts. c. Taking out rotor from motor. d. Cleaning and varnishing of motor stator and its drying out. e. Assembly of motor by putting rotor into the stator. f. Checking of bearings and their replacement if required. g. Replacement of damaged packing gaskets of fans. Defective junction box of motor to be repaired & restored to original

condition. h. Testing of fans for 04 hrs continuous trial run. Measuring and recording the currents of all the 3 phases.

12. OVERHAULING OF RADIATORS: a. Cleaning of radiators b. Hydraulic testing of radiators with transformer oil for at least 4 hrs. Arresting the leaking points by brazing wherever required.

Hydraulic test result of each radiator to be recorded in the O/H register. All arrangement for conducting H.T. of radiators c. Remounting of radiators after arresting leakages. d. Removal of butterfly valves from radiators. e. Proper cleaning of butterfly valves and its matching f. Replacement of gaskets, o- rings, seals etc.

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

g. Erection of butterfly valves 13. Assistance in Electrical Testing of Transformers 14. Any other work which is a not covered in the above scope of work and required for satisfactory completion of the job

shall be part of the above scope of work and same shall be carried by the contractor without any additional charge. B. OVERHAULING OF NGR SYSTEM OF STATION AND UNIT AUXILIARY TRANSFORMER (ST & UAT): 1. Work shall be taken up after getting proper shutdown and clearance from concerned AE/JE. 2. Opening the covers of NGR system after isolating it from UAT neutral. 3. Internal cleaning of NGR system with air blower and then CTC/Petrol to remove dust/dirt. 4. Cleaning of support insulator inside NGR. 5. Cleaning, checking and tightening of power connections of NGR. 6. Checking of all electrical connections inside NGR system. 7. Proper cleaning of outer surface of NGR system after proper closing of covers. 8. Worn out/damage gasket shall be replaced as per the size of original gasket. Gasket shall be arranged by contactor at his own

lost. 9. Any other work, which is not covered in above scope of work and shall be required for completion of work, will be part of above

scope work. C. SERVICING OF DRY TYPE TRANSFORMERS. 1. Work shall be taken up after getting proper shutdown and clearance from concerned AE/JE. 2. Internal cleaning of Transformer cores with blower to remove dust/dirt accumulated on Transformer windings. 3. Checking of HV/LV side connections for proper tightening. 4. Opening & closing of manhole of 0.4 KV side SP Bus-Duct of DryType Transformer for internal cleaning of support insulators. 5. Internal and external cleaning of Transformer enclosure. 6. Replacement of worn out/damaged gasket of cover as per the size of original gasket. Gasket shall be arranged by contactor. 7. Any minor/adjustment work required for proper closing of doors shall be carried out. 8. Any other work, which is not covered in above scope of work and shall be required for completion of work will be part of above

scope work. D. SERVICING OF OIL FILLED TRANSFORMERS. 1. Work shall be taken up after getting proper shutdown and clearance from concerned AE/JE. 3. Checking of HV/LV side connections for proper tightening. 4. Opening & closing of manhole of 0.4 KV side SP Bus-Duct of Oil Filled Transformer for internal cleaning of support insulators. 5. Centrifuging of transformer oil in the transformer till BDV > 70 KV and moisture content <15 ppm 5. External cleaning of Transformer enclosure. 6. Replacement of worn out/damaged gasket of cover as per the size of original gasket. Gasket shall be arranged by contactor. 8. Any other work, which is not covered in above scope of work and shall be required for completion of work will be part of above

scope work.

III. SCOPE OF WORK FOR THE OVERHAULING OF IP AND SP BUS-DUCTS AND OTHER ELECTRICAL SYSTEMS. Following works shall be carried out during annual overhauling of IP/SP Bus Duct and other Electrical System of Unit # 8 of DTPS HTPP Kasimpur, Aligarh.

A. Overhauling of Generator/GT/UAT IP Bus-Duct: 1. Work shall be taken up after getting proper shutdown and clearance from concerned AE/JE. 2. Maintaining proper record of all IR values and works carried out with date, time, atmospheric temperature and climatic condition

before proceeding on work. 3. Isolating IP Bus-duct completely from Generator/GT/UAT/LAVT/NGT as per following procedure. 4. Racking-out of all the UAT incomer HT breakers from 6.6 KV Unit-Bus for safety. 5. Racking-out of all PT cubicles from LAVT. 6. Disconnecting Neutral Grounding of Generator from NGT. 7. Checking and recording IR values (10, 60 and 600 seconds) of complete IP Bus-duct system, generator

windings, HV windings of both the UAT, LV winding of GT from neutral of Generator from NGT by 2.5/5 KV megger before starting of overhauling work on IP Bus-duct.

8. Opening and closing of R/Y/B phase rubber bellows of UAT IP Tap-off Bus-duct for delinking 16.5 KV bushing of UAT. 9. Delinking of 16.5 KV R/Y/B phase bushings of UAT from their IP Tap-off Bus-ducts for isolating and cleaning IP Bus-Duct. 10. Opening and closing of R/Y/B phase rubber bellows of GT end IP Bus-Duct for delinking of 16.5 KV R/Y/B phase bushings of

GT 11. Delinking of 16.5 KV R/Y/B phase bushings of GT from their IP Bus-Duct for isolating and cleaning IP Bus-Duct. 12. Delinking of 16.5 KV R/Y/B phase Generator phase side bushings of Generator for isolating and cleaning IP Bus-Duct by

opening and closing their respective manholes. 13. Delinking of 16.5 KV R/Y/B phase Generator neutral side bushings of Generator for isolating and cleaning IP Bus-Duct by

opening and closing their respective manholes. 14. After isolating IP Bus-duct from Generator/GT/UAT/LAVT/NGT as per above procedure: 15. Checking and recording IR values (10, 60 and 600 seconds) of 16.5 KV R/Y/B phases individually by 2.5/5 KV megger before

starting of overhauling work on IP Bus-duct. 16. Opening of manhole of size 880mm x 400mm of IP Bus-Duct and closing after completion of work. 17. Cleaning, checking, tightening and replacing (if found defective) of 16.5 KV support insulator inside IP Bus-Duct with

petrol/CTC.

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

18. Cleaning, checking, tightening of all the CT secondary terminal connections inside CT box of 16.5 KV R/Y/B phase UAT Tap-off IP bus-duct with petrol/CTC by opening their upper manholes and closing after completion of work.

19. Cleaning, checking and tightening of all the CT secondary terminal connections inside CT box of 16.5 KV R/Y/B phase Generator IP bus-duct near LAVT with petrol/CTC by opening their upper manholes and closing after completion of work.

20. Cleaning, checking tightening of all the CT secondary terminal connections inside neutral side CT box of 16.5 KV R/Y/B phases of neutral side of Generator IP Bus-Duct with petrol/CTC by opening their upper manholes and closing after completion of work.

21. Complete cleaning/drying out of flexible links of Generator/GT /UAT with petrol/CTC to remove any carbonization. 22. Complete cleaning/drying out of copper flexible connecting surface of LV bushings of GT with petrol/CTC. 23. Complete cleaning/drying out of copper flexible connecting surface of HV bushings of UAT with petrol/CTC. 24. Complete cleaning/drying out of copper flexible connecting surface of phase and neutral side bushings of Generator with

petrol/CTC. 25. Checking and recording IR values (10, 60 and 600 seconds) of 16.5 KV R/Y/B phases individually by 2.5/5 KV megger after

completion of overhauling work on IP Bus-duct. 26. If megger value is not coming satisfactory then arranging dry-out of complete IP bus-duct as per instruction of concerned AE/JE. 27. Opening and closing of R/Y/B phase rubber bellows of UAT-A/B IP Tap-off Bus-duct for re-linking 16.5 KV bushing of UAT. 28. Re-linking of 16.5 KV R/Y/B phase bushings of UAT to their IP Tap-off Bus-ducts after cleaning IP Bus-Duct. 29. Checking and recording IR values (10, 60 and 600 seconds) of 16.5 KV R/Y/B phases by 2.5/5 KV megger after above

connection. 30. Opening and closing of R/Y/B phase rubber bellows of GT end IP Bus-Duct for re-linking of 16.5 KV R/Y/B phase bushings of

GT. 31. Re-linking of 16.5 KV R/Y/B phase bushings of GT to their IP Bus-Duct after cleaning IP Bus-Duct. 32. Checking and recording IR values (10, 60 and 600 seconds) of 16.5 KV R/Y/B phases by 2.5/5 KV megger after above

connection. 33. Re-linking of 16.5 KV R/Y/B phase Generator phase side bushings of Generator after cleaning IP Bus-Duct by opening and

closing their respective manholes. 34. Checking and recording IR values (10, 60 and 600 seconds) of 16.5 KV R/Y/B phases by 2.5/5 KV megger after above

connection. 35. Re-linking of 16.5 KV R/Y/B phase Generator neutral side bushings of Generator after cleaning IP Bus-Duct by opening and

closing their respective manholes. 36. Checking and recording IR values (10, 60 and 600 seconds) of 16.5 KV R/Y/B phases by 2.5/5 KV megger after above

connection. 37. Racking-in of all PT cubicles from LAVT. 38. Connecting Neutral Grounding of Generator from NGT. 39. Any other work which is not covered in the above scope of work and required for completion of above job shall be part of above

scope of work. B. COMPLETE OVERHAULING OF LAVT: 1. Work shall be taken up after getting proper shutdown and clearance from concerned AE/JE. 2. Opening of LAVT draw out mechanism 3. Internal cleaning of LAVT cubicle by removing spider webs, dust, dirt. 4. Cleaning of voltage transformer, support insulator, link mechanism by CTC/petrol. 5. Checking & tightening of all electrical connections inside cubicle. 6. Cleaning of electrical connections of PT fuse, limit switch etc by CTC/petrol and their Checking and tightening. 7. Proper checking & servicing of cubicle draw in/out mechanism. 8. Opening of cubicle back side cover, proper cleaning inside cubicle and closing after ensuring proper connection of LAVT

system. 9. Applying petroleum jelly for making/breaking LAVT contact and closing after ensuring proper connection LAVT system. 10. Replacement of damaged/worn out rubber gaskets as per the original gasket size for proper closing & sealing of cubicle. 11. External cleaning of LAVT cubicle panels. 12. Any other work, which is not covered in above scope of work and shall be required for completion of work, will be part of above

scope work. C. COMPLETE OVERHAULING OF NGT: 1. Work shall be taken up after getting proper shutdown and clearance from concerned AE/JE. 2.. Opening the doors of NGT system & grounding resister. 3. Cleaning of dry type Neutral Grounding Transformer with CTC/Petrol to remove dust/dirt. 4. Cleaning of Grounding resister. 5. Internal cleaning of NGT & grounding resister enclosure. 6. Cleaning of support insulator inside NGT and grounding resister enclosure. 7. Cleaning, checking and tightening of connection of CT, NGT. 8. Checking of relinking & delinking of NG Transformer to Generator neutral link. 9. Checking of all electrical connections inside NGT system. 10. Proper cleaning of outer surface of NGT system after proper closing of doors. 11. Worn out/damage gasket shall be replaced as per the size of original gasket. Gasket shall be arranged by contactor at his own

lost. 12. Any other work, which is not covered in above scope of work and shall be required for completion of work, will be part of above

scope work. D. OVERHAULING OF SP BUS-DUCT SYSTEM OF STATION TRANSFORMER

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

1. Work shall be taken up after getting proper shutdown and clearance from concerned AE/JE. 2. Maintaining proper record of all IR values and works carried out with date, time, atmospheric temperature and climatic

condition. 3. Racking-out of all the ST incomer HT breakers from 6.6 KV Station-Bus for safety. 4. Disconnection of both Neutral Grounding resister of station Transformer for recording IR values. 5. Checking and recording IR values (10, 60 and 600 seconds) of both SP Bus-duct system with LV1 and LV2 windings of ST by

2.5/5 KV megger before starting of overhauling work on SP Bus-ducts. 6. Delinking of 6.6 KV R/Y/B phase ST LV1 and LV2 from their SP Bus-ducts for isolating and cleaning IP Bus-Duct. 7. After isolating SP Bus-ducts from ST LV1 and LV2 bushings, checking and recording IR values (10, 60

and 600 seconds) of 6.6 KV R/Y/B phases individually by 2.5/5 KV megger before starting of overhauling work on SP Bus-duct. 8. Opening of manholes of 6.6 KV side LV1 & LV2 SP Bus-Duct of ST Transformer for cleaning SP Bus-Duct & closing after

completion of work. 9. Cleaning of support insulator with petrol inside LV1 & LV2 SP Bus-Duct of ST.

10. Checking of space Heaters inside LV-I&LV-II SP Bus-Duct of ST. 11. Checking and recording IR values (10, 60 and 600 seconds) of 6.6 KV R/Y/B phases individually by 2.5/5 KV megger after

cleaning of bus-duct. 12. Reconnection of Neutral Grounding resister of station Transformer for cleaning of NGR system. 13. Re-linking of 6.6 KV LV1 & LV2 bushing of ST from SP Bus-Duct after cleaning SP Bus-Duct. 14. Any other work which is not covered in the above scope of work and required for completion of above job shall be part of above

scope of work. E. OVERHAULING OF SP BUS-DUCT SYSTEM OF UNIT AUXILIARY TRANSFORMER 1. Work shall be taken up after getting proper shutdown and clearance from concerned AE/JE. 2. Maintaining proper record of all IR values and works carried out with date, time, atmospheric temperature and climatic

condition. 3. Racking-out of all the UAT-A/B incomer HT breakers from 6.6 KV Unit-Bus for safety. 4. Disconnection of Neutral Grounding resister of UAT for recording IR values. 5. Checking and recording IR values (10, 60 and 600 seconds) of SP Bus-duct system with LV winding of UAT by 2.5/5 KV

megger before starting of overhauling work on SP Bus-ducts. 6. Delinking of 6.6 KV R/Y/B phase UAT LV bushings from their SP Bus-ducts for isolating and cleaning SP Bus-Duct. 7. After isolating SP Bus-ducts from UAT LV bushings, checking and recording IR values (10, 60 and 600 seconds) of 6.6 KV

R/Y/B phases individually by 2.5/5 KV megger before starting of overhauling work on SP Bus-duct. 8. Opening of manhole of 6.6 KV side SP Bus-Duct of UAT for cleaning SP Bus-Duct & closing after completion of work. 9. Cleaning, checking and tightening of support insulator with petrol inside SP Bus-Duct of UAT Transformer. 10. Cleaning, checking and tightening of copper flexibles and seal-off-bushing with petrol/dry cloth at both

sides of seal-off-bushing in SP Bus-Duct of UAT. 11. Complete cleaning/drying out of flexible links at both side of seal-off-bushing with petrol/CTC to remove any carbonization or

ingressed dust of UAT Transformer. 12. Checking and recording IR values (10, 60 and 600 seconds) of 6.6 KV R/Y/B phases of UAT individually by 2.5/5 KV megger

before re-linking. 13. Checking of space Heaters inside LV SP Bus-Duct of UAT. 14. Reconnection of Neutral Grounding resister. 15. Re-linking of 6.6 KV R/Y/B phase UAT LV bushings to their SP Bus-ducts after cleaning SP Bus-Duct. 16. Any other work which is not covered in the above scope of work and required for completion of above job shall be part of above

scope of work.

IV. SCOPE OF WORK FOR THE OVERHAULING OF 220 kV SWITCHYARD. Following works shall be carried out during annual overhauling of 220kV Switchyard of Unit # 8 of DTPS HTPP Kasimpur, Aligarh. Sl. No.

DESCRIPTION OF WORK

A. Overhauling of 220 kV Breaker: 1. Removal, lubrication, greasing and installation of the Spring Charging motor of the poles of breaker 2. Checking of the IR value of the motor winding 3. Checking the contacts and tightness of the connection in the Breaker Mechanism Box 4. Electrical Tests to be conducted: IR value measurement, Contact Resistance Measurement, Measurement of Coil Minimum Pick

Up Voltage, Coil Resistance Measurement, Breaker Closing and Opening Time 5. Operational Tests: Tripping Through TC-1,Tripping through TC-2, Closing Circuit, Pole Discrepancy feature B. Overhauling of 220 kV Isolators : 1. Checking the alignment of the main contacts for simultaneous operation of three poles and proper engagement during closing 2. Checking of the free movement of arms of main contacts during closing and opening of isolator. 3. Cleaning and greasing of the main contacts of the isolator. 4. Checking the contacts and tightness of the connection in the Isolator Mechanism Box. 5. Removal, lubrication, greasing and installation of the motor. 6. Electrical Tests: IR value of motor winding, Measurement of Operating Time, Coil Resistance Measurement, Contact Resistance

Measurement C. Overhauling of Earth Switch: 1. Checking the alignment of the main contacts for simultaneous operation of three poles and proper engagement during closing

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

2. Checking of the free movement of arms of main contacts during closing and opening. 3. Cleaning and greasing of the main contacts of the isolator. 4. Checking the contacts and tightness of the connection in the Earth Switch Mechanism Box. 5. Removal, lubrication, greasing and installation of the motor. 6. Electrical Tests: IR value of motor winding, Measurement of Operating Time, Coil Resistance Measurement, Contact Resistance

Measurement D. Overhauling of Current Transformer: 1. Checking tightness of the terminal connector 2. Checking earthing of the CT Tank. 3. Checking the oil level in the top chamber gauge glass. 4. Checking of the tightness of the connection in CT Marshalling box. 5. Electrical Tests: IR Measurement, Continuity check between terminals, secondary winding resistance measurement, Polarity test,

Knee point Voltage test, Current Ratio Test. E. Any other work which is a not covered in the above scope of work and required for satisfactory completion of the job shall

be part of the above scope of work and same shall be carried by the contractor without any additional charge.

I. DETAILS OF 6.6 MOTORS TO BE OVERHAULED DURING ANNUAL OVERHAULING OF UNIT-8 OF DTPS UNITS OF HTPP, KASIMPUR ALIGARH.

Sl. No. Description of motors KW Rating Quantity 1. 6.6 KV Compressor motor. 250 02 Nos. 2. 6.6 KV CEP motor. 325 02 Nos. 3. 6.6 KV mill motors. 450 06 Nos. 4. 6.6 KV FD Fan motor 550 02 Nos. 5. 6.6 KV PA Fan motor. 1650 02 Nos. 6. 6.6 KV CW Pump motor 1650 02 Nos. 7. 6.6 KV ID Fan motor. 1750 02 Nos. 8. 6.6 KV BFP motor. 4600 02 Nos.

II. DETAILS OF TRANSFORMERS TO BE OVERHAULED DURING ANNUAL OVERHAULING OF UNIT-8 OF

DTPS UNITS OF HTPP, KASIMPUR ALIGARH. S.No DESCRIPTION Quantity A. TRANSFORMERS 1. 16.5/220 kV,315MVA Generator Transformer 01 No. 2. 220/6.9 kV,50MVA Station Transformer 01 No. 3. 16.5/6.6 kV,31.5 MVA Unit Auxillary Transformer 01 No. B. 6.6/0.4kV TRANSFORMERS 1. 6.6/0.4 kV,1 MVA Transformers(Oil Type) 03 Nos. 2. 6.6/0.4 kV,1.6 MVA Transformers(Oil Type) 03 Nos. 3. 6.6/0.4 kV,2 MVA Transformers(Dry type) 05 Nos. 4. 6.6/0.4 kV,2 MVA Transformers(Oil Type) 04 Nos. 5. 6.6/0.4 kV,2.5 MVA Transformers(Oil Type) 02 Nos.

III. DETAILS OF EQUIPMENTS TO BE OVERHAULED DURING ANNUAL OVERHAULING OF IP AND SP BUS-

DUCTS AND OTHER ELECTRICAL SYSTEMS. OF UNIT-8 OF DTPS UNITS OF HTPP, KASIMPUR ALIGARH. Sl. No.

Description of Ducts KV Rating Quantity

1. R/Y/B Phases of Generator /GT/ UAT IP Bus-Duct. 16.5 01 3. LAVT 16.5 01 4. NGT 16.5 01 5. SP Bus-Ducts of ST 6.6 01 6. SP Bus-Ducts of UAT 6.6 01

IV. DETAILS OF EQUIPMENTS TO BE OVERHAULED DURING ANNUAL OVERHAULING OF 220 KV

SWITCHYARD OF UNIT-8 OF DTPS UNITS OF HTPP, KASIMPUR ALIGARH. S. N.

220 kV SWITCHYARD Quantity

1. 220 kV SF6 Circuit Breakers 02 Nos. 2. Lightening Arrestors 06 Nos. 3. Isolators 08 Sets 4. Earth Blades 05 sets 5. Current Transformers(CT) 06 Nos. 6. Miscellaneous(Suspension Insulators, Pipe Bus, Jack Bus, Bus Bars, 220 kV HT cables) As per site requirements

EXECUTIVE ENGINEER

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

EMD-I, DTPS TENDER No. T- 05/EMD-I/DTPS/HTPP/2016-17

SPECIAL TERMS & CONDITIONS

1. The contractor shall have experience of such type of work and Class-A electrical license and shall provide sufficient technically skilled & experienced staff for overhauling work as per scope and the contractor shall provide extra staff as and when required for timely completion of work.

2. Quantity of the overhauling jobs may be varied depending upon site/work requirement. 3. The contractor shall provide his own T&P like Hydraulic Pump, Pressure gauge, Megger, Multimeter, spray gun, cutting gas

machine, welding machine etc. However special T&P like overhead crane may be provided by UPRVUNL, if available and required.

4. Department shall provide only the spares required to be replaced and consumables which go into the plant such as lubricants, grease, bolts and nuts, gaskets, gland packing, washers, jointing sheet, steel etc. free of charge. All other consumables such as industrial gases, welding/cutting electrodes, filler rods, diesel and petrol, rust removing solvents, markene cloth, cotton waste/jute, grinding paste, grinding wheels emery paper, blue paste, reamers, drill bits, cutting wheel, taps of various sizes etc as may be required during execution/completion of job, shall have to be arranged by the contractor at his own cost.

5. Transportation of new spares, consumables from site store to work site and that of old and used/worn out spares, scrap from work site to proper place near site store and stacking there of shall be within the scope of work against each item as enlisted in tender specifications.

6. Electricity 415V, 3 phase AC supply, water and compressed air shall be provided at a fixed point near location of job by the department free of cost. Further distribution as per site requirement shall be done by the contractor at his own cost.

7. The contractor shall be responsible for keeping the work site neat and clean during the execution of job other-wise cost of cleaning of the area @ Rupees 500.00 per day shall be recovered from the contractor.

8. The safety and security of all spares, consumable and men power, T&P issued to the contractor by the department shall be responsibility of the contractor.

9. All the temporary platforms/ladders/approaches/as may be necessary for the execution of work, shall be arranged by the contractor at his own cost. All such temporary platforms/ladders/approaches after completion of job shall be removed by the contractor at his own cost.

10. INSPECTION OF WORK: Time to time inspection will be done by the Nigam’s representative/Engineer of contract if work is not found up to the mark it has to be done again without any extra cost. A separate instruction and work register in duplicate shall be maintained by the contractor for the works being carried out by him. He will also obtain the signature of the authorized representative of Nigam issuing the instruction to carry out the different work. Finally, the register will be submitted along with the running bill for record in the office of the undersigned. The register shall also be signed by the contractor. The works which are not of regular nature one indent will be given by A.E. concerned to carry out such works. However, the working priorities will be intimated by the Engineer of contract separately.

11. NON COMPLETION OF WORK a. If found that work is not progressing satisfactorily or is not likely to be completed within the stipulated time because of

failure of the contractor in case of any irregularity on the part of the contractor. The Nigam may impose the penalty as specified and or forfeit security deposit at specific amount as penalty. The Engineer of contract shall have the right for termination of the contract after a notice of one week in writing and to award the work to any other agency at the risk and cost of contractor. On cancellation of the contract in full or in part the engineer of contract shall determine what amount, if any is recoverable from the contractor for completion of works or part of the works completed. In determining the amount credit shall be given by the Nigam to the contractor for the value of the work executed by him upon the completion.

b. Any excess expenditure incurred or to be incurred by the Nigam for completion of the work or part of the works of the excess loss of damages suffered or may be suffered by the Nigam as aforesaid after allowing such credit shall be recovered from any money due to the contractor on any account and if such money are not sufficient the contractor shall be called upon in writing to pay the same within 30 days.

c. The Engineer of contract shall on such, cancellation have right to carry out the incomplete work by any means on the risk and cost of the contractor.

12. 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 carry out the work strictly as per specification and level and dimension of work.

13. PENALTY: - Penalty @ Rs. 500/- Per day subject to a maximum of 10% of the order value for the delayed period shall be deducted from the contractor’s bill if assigned work is not completed within stipulated period.

EXECUTIVE ENGINEER EMD-I, DTPS

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

TENDER No. T-05/EMD-I/DTPS/HTPP/2016-17

ADDITIONAL CONDITIONS OF CONTRACT: 1. T&P AND CONSUMABLES:

a. All the T&P including welding machine, cutting gas arrangement, grease gun etc. and Consumables such as cotton waste jute, petrol, kerosene etc. for doing the works shall be arranged by the contractor at his own cost. Required for the completion of job shall be arranged by the contractor without any extra charge payable by the Nigam. Only electricity & water shall be provided by the Nigam free of cost.

b. The Consumables e.g. bolts nuts, gaskets, oil grease, oil seals, packing, bearing etc if required to maintain the equipment and put into operation will be supplied by the department free of cost if required.

c. Hand lamps, torches, scaffolding materials, lifting devices etc. for attending the faults shall be arranged by the contractor at his own cost.

d. The steel required for attending the fault will be supplied by the department free of cost. e. General purpose Welding electrodes and gases such as LPG, Oxygen and DA etc. required for cutting & welding will be

arranged by the contractor at his own cost. However any special electrode is required for carrying out any work, the same shall be provided by the department.

2. SPARES PARTS: All the parts required for the work shall be supplied by the department free of cost. 3. ELECTRICITY: The Electricity Power for the welding machine and for the arrangement of supply point for light at the place of

work will be supplied by the department free of cost at one point in side the Power House. 4. TRANSPORTATION: The contractor has to make his own arrangement for the shifting of materials T&P etc. from his

site/Nigam’s site store to the site of work, Also, the scrap material or defective material will have to be returned to the Nigam’s site store by the Contractor. The contractor shall carry out the same at his own cost.

5. SECURITY DEPOSIT: Upon acceptance of tender, the successful tenderer shall deposit such additional sum which together with earnest money already deposited at the time of submission of tender will amount to 10% of the value of the contract in the form of Bank Guarantee if the amount exceeds Rs. 5000.00, DAC/FDR/NSC of any scheduled Bank to form the initial security deposit within two weeks after the tender has been accepted. In case Earnest money has been deposited in the form of D.O., the same may be adjusted towards security and balance amount will have to deposit. The security money shall be released after 03 months of the completion period of the Agreement but if the contractor fails to perform the work successfully or discontinue the work before completion of the period or the agreement work is discontinued by the department due to poor performance; the security money shall be forfeited in all the cases.

6. CONTRACT PERIOD: Contractor period shall be one year from the date of start. Which can be extended up to maximum period 03 months as per site requirement on the same rates, terms & conditions

7. AWARD OF CONTRACT: The purchaser does not pledge to accept the lowest or any tender and reserves the right to accept the whole or any part of any tender as he may think fit without assigning any reason thereof, No. tender should be deemed to have been accepted unless such acceptance is notified in writing to the tenderer by the purchaser.

8. CONTRACT AND AGREEMENT: The successful contractor shall execute an agreement within 07 days from the date of issue of acceptance of Tender with the UP, Rajya Vidyut Utpadan Nigam Ltd. standard form of agreement (copy enclosed) on stamp paper of Rs. 200/- which is to be purchased by the contractor & submitted, duly completed with the conditions of contract specifications and schedules referred to there in annexed. He shall also deposit initial 5% security amount as required. Total security will be 10% of value of L.O.I. placed.

9. ENGINEER’S DECISION: To prevent disputes and litigation it shall be accepted as in repairable part of the contract that in matters regarding material, workmanship, renewal of improper work interpretation of contractor drawing and contract specifications, made of procedure and the carrying out of the work, the decision of the Engineer shall be final and binding on the contractor and in any technical question which may arise during the contract, the Engineer’s decision shall be final and conclusive.

10. ARBITRATION: If any disputes, difference or controversy shall at any time arise between the contractor on the one hand and the U.P. Rajya Vidyut Utpadan Nigam Ltd., and Engineer of the contract on the other hand touching the contractor as to the construction meaning of and intent of any part of condition of the same or as to the manner of execution of as to the quality or description of payment for the same or as the true intent meaning interpretation construction or effect of the contract, specification or drawings or any of them, or as to any thing to be done committed or suffered in pursuance of the contractor specification, or as to the mode of carrying the contract into effect or as to the breach of or alleged breach of as to obviating or compensating for the commission of any such breach, or as to any other matter or thing what so ever connected with or arising of the contract and whether before or during the progress of after the completion of the contract, such question, difference or dispute shall be referred for ad justification, to CE, HTPP, Kasimpur, Aligarh or to any other person nominated by him in this behalf and his decision in writing shall be final binding and conclusive. This submission shall be deemed to be a submission to arbitration within the meaning of the India Arbitration Act, 1940 or any statutory modification there of the Arbitrator may from time to time with consent of the Parties enlarge the time for making and publish the award. Upon every or any such reference, the costs of as incidental to the reference and award respectively shall be in the discretion of the arbitrator, who shall be competent to determine the amount there of direct the same to be taxed as between solicitor and client or as between party and parties and to direct by whom and to whom and in what manner the same shall be borne and paid. Work under the contract shall, if reasonably possible, continue during the arbitration proceeding and no payment due or payable by the Nigam shall be with held on account of such proceedings.

11. MEDICAL CARE: The contractor shall be fully responsible for first aid and emergency medical treatment to his employees, necessary arrangement for this purpose shall be made by the contractor at site.

12. MEDICAL SUPERVISION: The medical supervision of the contractor over his employees shall include interalia measures, vaccination against small pox, inoculation against typhoid fever and other diseases, employees suffering from contagious diseases

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

shall be removed as and when detected to an approved permanent hospital. If any case of contagious disease is discovered amongst the employees it shall be at once reported to the Engineer of contract.

13. ACCOMODATION/CAMP: Department will not provide any type of accommodation to the contractor or his labour at site or in colony, Contractor has to make his own arrangement without any extra charge. Contractor has to make his camp office and store at the site without any extra charge. The site for this will be given by the site In-charge, Engineer of Contract.

14. LABOUR (FACTORY) WAGES TO LABOUR; a. As per the factory act labour act, contractor has to register his labour, in labour office and is required to do the insurance of the

labour as per act labour have to work on the running equipments, The contractor has to follow all the terms and conditions of labour rules and factory rules.

b. Contractor has to pay the wages to his Labour as per Labour etc. & minimum wages act. The contractor is primarily responsible for timely and correct payment of wages to the worker employees by him for each wage period. The Nigam shall be fully indemnified against any claims or demands arising out of any short of payment, disputes reference or award. Any delay in making payments of any running bill of the work shall not absolve the contractor of his responsibility of making payment to contract labour. The contractor shall submit a copy of the wage sheet as per Labour (Regulation and abolition) Act. 1970 duly signed and certified to the Nigam for inspection to the Labour Enforcement, authority, where’re required.

15. DAMAGES DUE TO NEGLIGENCE: In the event of any damage occurring to the work, property of Nigam or any person due to negligence on the part of the contractor or his Labour, the contractor shall be solely responsible and must reconstruct, repair and make good any such damaged work at his own expense to the full satisfaction of the Engineer of contract. No claim shall be entertained for idle Labour due to strike, lock out etc beyond the control of Nigam.

16. CONTRACTOR TO FOLLOW SECURITY RULES OF PURCHASER: a. The contractor shall strictly abide by the rules and regulations of security enforced by the UPRVUNL, The contractor shall

provide proper identity cards, badges etc to his employees whenever directed by the Engineer. b. The contractor will submit the details about the Labour prior to engagement for the said work to the Engineer contract for the

security purposes. c. The Engineer of contract shall reserve the right to debar any labour or person or the contractor from entry to the power station

due to security reasons and Engineer is not bound to clarify the reasons to anybody for debarring such labour. 17. COMPENSATIONS: For any accident of the contractor’s Labour, contractor has to pay compensation to the Labour as per factory

act/ Labour act/ as per workmen’s compensation act. Nigam will not be responsible for that. 18. NON COMPLETION OF WORK:

i. If found that work is not progressing satisfactorily or is not likely to be completed within the stipulated time, because of failure of the contractor, in case of any irregularity on the part of the contractor, the Nigam may impose the penalty as specified and or forfeit security deposit at specific amount as penalty. The Management / Engineer of contract shall have the right for termination of the contract after a notice of one week in writing and to award the work of any other agency at the risk and cost of contractor. On cancellation of the contract in full or in part, the engineer of contract shall determine what amount, if any is recoverable from the contractor for completion of works or part of the works or in case the works or part of the Nigam in determining the amount credit shall be given by the contractor for the value of the work executed by him up to the cancellation.

ii. Any excess expenditure incurred or to be incurred by the Nigam for completion of the work or part of the works of the excess loss of damages suffered or may be suffered by the Nigam as aforesaid after allowing such credit shall be recovered from any money due to the contractor on any account and if such money are not sufficient the contractor shall be called upon in writing to pay the same within 30 days.

iii. The Engineer of contact shall on such cancellation have right to carry out the incomplete work by any means on the risk & cost of the contractor.

19. SAFETY MEASURES: The contractor shall at his own expense, arrange the safety equipments/protective Equipments to their workmen.

20. SAFETY & SECURITY OF ENGAGED STAFF: Contractor shall be fully responsible for safety and security of workmen/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.

21. BEHAVIOUR: The behavior of the contractor or his workers should be good with Nigam’s officer/staff. For any misbehavior of the contractors’ workers, the loss due to misbehavior incurred, if any has to be recovered from the contractor’s bills. For the misbehavior of the contractor, the engineer of contract reserves the full right to cancel the agreement at once without giving any notice to him.

22. SUBMISSION OF BILLS: The contractor shall submit all running and final bills in triplicate in the forms approved by the engineer/Nigam supported with the Labour payment wage sheet of the said period of the work of the bill. No bill without the paid age sheet for the subsequent period of work will be accepted for the payment. Final bill shall be submitted by the contractor after completion of contract period/expiry of job in case contracts is terminated earlier due to any reason what so ever.

23. INSPECTION OF WORK: Time to time inspection will be done by the Nigam representative/Engineer of contract if work is not found up to the mark, the same has to be done again without any extra cost. A separate instruction and work register in duplicate shall be maintained by the contractor for the works being carried out by him. He will also obtain the signature of the authorized representative of Nigam issuing the instruction to carry out the different work. Finally, the register will be submitted along with the running bill for record in the office of the EE, EED-I, DTPS, HTPP, Kasimpur. The register shall also be signed by the contractor. The works which are not of regular nature on indent will be given by A.E. concerned to carry out such works. However, the working priorities will be intimated by the Engineer of contract separately.

24. CORRESPONDENCE AND NOTICES: “The purchaser/Engineer shall ordinarily correspond with Tenderer/Contractor at the address furnished by the Tenderer/ contractor. Any notice to be sent to the Tenderer/ contractor by the Nigam shall be sent on the address of the Tenderer/contractor furnished by him during tender or as intimated by him. As such, notice so sent shall be deemed as good, service and any time required to commence shall be counted from the date on which the notice should have been served on the Tender/contractor in the ordinary course”

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

25. PROPER CARE REGARDING THE WORK: Proper care, regarding safety and cleanliness of the plant as well as precautionary measures to avoid any damage/ any ingress of foreign material at the time of doing work/ job will be taken by the contractor.

26. SUBLETTING OF THE CONTRACT: Subletting of whole or part of this contract is in no case shall be allowed. 27. TERMINATION OF CONTRACT:

a. If the contractor is unable to execute the work, any loss incurred by UPRVUNL in this respect will be to the contractor’s account.

b. If the performance of the contractor is not found satisfactory UPRVUNL will reserve a notice of 15 days to the contractor to improve the performance failing which UPRVUNL has the right to terminate the contract without any compensation.

c. UPRVUNL also has the right to get the job done from a third party at the risk and cost of the first contractor till the expiry of the period of contract and debit the cost plus 15% of the cost to the first contractor’s account.

28. IDLE LABOUR CHARGES: No labour idling charges in any circumstances shall be admissible. 29. All other term’s & condition’s not mentioned shall also be applicable as per the standard form “A” of UPRVUNL. 30. PROPER CARE REGARDING THE WORK: Proper care, regarding safety and cleanliness of the plant as well as precautionary

measures to avoid any damage/ any ingress of foreign material at the time of doing work/ job will be taken by the contractor. 31. COURT OF JURISDICTION: For all legal disputes the court of Jurisdiction shall be the district court of Aligarh (UP). 32. INCHARGE OF WORK: Executive Engineer, EMD-I, DTPS, HTPP, Kasimpur will be the In-Charge of the work. This user unit

shall be responsible for execution, time frame, quality and verification of bills thereafter, and shall be the Engineer of the contract for this phase.

33. QUOTED RATES: Quoted should be FIRM and FOR destination. 34. PAYMENT: 90% payment shall be made to contractor after completion of work. Rest 10% amount shall be retained as security money

the same shall be released after completion of guarantee period. If contract will submit 10% security money then 100% payment shall be released to the contractor after completion of work.

35. COMPLETION PERIOD: The work should be completed as per scope of work. In case of emergency the contractor may be asked to complete the work within a short time.

36. PERIOD OF CONTRACT: The period of contract shall be one year from the date start given in L.O.I. or as per instruction issued by User Division, which can be extended up to maximum period of 03 months, as per site requirement, on the same rates, terms & conditions.

37. TAXES: Service Tax / Sales Tax/VAT shall be paid extra legally applicable. 38. INCOME TAX: It will be deducted as per rule. 39. dk;Z vuqcfU/kr gksus ds i'pkr %

(i) lafonkdkj vius }kjk fu;ksftr Jfedksa dh vius ewY; ij dh x;h nq?kZVuk chek ls lEcfU/kr vfHkys[k] vfHk;Urk dks izLrqr djsaxs rnksijkUr dk;Z lEiknu ds fy, lafonk Jfedksa ds xsV ikl cukus dh laLrqfr dh tk;sxhA

(ii) lafonkdkj vius fu;ksftr lafonk Jfedksa@dkfeZdksa dh U;wure etnwjh dk Hkqxrku izR;sd ekg psd }kjk gh djsaxsA pSd }kjk Hkqxrku u djus dh n”kk esa fuxe }kjk vuqcU/k lekIr fd;k tk ldrk gS ftlds fy, lafonkdkj Lo;a mRrj nk;h gksxkA ;fn lafonkdkj }kjk fu;ksftr lafonk Jfedksa }kjk U;wure etnwjh Hkqxrku u fd;s tkus dh fyf[kr f”kdk;r izkIr gksrh gS rks mu lafonk Jfed@Jfedksa dks lafonkdkj }kjk de Hkqxrku dh x;h jkf”k dks lafonkdkj ds chtd ls dkVdj mi Jek;qDr ] vyhx<+ ds ikl Jfedksa dks Hkqxrku fd;s tkus gsrq tek dj fn;k tk;sxkA

(iii) lafonkdkj vius fu;ksftr lafonk Jfedksa@dkfeZdksa dh etnwjh ls mlds etnwjh dk 12 izfr”kr /kujkf”k bZ0ih0,Q0 dVkSrh ds en esa dkfeZdksa ds va”knku ds #i esa rFkk 13-61 izfr”kr /kujkf”k fu;ksDrk ¼lafonkdkj½ ds va”knku ds #i esa Lo;a ds /ku ls vfuok;Z #i ls dVkSrh dj nksuksa va”knku dh /kujkf”k ¼12$13-61¾25-61 izfr”kr½ pkyku ds ek/;e ls lgk;d deZpkjh Hkfo"; fuf/k vk;qDr] {ks=h; dk;kZy;] vkxjk ds i{k esa tek djsxkA rnksijkUr gh chtdksa dks ikl fd;k tk;sxkA

(iv) lafonkdkj dks vfUre Hkqxrku o /kjksgj /kujkf”k dk Hkqxrku rHkh fd;k tk;sxk tc og mi Jek;qDr dk;kZy;] vyhx<+ o lgk;d deZpkjh Hkfo"; fuf/k vk;qDr] {ks=h; dk;kZy;] vkxjk ls bl vk”k; dk izek.k&i= fy[kokdj yk;saxs fd lEcfU/kr lafonkdkj ds fo#) u gh fdlh izdkj dk dksbZ cdk;k ns; gS vkSj u gh dksbZ okn muds dk;kZy;@U;k;ky; esa yfEcr gSA

(v) lafonkdkj lafonk Je ¼fofu;e ,oa mRiknu½ vf/kfu;e 1970 o lifBr m0iz0 lafonk Je ¼fofu;e ,oa mRiknu½ fu;ekoyh 1975 ds fofHkUu izkfo/kkuksa ds vuqikyu esa fuEu vfuok;Z dk;Zokgh Hkh vo”; lqfuf”pr djsaxs %& d- o;Ld lafonk Jfedksa dk jftLVj izi=&12 izLrqr djsaxsA [k- lafonkdkj vius fu;ksftr dkfeZdksa dh ,d iaftdk vo”; cuk;saxs ftlesa izR;sd dk iw.kZ v|ru fooj.k vyx&vyx i"Bksa ij

izi=&13 ds izk#i esa vo”; Hkj dj j[ksaxsA x- dkfeZdksa ds lsok;kstu dkMZ izi=&14 ds izk#i esa cukdj dkfeZdksa dks nsaxsA mDr dkMZ dh ,d izfr os [k.M ds vf/k”kklh

vfHk;Urk] dkj[kkuk izcU/kd o dY;k.k vf/kdkjh dks vo”; miyC/k djk;saxsA ?k- lafonk Jfedksa ds ukfeuh dk izek.k&i=] izi=&16 iw.kZ #i ls Hkjokdj nsaxsA M+- lafonk Jfedksa ds etnwjh dk Hkqxrku izi=&17 ij gh djsaxsA p- etnwjh iphZ izi=&19 ds izk#i esa cukdj izR;sd dkfeZd dks etnwjh Hkqxrku djus ds nks fnu iwoZA N- izR;sd lafonkdkj o"kZ ds 30 twu o 31 fnlEcj ds iwoZ vius QeZ dk vyx&vyx vf/kokf"kZd fjiksVZ izi=&24 ds izk#i esa

dk;kZy; mi Jek;qDr] vyhx<+ rFkk ,d izfr dkj[kkuk izcU/kd o dY;k.k vf/kdkjh] gjnqvkxat rkih; ifj;kstuk ] dkfleiqj] vyhx<+ dks vo”; izsf"kr djsaxs rkfd iz/kku fu;kstd }kjk Hkh okf"kZd fjiksVZ fu/kkZfjr frfFk 15 tuojh ds iwoZ mDr dk;kZy; dks izsf"kr dh tk ldsA

(vi) dk;Z vuqcfU/kr fd;s tkus ds i'pkr ;fn laKku esa vkrk gS fd lafonkdkj }kjk QthZ izi= izLrqr dj Bsdk izkIr fd;k x;k gS vFkok lEcfU/kr Bsdsnkj ds lEcU/k esa ;g tkudkjh izkIr gksrh gS fd og ekfQ;k xfrfof/k;ksa esa fyIr gS vFkok ;g tkudkjh izkIr gksrh gS fd lEcfU/kr Bsdsnkj }kjk lEcfU/kr fufonkdkjksa dks /kedh nh x;h ;k fufonk izfdz;k esa Hkkx ysus ls jksdk x;k rks ,sls esa fufonk fujLr djus dk vf/kdkj ifj;kstuk izcU/ku dk gksxk vkSj ,slk djus ij ifj;kstuk dks gksus okyh gkfu dk mRrjnkf;Ro lEcfU/kr Bsdsnkj dk gh gksxk ,oa lEcfU/kr dk;Z dh iqu% fufonk vkeaf=r djus dh dk;Zokgh dh tk;sxhA

(vii) izR;sd lafonkdkj vius fu;ksftr leLr lafonk Jfedksa dks izR;sd foRrh; o"kZ gsrq bZ0ih0,Q0 dk;kZy; ls fuxZr bZ0ih0,Q0 fLyi] izi=&23] izi=&3A dh izfr vo”; miyC/k djk;saxsA

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

EXECUTIVE ENGINEER EMD-I, DTPS

TENDER No. T-05/EMD-I/DTPS/HTPP/2016-17 I. RATE AND COMPLETION PERIOD SCHEDULE 6.6 MOTORS Sl. No.

Description of Work kW Rating of motor

Quantity Unit rate Total amount

in Rupees

Completion in days

1 2 3 4 5 6 7 1. O/H of Compressor motor. 250 02 Nos. 2. O/H of CEP motor. 325 02 Nos. 3. O/H of Mill motors. 450 06 Nos. 4. O/H of FD Fan motor 550 02 Nos. 5. O/H of PA Fan motor. 1650 02 Nos. 6. O/H of CW Pump motor 1650 02 Nos. 7. O/H of ID Fan motor. 1750 02 Nos. 8. O/H of BFP motor. 4600 02 Nos. Total Rs.

II. RATE AND COMPLETION PERIOD SCHEDULE HT/LT TRANSFORMERS

Sl. No.

Description of work Unit Quantity Rate/Unit Amount

Completion in Days

A. HT Transformers of Unit#9 1. Overhauling of Generator Transformer as per scope of

work Sl. No. II.A.1 to II.A.13 Job 01

2. Overhauling of Station Transformer as per scope of work Sl. No. II.A.1 to II.A.13

Job 01

3. Overhauling of Unit Auxiliary Transformer as per scope of work Sl. No. II.A.1 to II.A.13

Job

01

B. NGR SYSTEM OF STATION AND UNIT AUXILIARY TRANSFORMER (ST & UAT): 1. Overhauling of NGR system of Station Transformer as

per scope of work Sl. No. II.B.1 to II.B.9 Nos. 02

2. Overhauling of NGR system of Unit Auxiliary Transformer as per scope of work Sl. No. II.B.1 to II.B.9

Job 01

C. SERVICING OF DRY TYPE TRANSFORMERS 1. 6.6/0.4 kV, 2 MVA Transformers (Dry type) as per scope

of work Sl. No. II.C.1 to II.C.8 Job 05

D. SERVICING OF OIL FILLED TRANSFORMERS 1. 6.6/0.4 kV, Transformers (Oil Filled) as per scope of

work Sl. No. II.D.1 to II.D.8 12

E. MISC. WORK 1. Shifting of new transformer oil filled drums from central

store to transformer yard or at the assigned site. Barrels (LS) 50

2. Centrifuging of Transformer oil using filtration plant provided by the Deptt. (08 hrs. shift)

shift 20

3. Filling/topping up of Transformer oil in HT/LT transformers.

Barrels (LS) 50

TOTAL

III. RATE AND COMPLETION PERIOD SCHEDULE FOR IP AND SP BUS-DUCTS AND OTHER ELECTRICAL SYSTEMS. UNIT-8

Sl. No.

Description of work Unit Quantity Rate/Unit Amount Completion Period

A. Overhauling of Generator/ GT/UAT IP Bus-Duct as per scope of work Sl. No. III.A.1 to III.A.39:

Job 01

B. Complete Overhauling Of LAVT as per scope of work Sl. No. III.B.1 to III.B.12:

Job 01

C. Complete Overhauling Of NGT as per scope of work Sl. No. III.C.1 to III.C.12:

Job 01

D. Overhauling Of SP Bus-Duct System Of Station Transformer as per scope of work Sl. No. III.D.1 to III.D.14

Job 01

E. Overhauling Of SP Bus-Duct System Of Unit Auxiliary Transformer as per scope of work Sl. No. III.E.1 to III.E.16

Job 01

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM

TOTAL

IV. RATE AND COMPLETION PERIOD SCHEDULE220 KV SWITCHYARD OF UNIT-8 Sl. No. Description of work Unit Quantity Rate/Unit Amount Completion

Period A. Overhauling of the breaker as per scope of work

from S. no. IV.A.1 to IV.A.4 Job 02

B. Overhauling of 220 kV HCB Tandem Isolators as per scope of work from S.no. IV.B.1 to IV.B.4

Job

08

C. Overhauling of Earth Switch as per scope of work from S.no. IV.C.1 to IV.C.4

Job 02 D. Overhauling of the Current Transformer as per scope

of work from S.no. IV.D.1 to IV.D.4 Job 08

E. Miscellaneous Work such as checking the tightness of the clamps and conductors

Job 01

TOTAL SERVICE TAX: Including / Excluding SIGNATURE OF THE CONTRACTOR: NAME OF THE FIRM: SEAL OF THE FRIM: DATE:

EXECUTIVE ENGINEER EMD-I, DTPS

Harduaganj Uploading Date And Time::::: Monday, November 21, 2016 12:57:27 PM