1 | P a g e
TENDER DOCUMENTS
DAMODAR VALLEY CORPORATION
DURGAPUR STEEL THERMAL POWER STATION
ANDAL
TENDER SPECIFICATIONS
FOR
Round the clock Annual Operation & Maintenance and Removal of technological waste and
Upkeepment of Coal Handling Plant of DSTPS, Andal ( 2 x 500 MW).
2 | P a g e
INDEX
Notice Inviting Tender
Detailed scope of Work
Technical terms and condition
Commercial Terms & Conditions & Other term & Conditions
Instruction to Bidders
All Relevant Formats
Annexure –A: Format for Commercial Terms & Conditions
Annexure –B: Format for Price Bid
Annexure –C: Techno-commercial Deviation Schedule
Annexure –D: Cost of Withdrawal of Deviation
Annexure –E: Format of B.G. in lieu of EMD
Annexure –F: Bank Guarantee verification Checklist
Instruction for submission of B.G.
3 | P a g e
NOTICE INVITING TENDER
4 | P a g e
No.CE/DSTPS/ AMC /CHP/103/TENDER/2336 Dated 11.01.2012
OPEN TENDER NOTICE
For and on behalf of Damodar Valley Corporation, sealed tenders (in duplicate) in 02(Two)
PARTS containing 03(three) envelopes (A, B&C) – Earnest Money Deposit(EMD) & Tender fees
(if downloaded from website)(Envelope-A);Techno- Comml. Bid forming PART-I along with
necessary technical & financial credentials as mentioned in the QR along with deviation schedule
(Annexure –C) (Envelope B), Price-Bid forming PART-II in the prescribed format enclosed in the
bid documents along with the cost of withdrawal price for declared deviation(Annexure –D)
(Envelope C) are invited by Superintending Engineer(Tech), DSTPS,DVC, Andal,Pin Code –
713321,West Bengal for the under mentioned work.
The sealed tenders are to be submitted by way of marking the sealed envelopes correctly as
EMD (Envelope–A), Techno-Coml.Bid/PART-I (Envelope-B) & Price-Bid/PART-II (Envelope-
C) respectively as stated above. Main Envelope should contain all three envelopes A, B & C and
superscribed with NIT No., due date & scope of work. On the tender opening day in presence of the
intending tenderers or their authorised representative accompanied with authorisation letters, the
tender opening committee would first open the ‘A’ envelope and only after receipt of requisite money
& cost of tender, envelope marked ‘B’ would be opened and envelope ‘C’ i.e. the price bid would be
opened on a date to be intimated later on for techno commercially accepted bidders only.
Nobody in the office of the S.E. (T), DSTPS is authorized to receive any tender or to grant receipts
for tenders delivered by hand except authorized representative of SE (T). Offers should invariably be
kept open for acceptance for 180 DAYS from the date of opening of the tenders.
NAME OF WORK:
Round the clock Annual Operation & Maintenance and Removal of technological waste and
Upkeepment of Coal Handling Plant of DSTPS, Andal ( 2 x 500 MW).
OTHER RELEVANT CONDITIONS:
(i) Estimated Cost: Rs. 6,92,21,551/- (Rupees Six crore ninety two lac twenty one thousand five
hundred & fifty one only).
(ii) Earnest Money: Rs. 10,00,000.00 (Rupees Ten lac only).
(iii) Cost of Tender Papers/Documents: Rs. 6000.00 (Rupees Six thousand only).
(iv) Sale of Tender Papers/Documents: From 30.01.12 to 29.02.12. (from 11.00 hrs to 15.00
hrs. .
(v) Last Date of Receipt (Submission) of Tender: Up to 3.00 P.M. on 06.03.12
(vi) Date & Time Opening of Tender : (Techno Commercial part ) : on 06.03.12 at 15.30
hrs.(3.30 PM ).
Non-transferable tender papers/tender documents will be available in the office of the
Superintending Engineer(Tech), DVC, DSTPS Andal, Pin Code – 713321W.B on all working
days w.e.f 30.01.12 to 29.02.12( from 11.00 A.M. to 3.00 P.M.) except Sundays and Holidays
against cash receipt of Rs. 6000.00 (Rupees Six thousand only) (non-refundable) issued from the
office of the Sr. Addl. Chief Accounts Officer, DSTPS, DVC or Demand Draft/Banker’s
5 | P a g e
Cheque for equivalent amount favouring “Damodar Valley Corporation, DSTPS,”drawn on
United Bank of India or Bank of India payable at Andal Branch.
For obtaining tender papers, the intending tenderers should apply to the Superintending
Engineer (Tech), DSTPS, DVC enclosing documents of credentials (Xerox copies) as
mentioned below under the “Qualifying Requirement” along with Company Registration
Certificate/valid STCC/VAT Registration Certificate.
Alternatively, the complete bid documents/tender papers are also available on DVC’s
Websites – “www.dvc.gov.in” and “www.dvctender.com”. The intending tenderers may
visit the said websites and download the tender documents for participation. Tender fees for
Rs. 6000.00 (Rupees Six thousand only) (non-refundable) is to be submitted in the form of
“Demand Draft/Banker’s Cheque” as stated above and the same to be placed in the Envelope
A along with EMD.
For any query/clarification, following official may be contacted:
1. Mr. D. KAR, DCE (T), DSTPS, DVC.
2. Mr. M.PRAMANIK ,SE (Tech), DSTPS, DVC
QUALIFYING REQUIREMENT:
A. The bidders shall have the following working experience of:
a) At least two (02) years in operation & maintenance of mechanical, electrical system and
maintenance of complete C & I field instrument of whole Coal Handling Plant including
its Upkeepment in thermal power plants having unit capacity 200/210 MW or above in
DVC/NTPC/SEBs/Govt./PSU/ other reputed organizations.
OR
b) Erection & commissioning in mechanical, electrical and C & I system of whole Coal
Handling Plant in at least two (02) units having unit capacity 200/210 MW or above in
DVC/NTPC/SEBs/Govt./PSU/ other reputed organizations.
B. The bidder should have exposures in successfully carrying out annual operation & maintenance of
mechanical, electrical system and maintenance of C & I system of major equipments & systems
like Track hopper equipment handling, Wagon Tippler equipment handling DE & DFS system
and accessories including Paddle feeder, Apron Feeder, Belt conveyor and accessories, Crusher
house equipments i.e. Crusher, Roller screen etc, stacker cum reclaimer, Travelling trippers,
Compressors, 3.3 KV Switchgears & drives, 415 V Switch gears & drives, Elevator & hoist
including total CHP area illumination along with HT & LT Transformer, all type of field
instrument, ILMS & Belt weighers either under a single contract or under a number of contracts
irrespective of value of unit capacity not less than 200 MW. Experience of having completed such
jobs should be during last 07 years ending last day of month previous to one in which offers are
invited.
C. The bidder’s experience of having completed similar jobs during last 07 years ending last day of
month previous to the one in which offers are invited should be either of the following:
a. Three similar completed works each costing not less than the amount equal to 40% of the
estimated Cost (i.e. Rs. 2,76,88,620/-)
or
b. Two similar completed works each costing not less than the amount equal to 50% of the
estimated Cost (i.e. Rs. 3,46,10,776/-)
or
6 | P a g e
c. One similar completed work costing not less than the amount equal to 80% of the estimated
Cost (i.e. Rs. 5,53,77,240/-)
A tolerance limit of 5 % on the quantum of QR shall be provided to take care of the marginal shortfall,
if any under SL. No. C during evaluation of bid.
Similar work & Completed work are defined by the following activities for any Thermal Power
Utilities like DVC/NTPC/SEBs/Govt./PSU/ other reputed organizations.
Similar works means AMC/ARC/Erection & commissioning of mechanical, electrical and C
& I system of Coal Handling Plant and as mentioned under sl. no. A & B above in thermal
power plants having unit capacity 200/210 MW or above in DVC/NTPC/SEBs/Govt./PSU/
other reputed organizations.
Completed works means the executed/completed portion of work orders for
AMC/ARC/Erection & commissioning of mechanical, electrical and C & I system of Coal
Handling Plant and as mentioned under sl. no. A & B above in thermal power plants having
unit capacity 200/210 MW or above in DVC/NTPC/SEBs/Govt./PSU/other reputed
organizations, even if the work has not been completed in totality (subject to furnishing proof
of executed value of the work in the form of certified copies of RA bills).
C. Financial Credential
The bidder’s Average annual turnover during last three years ending 31.3.2011 should be at
least 30% of the total estimated cost i.e. Rs. 2,07,66,465/- of the work specified in the
NIT/Tender.
The following self attested documents, duly sealed should be submitted along with Techno-
Commercial part to substantiate credential criteria mentioned under A, B, C & D above failing which
tender may not be considered without any further reference in this regard:
a. Executed value of the work certified by the concerned authority along with the
self certified copy of LOI/WO/Agreement in support of Credential as per Sl. No. A,B &
C above.
b. Annual Report, Balance sheet, Profit & Loss account of preceding three
years ending on 31.03.2011
c. Auditors/Chartered Accountant’s Certificate of last three years Turn Over as per Sl. No. D
above.
d. A latest bank solvency certificate indicating monetary limit is to be furnished.
e. Status of the organization i.e. Company Registration certificate, article of association,
proprietorship or partnership deed, if any, as the case may be, with documentary evidence.
f. A latest STCC/VATRC as the case may be.
g. EPF Registration certificate.
h. Service Tax Registration certificate.
i. ESI Registration.
Note: DVC reserves the right to call for original documents at any time.
The following points may please be noted:
01) Submission of Tender:
Sealed tenders will be received in the Tender Box up to 15.00 hrs. (i.e. 03.00 P.M.) on or
before 06.03.12 in the office of the Superintending Engineer (Tech), DVC, DSTPS and Techno-
Comml Bids (PART-I) shall be opened on 06.03.12 at 15:30 hrs.(i.e at 03.30 P.M) in presence of
the intending tenderers or their authorized representatives.
7 | P a g e
The Price Parts (PART-II) of the techno-commercially acceptable bidders only will be
opened on a date to be intimated later on.
02. Earnest Money Deposit:
Earnest Money for Rs. 10,00,000/- (Rupees Ten lac only) must be deposited in any of the
following forms:
i) Pay Order or demand draft drawn in favour of “Damodar Valley Corporation, DSTPS”
drawn on United Bank of India or Bank of India payable at Andal Branch.
ii) Bank Guarantee (B.G) from a Nationalized Bank/Scheduled Bank/Foreign Banks, irrevocable
and operative till the validity of the offer as per standard proforma enclosed.
iii) Post Office National Savings Certificate having face value equal to the EMD value and
duly endorsed in favour of DVC.
iv) Fixed Deposit Receipt issued by Nationalized Bank endorsed in favour of DVC.
v) DVC Bonds duly endorsed in favour of DVC.
The offer accompanied by B.G against EMD will only be considered valid on acceptance of
the Bank Guarantee. The offer not accompanied by specified EMD in proper form as defined
above shall not be considered as valid tender for opening.
NOTE:
i) Earnest Money will only be refunded to the unsuccessful Tenderer (s) after finalization of
Tender and no interest will be paid thereon.
ii) The amount of Earnest money will be refunded to the successful tenderer after acceptance of
their SD cum PBG/ successful completion of the order.
iii) Small scale industries registered with NSIC shall be exempted from the payment of EMD.
SSI units seeking such exemption must enclose valid Registration certificate from the
appropriate Govt. Authority giving details such as Validity , stores etc.
03. Location of DSTPS Site:
DSTPS Site is at the side of NH-2 near Durgapur in the District of Burdwan, W.B. and is 18 km
(approx) by Road from Durgapur Railway Station of Eastern Railway and 4.5 km by Road from
Andal Railway Station of Eastern Railway.
04. Issuance of the tender papers/documents shall not automatically imply qualification of the firm for
bidding which shall be determined during bid evaluation.
05.DVC reserves the right not to accept the lowest rate quoted by a bidder and may reject any or all
the tenders without assigning any reason whatsoever.
06. All legal suits arising out of the enquiry and subsequent Letter of Intent/Work Order, if any, are
subject to jurisdiction in the Court of City of Kolkata in India and no other Court elsewhere.
07.Any addendum/corrigendum/extension, if required, pertaining to the NIT will be hoisted in DVC
website only and will not be published in Newspaper again. Bidders are requested to visit DVC
website regularly for any addendum/corrigendum/extension till opening of the said NIT.
08. If last date of Sale of Tender or date of submission of Tender is declared holiday, the due dates
will be the next working days accordingly.
Superintending Engineer (T)
For & on behalf of DVC
DVC, DSTPS, Andal
8 | P a g e
DETAILED SCOPE OF WORK
9 | P a g e
MECHANICAL:
SCOPE OF WORK AND SERVICES:
The objective of this contract is to keep the CHP system healthy so that desired quantity of Coal can be
fed in to the Bunkers for sustained Generation of the Unit No. 1 & 2.
Detailed scope of work:
I. Mandatory jobs:
PART-A:
Scope of Work for Annual Operation & Maintenance Contract for Coal Handling Plant of Unit#
1& 2 of DSTPS.
a) Mechanical Maintenance for coal handling and its allied system of Unit # 1 & 2.
b) Operation of Stacker-cum-Reclaimer Unit # 1 & 2., Paddle feeder for Unit #1 & 2, operations & its allied
system operation like Conveyor Belt, Operation of Mobile Tripper Car at Bunker in one system &
also its allied Conv. Belt for Unit # 1 & 2.
c) Maintenance of 2 Nos. stacker-cum-reclaimer along with its auxiliary system and Rail Tracks as well
as other associated system.
d) Operation support to run coal handling plant and its allied system other than as mentioned under sl. no. (b)
above for Unit#1 & 2.
Points to be noted:
1. The Maintenance Contract would mainly comprise of Running /Routine Maintenance,
Preventive Maintenance, Break-down Maintenance of CHP including overhauling and minor
modification of equipment as well as Maintenance of 2 Nos. Stacker-cum- Reclaimer along
with its auxiliary system / fitting and its rail tracks, operation, maintenance of dust extraction,
suppression and ventilation system, maintenance of rail track for portion in In–Motion Weigh
Bridge along with maintenance of its cleaning pits.
2. The Contractor must provide all necessary infrastructure for executing the work so that the system
will always be available for feeding coal to bunkers so as to maintain unrestricted generation.
3. It is incumbent upon the contractor to maintain close co-ordination with DVC’s Plant
Engineers for the maintenance activities of the equipments and system etc. as detailed
in the subsequent paragraphs.
4. The contractor/ firm is required to follow maintenance programme as per schedule framed by DVC
or jointly as the predictive situation warrants.
5. The contractor has to ensure the availability of standby equipment in good condition.
6. The contractor has to provide adequate technical back up including periodical visit to the station
by the Sr. Engineers of the contractor for ensuring smooth maintenance of the plant for perfect
working of these systems. Sr. Engineers must visit site before start of the work and frequency of
subsequent visits to be decided mutually as per requirement at site.
7. The contractor has to maintain proper Register/ Record/ Log Book of the work / service covered
under the contract.
8. The list of Major equipment’s /system of Coal Handling Plant is given later.
9. Stock of all consumable spares required for execution of the contract is to be maintained by the
contractor. Contractor must procure all consumable spares before stock exhaust.
10. The future requirement of general spares including insurance spares are to be assessed jointly by
DVC & the party so that effective utilization of the same is ensured.
11. The contractor should always maintain the coal handling system available throughout normal operating
time during operation of Boilers.
10 | P a g e
12. If the contractor desires to execute a part of of scope of maint. Contract which are very specialized in
nature by engaging a specialized competent group, they will have to obtain approval from DVC
Authority furnishing all credentials & requirement of manpower strength before engagement. However
DVC reserves the right to discontinue the same at its discretion.
13.During execution of the contract if it is found that the manpower engaged by the contractor is
not sufficient and capable to take up the specialized jobs in respect of Electrical/ C&I/
Mechanical maintenance, DVC reserves the right to engage extra competent and capable
manpower from any other source at the cost & risk of the contractor. Decision of DVC in this
regard shall be final and binding on the contractor
1.0 Running / Routine Maintenance:
1.1 Running / Routine Maintenance of all equipment connected with the Station Coal Handling
System namely Track Hoppers with Paddle feeders, Mobile tripper cars, Compressors and
Compressed Air system for opening / closing of BOBR wagons doors, Side arm charger and apron feeder
for unloading BOXN wagon at Wagon Tippler ,belt conveyor system, discharge and transfer hoppers and
chutes, Flap gates, RP gates, , Metal detectors, belt weighers, crushers and crusher house equipment,
track hopper gratings, Coal Bunkers Gratings, Work related to Centralized Control Room and Pent
House, Conveyor Gallery & Tunnel walk ways, Air Conditioning System, Dust extraction,
Suppression and ventilation system, Traveling Stacker cum- Reclaimer No.1,2 ,dewatering pumps
,weigh bridge, belt weighers etc in CHP area.
1.2 To check, replace, refill oil, lubricants etc. greasing of bearings etc. of all the equipment of the coal
handling system including Gearboxes, hydro-couplings, Gear couplings etc.as and when required as per
direction of the concerned Engineer. The application of grease as required will be done by hand or grease
gun. Procurement of lubricants, grease etc is under the scope of DVC.
1.3 Adjustment of conveyor belts for their proper and smooth running as per direction of
concerned Engineer, if necessary; belt fasteners are to be provided temporarily in conveyor belts as and
when required for feeding coal into the bunkers.
1.4 Opening and checking the condition of all crusher materials i.e. Ring Hammers, Centre disc, End
disc, suspension bars, shaft sleeves, Disc spacers, screw jack, crusher body along with bearing housing
etc. Necessary repair / replacement of deformed above items of plate/ Replacement of broken / worn
out ring hammer as & when required along with replacement of complete set of ring hammers,
greasing of crushers bearing on regular basis, adjustment of its sleeves, nuts, lock washers etc. as per
direction of DVC Engineer –in-charge for smooth running of the crusher system.
1.5 Replacement of all types of individual idler such as impact, troughing, return, self-aligning troughing and
return idlers etc., if required along with associated frames bolts, nuts etc. Repair of twisted idlers
frame & bracket if possible to reuse/ welding of self-aligning idlers block, replacement of bearings.
Guide roller replacement and greasing etc. as per direction of DVC Engineer-in- Charge
1.6 Repair / Replacement time to time of belt scrappers, skirt board, rubbers, damaged rubber of back side
of skirt board to prevent spillage of coal Regular checking and repair/replacement whenever
essential of deflector plate, liner plates& other components to be done immediately.
1.7 Repair of damaged gratings at bunker floor and track Hopper gratings along with replacement of the
same if necessary. Necessary fabricated gratings for replacement will be supplied by DVC free of
cost, but collection of the same from stores or site at DSTPS and transportation to the work site will
be under the Contractor’s scope.
1.8 Collection of spare parts & lubricants from store or site of DSTPS and transportation to the work site will
be under the contractor’s scope.
1.9 To ensure prompt functioning of pull chord, belt sway, zero speed switches, sequential tripping, flap gates
11 | P a g e
etc, if any repair/replacement work of these occurrence is found necessary for smooth operation of the plant,
the same has to be done immediately within specific time as per direction of Engineer-in-charge.
2.0 PREVENTIVE MAINTENANCE
2.1 Conveyor Belts:
a) Single jointing of belts by cold/ hot vulcanizing along with all associated job & patch
repair to be done as per requirement and direction of Engineer –in –Charge.
b) Double jointing by additional length of healthy belt not exceeding 40 mtrs is within the scope of
work, if required,& to be done after removing the damaged portion of that belt along with doing all
associated jobs. No extra payment will be done.
c) Patch repair of any portion of Conveyor belt by Cold vulcanizing/ belt fasteners to be done
as per instruction of DVC Engineer –in- Charge.
d) Restoration of snapped Conveyor belt will have to be done by the contractor as and when required after
fulfilling all associated jobs in a shortest time possible.
2.2 Pulleys:
a) Pulleys are to be re-lagged, if the laggings are found worn out / damaged by removing the adhesive,
sticking materials from the bare pulley shell.
b) Lagging materials (10 mm/ 12 mm thick) is to be supplied by the contractor at their own cost as per the
specification & make. Pulley lagging work has to be carried out insitu.
c) Bearing of different pulleys are to be inspected & adjusted/ re-greased as required if required
bearings are to be replaced before they fail. The supply of bearing for the replacement etc. will be
taken care by DVC.
d) If the contractor engages any external agencies for specialized jobs time to time like vulcanizing of
Conveyor belts, lagging of pulleys etc., prior approval from DVC’s competent authority has to be
obtained. No extra payment will be made.
2.3 Idlers:
a) Free rotation of roller without noise of different idlers such as troughing idler, return idler, self-aligning
troughing and return idlers, guide roller, impact idlers etc. have to be ensured and corrective measure
will be taken at the earliest. Damaged roller will be replaced immediately. Rubber rings of impact
idlers will be replaced if the same is found in worn out/ damaged condition.
b) Spillage of coal due to belt sway or belt snap surrounding the Idler frame shall be removed as and when
required for maintenance of the system. Side guide-rollers have to be checked for free rotation and wear in
case of self-aligning idlers.
c) Free movement of rollers on central pivot of self-aligning carrying return idlers has to be ensured.
d) If bearing lubrication is required, it has to be done in correct time and grade of lubricant as per
lubrication chart and manufacturer’s recommendation as per direction of Engineer-in- Charge. Bearing
has to be replaced before they fail. Bearing surrounding to be always kept free of dust.
e) Rubber strips have to be checked visually at regular interval and worn-out strip has to be
replaced and to ensure proper movement of counter weight & arm.
2.4 Skirt Plate:
12 | P a g e
a) The Skirt sealing rubber strip to be inspected for its gap with the belts.
b) Worn-out rubber strip to be replaced.
c) At regular interval the skirt supporting bolts should be tightened as and when required and adjustment of
skirt through slot hole in the rubber to be done.
d) The sealing rubber at the back of skirt plate should be inspected and worn-out back guard to be replaced
as and when required.
2.5 Discharge Coal Chute:
a) Inspection of all chutes shall be done regularly after removal of coal dust etc. Worn-out / eroded
mother plates of chutes should be replaced or temporary patch repaired as per instruction of
Engineer-in-Charge as and when required.
b) Accumulation of material on chute will be removed at regular interval.
c) Eroded chutes are to be removed in time and new one will be fixed as per existing arrangement with the
drilled counter sunk hole necessary to accommodate suitable bolt. For this DVC will provide raw
steel material only. Fabrication, drilling & other machining work have to be arranged by the
contractor at their own cost as per instruction of Engineer-in-Charge. Electrodes of good
quality and of standard manufacturers e.g. M/s. ESSAB, D&H, Advani Oerlikon Ltd, L&T has to be
used.
d) Deflector plates to be checked in regular interval & eroded plates to be replaced, as and when required.
2.6 Flap Gates:
a) The gap between the flap gate and chute plates will be checked for its uniformity.
b) Proper positioning and operation of travel limit switches will be checked and rectified if found faulty.
c) Electrical actuator, flap gate shaft bearing and electric actuator support brackets will be greased as
lubrication chart & proper operation to be ensured.
d) Necessary repair/ replacement of its any part has to be one if required.
2.7 Rack & Pinion Gates (Total 4 No.) :
a) All components of Rack and pinion gate to be checked for its proper alignment and trouble free operation,
including greasing and replacement of bearings. Repair/ replacement work of its any part, if found
necessary, have to be done immediately.
b) Slide plate support rollers should be checked for its free rotation & if required, replacement to
be done.
2.8 Rod Gate( Total 4 No.):
All components of Rod gate to be checked for its trouble free operation.
2.9 Gear Boxes:
a) Check the oil level of the gear box periodically by dipstick. Fill/change the lubricating oil as and when
required according to schedule given by manufacturer.
13 | P a g e
b) The gear temperature must be checked daily if possible during operation.
c) Make sure that no contamination is allowed to enter the gear unit during servicing.
2.10 Tripper Chute:
Chutes should be checked at regular intervals and worn-out / damaged plate of the chute, if necessary
should be replaced. New chutes, if required, is to be replaced with drilled counter sunk hole to be
fabricated & drilled by the party. Raw steel materials will be supplied by DVC free of Cost.
2.11 Tripper Cars:
a) The functioning of tripper cars should be checked regularly for its smooth running on the rails and
regular maintenance will have to be carried out to ensure proper functioning of its brake, drive unit,
wheels, cable drum, bearing etc. Regular greasing, lubrication of the accessories should be done as per
the manufacturer’s recommendation or as per direction of Engineer-in-Charge.
b) Checking / replacement of gear box lub. Oil, coupling bolts, bushes, solenoid assembly, brake shoe
etc. are to be done as per manufacturer’s recommendation or as per direction of Engineer-in-Charge.
c) If required, damaged gear box, axle wheel, wheel bearings & other components shall be replaced.
Necessary spares will be supplied by DVC free of cost.
d) Any spares ,if required, for the Tripper cars for its repairing / replacement are to be done.
2.12 Various Gear Units:
a) The quantity of oil in the gear unit should be inspected periodically and maintained strictly as per the given
normal oil level mark.
b) Checking of alignment to be done as per the manufacturer’s recommendation or instruction of
the Engineer-in-Charge.
c) Oil seals should be checked during the period of maintenance and in case of any oil leakage found
from that gear box, it will have to be rectified / replaced immediately.
d) The hold back system, input shaft out put shaft, bearing, pinion etc. should have to be checked for its
proper functioning and any replacement, if found necessary, has to be done.
e) Checking of various gear unit and greasing of gear couplings of any drive system shall be done as and
when required.
f) Transportation of spares store to site will be the responsibility of the contractor. Necessary replacement of
bearings in –situ for gear boxes to be done by the contractor.
2.13 Fluid Coupling:
Periodical checking of lubricating oil, alignment, repair/replacement of all kind of coupling (Fluid/ Scoop/
gear/ pin bush) to be carried out as per following.
i) Scoop coupling:
a) The lubricating oil level should be checked every day and fill/change the lubricating oil as and when
required according to schedule.
b) Check the oil filters, heat exchanger clean if necessary.
c) Check oil for aging and sludging.
d) Check alignment of couplings of various drives for trouble free operation of scoop.
e) Check flanged pipe connections, oil leakages, vibration in pipe etc.
ii) Fluid coupling:
14 | P a g e
a) The oil tightness of the filling plug of fluid coupling should be checked and rectified as and when
required. Necessary repair work in case of any oil leakage should be done as per DVC Engineer-in-
Charge.
b) Proper alignment of the components of the fluid coupling should be checked and rectified as and
when required.
c) The fusible plug of the fluid coupling should be replaced as and when required.
d) De-coupling and coupling of fluid coupling equipment are to be done for trial run of motor, rubber
block insertion of proper functioning.
e) Oil topping or replacement of oil in fluid coupling to be done as per requirement/schedule.
f) Replacement along with repair/maintenance of any fluid coupling by disassembly and assembly in
any conveyor belt drive system including that for Ring Granulators fluid coupling may be required
to be done if necessary. Transportation of the spares from DVC store to site to Machine Shop is the
reasonability of the contractor.
iii) Gear coupling:
a) Periodically Check that sleeves are freely moving axially above the hub. Control gearing, sealing
and alignment of the coupling.
b) Fill up grease level as per requirement/ schedule.
iv) Pin bush Coupling:
a) Regular checking of pin bush coupling along with all components to be carried out.
b) To check resilient plate, coupling bolt and if any of the components is found damaged/worn out to
replace it.
2.14 Paddle Feeder( Total 04 no.):
a) Removal of Technological wastes from the paddle feeder cars and its auxiliary system to be done as
per direction of Engineer-in-Charge.
b) Checking/ replacement of oil / grease etc. of various drives as per recommendation of the
manufacturer’s or instruction of Engineer-in-Charge.
c) Regular monitoring of various bearings of paddle wheel drive, travel drive etc. and their replacement
before they fail.
d) Checking / replacement of oil seal, brake, coupling, bolts and bushes of its various drives/wheels to be
done, as and when required.
e) Regular checking and keeping ready for operation of eddy current drives of each paddle feeder
(total 4 Nos.) including checking of electronics controller and associated electrical circuits and
rectification of the fault if appears.
f) Replacement of any defective part by suitable spares and / or repairing of any specific component
if required have to be done. This will also include replacement & fitting of gear boxes, as and
when required.
g) Checking / replacement of paddle feeder blades to be done in regular interval ,as and when required.
15 | P a g e
2.15 In Line Magnetic Separator (Total 04 nos.) & Suspended Magnets (Total 02 nos.):
Regular monitoring of various equipment related to magnetic separator such as head belt, pulley,
bearings, gear box, chains & allied electrical system etc. should be carried out and maintenance with
necessary replacement of parts to be done as and when required.
2.16 Sump Pumps (Total 12 nos Sump pumps)
a) Performance of the pump to be monitored and, if required, replacement of bearings, seal, pump,
impeller, pump shaft, coupling, bushes, motors etc. are to be done immediately as per direction of
Engineer-in- Charge.
b) Greasing of bearings as per requirement.
c) Removal of Technological wastes from sump pump pits, as and when required.
2.17 Dust Extraction, Ventilation , Dust Suppression( Plain and Fog based Agglomerative) and
Pressurization System:
a) To clean dust extraction, ventilation & suppression system and do the overhauling of each as per
programme and instructions to run these system effectively.
b) To check the system in running condition prior to taking shut down for preventive maintenance.
c) To check drive belt, bearing, couplings, fan, motor, duct & casing, pump impeller, suction &
discharge pipeline along with spray valves & nozzles etc.
d) Adjusting the quality of fog at each application point to ensure optimum fugitive dust emission,
without excessive over-wetting of material and belt.
e) Cleaning by acid wash each fog nozzle from internal clogging of the orifice or dust built up on the
nozzle head and resonator.
f) Cleaning the on line air and water filters.
g) To check and adjust the line air and water pressures for optimum fog generation.
h) Cleaning all system component hardware inside the flow control boxes.
i) To check for any air line leackage in the air and water flexible conduits.
j) To check the air compressor and water pumps for its proper functioning.
k) To change any parts that require replacement from stock of spares that are kept at site.
l) To check fire hydrants in CHP area and attend leakages from valve bodies,
m) To check seat of the fire hydrant valve and replace, if its spindle is found to be detached.
n) To check each valve of the fire hydrant line for any leakage and attend it.
o) To repair/replace damaged pipe line/ proper rehabilitation , line blanking if required
2.18 Metal detector (Total 04 nos.):
Regular monitoring of metal detector and allied electrical system has to be carried out and to take preventive
measures as per recommendation of the manufacturer.
2.19 Crusher (Ring Granulator-Total 04 nos):
a) Removal of Technological wastes for maintenance, upkeepment of equipment including bearing etc. to
be done.
b) Bearing to be lubricated as per recommendation of the manufacturer and to be replaced, if required, along
with the pillow block before they fail. Replacement of individual or of complete set of ring hammers is
16 | P a g e
to be done as and when required.
c) Time to time balancing of ring hammers to be done, if required, as per instruction of Engineer-in-
Charge.
d) Replacement/ repair/ alignment of all internal parts, suspension bars, breaker plates, cage screen, tramp
iron pocket, kick of plate, crusher body, crusher shaft new or repaired, centre disc, end disc, shaft
sleeve, spacer etc. to be done, if required as per manufacturer’s recommendation or direction of
the Engineer-in-Charge. Necessary Transportation of spares / equipment from store/ site/ Machine
shop for execution of above job will be under scope of contracts at no extra cost to DVC.
2.20 Roller screen(Total 04 nos.):
Preventive maintenance and necessary repair work of all the associated equipment of Roller Screen
including electrical system etc. are to be taken as per manufacturer’s recommendation or direction of the
Engineer-in-Charge.
2.21 Thrustor Brake:
It is advisable to check periodically that the oil is full in the thrustor tank, as evaporation may take place
with a hard worked thrustor, if oil is not changed regularly sludge, water and acid may form due to
oxidation.
2.22 Reversible Belt Feeder(Total 04 Nos.):
Regular checking of belt feedes along with all components to be carried out.
2.23 Elevators (Total 02 Nos.):
Regular checking of Elevators along with all components to be carried out.
2.24 Belt Scraper:
Regular checking of Elevators along with all components to be carried out.
2.25 Coal Sampler:
Preventive maintenance and necessary repair work of all the associated equipment of coal sampler unit
including electrical system etc. are to be taken as per manufacturer’s recommendation or
direction of the Engineer-in-Charge.
2.26 Belt Weighers:
a) Necessary preventive maintenance (mechanical) has to be taken as per manufacturer’s ecommendation
or direction of Engineer-in-Charge.
b) Calibration at regular interval as recommended by the manufacturer have to be done. Expenditure
thus incurred towards calibration of belt weighers will be borne by DVC at actual against documentary
evidence.
c) Repair/ replacement of components of belt weighers shall be done by the Contractor as per advice of the
manufacturer’ representative / Engineer-in-Charge of DVC. Necessary spares will be supplied by DVC.
2.27 Stacker/ Reclaimer:
The reliable operation and life of the machine is strongly influenced by the standard of maintenance of
the electrical and mechanical equipment
17 | P a g e
a) Replacement/ repair/ alignment/lubrication of all parts, bucket wheel, travel assembly, roller bearing
slewing ring, brakes, couplings, hydraulic unit, conveyor tripper, gearboxes etc. to be done.
b) Regular maintenance works like checking up of scrapers, sealing strips, rails, hydraulic system, bucket
wheel and chuts for wear, slewing gear for wear, travel wheels for wear, trailing cable etc. to be carried
out.
c) Check regularly the central lubrication system for travel mechanism, lubrication of the slewing ring for
functioning of slewing drive assembly. Check gear wheel and rail clamp for functioning of drive
assembly. Check the belt run and belt tension and clean the belt scrapper for boom conveyor. Check the
lifted position of the brake jaws as to equal spacing of the travel, slewing, boom conveyor drives.
d) Weekly checking of lubricants as per lubrication plan or the corresponding maintenance instructions to
be followed. Check the fluid level of the hydraulic unit, clean the filters and check the pipelines as to any
leakages, check main and control pressure, check the pillow blocks of the drive pulleys if necessary.
Control the oil level of the gears, check the labyrinth sealings of the drive shafts and driven shafts and
add grease if necessary to the slewing drive assembly, travel drive assembly boom conveyor drive
assembly. Check the belt scrapper and protective lining of the skirt boards as to any wear and adjust if
necessary, check the belt run and belt tension, belt drum lining and carrying idlers as to any wear to the
boom conveyor. Check the wheel flanges of the run wheels of the travel drive assembly as to any wear,
check the rail clamps for perfect functioning and wear of the jaws, check the brake lining as to any wear
of the stacker/reclaimer drive.
e) Lubricate according to the lubrication plan or the corresponding instruction of the manufacturer for
lubrication system of the upper and under carriage.
f) Check and Control the tolerances and fixing of the track rails.
g) Check the fixing bolts of the combined ball and roller bearing slewing ring for tight fit and tightening
torque.
h) Upkeepment /cleaning of the equipment
i) Regular oil checking of the Gear Boxes, carriage drive checking to avoid derailment.
j) Alignment of Drive Motor and Gearboxes
k) Lubrication of Swivel Rack & Pinion, slew bearing, slew drive gear, front wheel arm (pivot)
checking and taking preventive measures for premature failure etc
l) Regular monitoring and maintenance of the Stacker cum Reclaimer system has to be carried out
as per recommendation of the manufacturer/ Engineer-in-charge.
m)Others as per requirement and instructions
2.28 Fixed Tripper-6 nos.
The operation of Tripper should be checked regularly for smooth running and regular
maintenance is to be carried out to ensure proper functioning.
Any other work as and when required of the Tripper cars for repairing/replacement to be done.
Inspection and repairing of discharge chutes to be taken at regular intervals.
2.29 Wagon Tippler (Side Discharge Type with Hydraulic drive and hydraulic clamping)
To check the wagon tippler along with its component like plateforms, End shields and pedestal bearings
,Tippler drive, Side support beam and Wagon clamping assembly for smooth operation of wagon tippler.
Checking of associated Conveyor belts.
2.30 Side Arm Charger-
To check Side arm charger along with its major component like Charger body, Travel Drive unit, Arm and
Arm Luffing system, Guide wheel assembly and running wheel assembly for smooth functioning of side
arm charger.
18 | P a g e
2.31 Appron Feeder with dribble conveyor:-
To check the Appron feeder along with its major component like Chain Pan Assembly, Head shaft
Assembly,Jack shaft Assembly,Tail idler assembly,Return roller,drive arrangement,Main frame and Dribble
conveyor for smooth operation of Appron Feeder.
2.32 Compressors in Track hopper area
a) Checking/ replacement of lubricants as per recommendations of manufacturers or instruction of
Engineer-in-charge.
b) Replacement of any defective part by suitable spare and /or repairing of any specific component if
required have to be done.
c) Any work, minor or major including overhauling for satisfactory performance of the compressed
air system terminating at the common header near Track hopper area shall have to be carried out by
the contractor at their own cost. However ,all components/spares for such job shall be supplied by DVC
free of cost.
2.33 Sump Pumps, Horizontal and Vertical Water Pumps, such as Service Water Pumps, Cooling Water
Pumps, Potable Water Pumps, water supply system for wet type and compressors etc in Pump
Houses related to CHP, U#1&2
i) Performance of the pump to be monitored and if required, replacement of bearings, seal, pump
impeller, pump shaft, coupling, bushes, motors etc, are to be done as per direction of Engineer-
in-Charge.
ii) Greasing of Thrust Bearings and gland packings of stuffing Box on regular basis
iii)Servicing/overhauling of each pumps with spares to be done as per requirement and decision
of Engineer-In-Charge.
iv) Upkeepment/cleaning of the Pump/Motor/Gear Housing
3.0 Removal old and used unserviceable spares.
Replaced old and used unserviceable spares & scraps at C.H.P. area is to be shifted from CHP area to the
store DSTPS with their own arrangement at no extra cost to DVC.
4.0 Various other activities:
a) Mobile Tripper Car Operation:
Coals are to be fed in all the bunkers of running units as per direction of In charge of PLC/Shift-in-
charge & also have to take care of its allied system operation like Conveyor Belts, Gear boxes,Fixed
tripper, Mobile tripper Cars etc.
Necessary infrastructure is to be provided in Paddle feeder, Stacker-reclaimers, Fixed Tripper and
Mobile Tripper Cars operation as and when required for both systems in operation. However, it will
depend on DVC’s discretion to instruct the contractor to engage the infrastructure in other areas of
maintenance (Mech.) and it will be binding for contractor to follow accordingly.
b) Paddle feeder operation.
Coals are to be fed in the Conveyor belt 1A/1B as per direction of In charge of PLC by controlling
the speed of paddle feeder blades. To meet the Power House requirement sometimes two (2) paddle
feeders on both the conveyor system 1A/1B or may be required to put into normal operation
simultaneously as per direction of In-Charge of PLC/Shift-In- Charge.
19 | P a g e
Operation& maintenance of Stacker cum reclaimer:
a) Operation of 02Nos. Traveling Stacker-cum-Reclaimer in , stacking mode, reclaiming mode, long travel
of S&R and slew operation of Boom Conveyor as per requirement to be done. Maintenance of associated
equipment/ components of S&R have also to be carried out. All electrical equipment in connection with
S/R #1&2 are to be maintained with all proclaims. Electrical troubles in Power circuit and Control circuit
are to be attended and rectified.
b) The maintenance of S&R means replacement/ repairing of all sub parts of S&R with necessary spares,
to be supplied by DVC as and when required.
c) Maintenance of Rail track of S&R # 1 & 2 for long travel movement as per standard recommended
by the manufacturer by suitable ballast packing, replacing missing nuts, bolts and clits. Necessary
spares will be provided by DVC. Supply of Ballast of desire grade/ quality shall be arranged by DVC
at DVC’s cost. The quantity and quality of ballast will be decided in consultation with DVC Engineer-
in-Charge and Civil wing.
6.0 Breakdown Maintenance:
The Contractor shall be well equipped with all required infrastructural resources to take up immediate
Maint. Work in the event of forced outage of any equipment in Coal Handling Plant and they have to
restore the system to its normalcy. The jobs may have to be taken up at any time of the day even during
odd hours and have to be completed at the earliest within time frame fixed by DVC considering all ground
realities.
7.0 Operational support to run CHP of Unit # 1&2:
Operational support to run CHP in 3-shift duty has to be provided. All transfer points, driving end of
conveyors, Wagon tippler operation , crushers, belt feeders, roller screen, hydro coupling scoop type,
Fixed Tripper, Mobile tripper ,Stacker cum reclaimer etc are to be covered for smooth operation of the
system. Any abnormality in running parameters should be intimated to Shift Charge Engineer immediately.
Running of cooling water pumps, dust suppression pumps, sump pumps, ventilation fans, DE Systems etc
are to be done by the shift personnel. Cleaning of filters, cleaning of adjacent areas are the responsibility of
the shift personnel. Topping up of oil in gear box and hydro coupling tank are to be done in the shift.
Feeding coal to the bunkers for maintaining sustained full load of the unit by running conveyor system
either from track hopper/Wagon Tippler or Stacker cum reclaimer shall have to be taken care of by the
Contractor in consultation with Shift Charge Engineer.
8.0 Other Incidental Scope of Work:
a) The list of major equipment/ system of CHP under the Contractor’s scope of work is shown later.
Any other requirement of activity under execution which have not been envisaged/ covered above but
are essential for satisfactory performance of both CHP& Stacker-cum- Reclaimer. Paddle feeders
& its allied system operation shall be deemed to have been included within the scope of work without
any additional cost burden to DVC.
b) All tools, tackles viz., chain-pulley block, lifting equipment, winch, wire rope, sling etc. have been
valid tested & Approval Certificate from competent Agency including welding machines and tested
welders, providing safety appliances as required as per statutory rules will have to be arranged by the
Contractor. Consumable items as per the approved brand/ manufacturer viz. Electrodes, DA & Oxygen
gas, Markin cloth, cotton wastes, hold-tite, belt jointing adhesive, petrol, diesel, CRC, CTC, soldering
lugs pretape, different sealing compound, different soap, soap solution etc. required for execution of
the job are to be arranged by the Contractor. The list of T&P items to be arranged by the Contractor
before start up of the contract.
c) To and fro transportation of materials between work site to site store, M/C shop, work shop etc are to
20 | P a g e
be arranged by the Contractor at his won cost/ responsibility.
d) Truck/ other heavy vehicles/equipments as and when required for execution of various activities as
per scope of work have to be arranged by the Contractor at his own cost and responsibility.
e) If the existing electric hoist at different locations be found inoperative at the moment of the work,
the Contractor either will have to repair or will have to arrange for some alternative arrangement
for which no extra claim will be entertained by DVC.
f) To provide operation assistance also in CHP area in case of urgency as and when required
as per direction of DVC Engineer-in-Charge as mutually agreed basis.
g) The contractor may offload part of his work to any other agency subject to prior approval of DVC,
DSTPS competent authority and the competency of the agency proposed will be judged by DVC
authority and the decision in this regard of DVC authority will be final & binding to the party.
h) All technological wastes, which will be generated in course of preventive, running, breakdown
maintenance or any extra work scheduled or unscheduled will have to be removed as per direction
of DVC Engineer-in-Charge.
i) The Contractor has to submit monthly reconciliation statement in respect of spares, consumables
etc. (supplied by DVC).
j) In case of any confusion for any clause of the W.O. on technical matters the interpretation of authorized
representative of user section would be final and shall be binding to the party.
k) Party has to ensure proper electrical related men with proper license for handling all activities related to
Power blocking/restoring etc.
l) If any damage is done to DVC property by the Contractor for negligence of work, DVC will have the
right to get the value recovered from the party.
m) In-house repair/refurbishment through new spares, cannibalization with others for any
equipment/components/assemblies/ sub-assembly may be essential for satisfactory execution of
day to day activities of the Plant. Decision of appropriate authority of DVC, DSTPS in this regard shall
be final and binding to the contractor at no additional cost to DVC.
n) The Contractors should provide manpower for coal sampling as and when required and also for the
subsequent testing of the same.
PART-B
Removal of technological waste & Up-keepment of Coal Handling Plant of Unit# 1,2 of DSTPS.
General Scope of Work:
a) Removal of technological waste of entire C.H.P area of Unit No#1 & 2 taking care of all equipments.
The upkeepment activities will comprise of six zones for better supervision & upkeepment.
Zones will be as follows.
i) Zone-1: All area around conv. belt 1A and 1B including paddle feeder, TP-1, Sump Pump area ,
Conv. belt 2A & 2B with its drive end including sump pump pits and drain area, outside Track
hoppers & Wagon Tippler (including side arm charger)discharge chute up to conv. belt no 3A
& 3B.
ii) Zone-2 : All area around Crusher house, its all floors, tail-end area of conv. belt No. 4 & Conv. belt-
9A/9B, all floors of TP-7ncluding tail-end of conv. belt-10A/10B. Pump house A.
iii) Zone-3 : All area around conv. belt no.5 & no.6 including drive point at TP-4 & TP-5, TP-2 and TP-3,
Conv- 4A/4B, drive structure of Stacker cum Reclaimer –1 & 2. Conv -7A/7B.
iv) Zone-4 : All area around conv. belt no.10A & 10B from tail end to drive end, All floors of
21 | P a g e
TP-8, elevator at TP-8. Pump house B.
v) Zone-5 : All floors of TP-9 ,10area , all areas from tail end to drive end of conv. belt 11A & 11B and all
spillage coal from the said conv. belts to the ground have to be cleaned.
vi) Zone-6 : All floors of TP-11,12, tail end of conv. belt no.12A & 12B to drive end , total bunker floor area
including all tripper cars. Coals accumulated on the feeder floor from the dribble chute located
at the drive end of the said conv. belts also have to be transported to the coal yard.
1. All technological wastes i.e. coal dust, stone/boulders etc. generated in the above said zones
are to be removed on daily basis. All structural members of the above zones also have to be kept
clean.
2. Urgent removal of coal from conveyor belts system has to be done to facilitate
maintenance work at site at the earliest. The coal /waste thus accumulated by the side ofthe
conveyor belt system has to be cleaned either putting the same into the system or by other means to
a distant location as per direction of the Engineer in charge of D.V.C.
3. Boulders/stones etc. on the ground under conveyor belts other than stone picking area etc.
disposed of by other agencies at a distance of within 05 mtrs. of the above said areas have to be
removed on daily basis so that there should not be any accumulation of the same. Also the
stones accumulated in the bunker floor of all the two units have to be removed on daily basis.
Disposal & removal of such accumulated boulders /foreign materials etc are to be done to a
distant place after weighment at the DVC weigh bridge to a suitable place(within a distance of
4KM approximately) as per direction of DVC Engineer-in-charge.
4. The coal dust/ technological waste, generated due to removal of chute jamming of
conveyor belts, Stacker-cum-Reclaimer, mobile Tripper cars & crushers, etc. has to be removed
as and when required for smooth operation of the system.
5. Materials / boulders/technological waste etc. accumulated in side the tripper chute should have to
be removed as and when required on priority basis for smooth maintenance and running of the
system.
6. Proper removal of technological waste from sump pits, drains connected to the pits etc are to be done
for proper maintenance of all the Sump pumps for smooth operation.
7. In case of emergent situation, the requirement of additional work has to be done by contractor
(without any extra cost to DVC) to restore normalcy.
8. In the event of partial or full chocking of gratings in bunker floor of running units, the
accumulated coal are to be removed immediately for smooth operation of tripper car for coal
flow to bunkers.
9. Deposit of coal /coal dust on the structural members, equipments are to be regularly removed.
Structures, equipments should remain clean on day to day basis.
10. The contractor will have to engage sufficient numbers of tractors/ trucks for disposal of the
stones/ boulders/coal/ coal dust generated in CHP areas on daily basis to the designated place. The
loading and unloading of stones/ boulders/coal/ coal dust will be done by the Contractor. All
tractors/ trucks deployed by the Contractor will first report to the designated Weigh bridge
of DSTPS for recording tare weighment of the vehicle at least once in a day. All tractors/ trucks
loaded with stones/ boulders/coal/ coal dust will report to the designated Weigh bridge of DSTPS
for record of Gross weighment of the vehicle for each trip while coal, coal dust are to be dumped
back to the coal yard, stones and other non-coal matters like shales, boulders are to be dumped
to suitable site as identified by SE(FM) or his representative. The contractor should not load coal/
coal dust with boulder in the same tractors/ trucks. Contractor should deploy separate tractors/
trucks for coal and non-coal matters. Net weight will be calculated by deducting the recorded
tare weight from the gross weight for each trip. The bidders are requested to quote their price
for loading, unloading and carrying per MT of stones/ boulders/coal/ coal dust. The vehicle has
to cover approximately 04(four) kilometers in each to& fro trip. In actual the distance covered will
be around 04(four) kilometers. Payment shall be made on the net quantity disposed per month.
11. As and when required the contractor has to push the coal near stock pile area
22 | P a g e
within the reach of arms of Stacker Reclaimer so that it can reclaim the whole
Coal.to achieve this the contractor has to engage Dozer/Pay load.
II. Optional job:
The Extra jobs under exigency would be decided by DVC as and when situation would warrant or getting
the job done by Contractor. Breakups of such jobs have been enlisted below:
The following breakdown/ maintenance jobs will be treated as work of exigent nature and shall have to be
done by the Contractor with augmentation of required resources, if felt essential.
a) Complete/part replacement of conveyor belts-1A/1B, 2A/B, 3A/3B, 4A/4B, 5, 6, 7A/7B, 8A/8B,
9A/9B, 10A/10B, 11A/11B, 12A/12B and bunker conveyor B1, B2, B3, B4.& Boom Conv. Belt of
Stackers-cum-Reclaimer-1 & 2.
b) Any belt insertion or laying in excess of 40 meters shall be considered as extra job. However
payment shall be made for extra length beyond 40 mtrs. only.
c) Fabrication and fitting of new gratings for locations such as , track hoppers, bunker floor etc as per
drawings. DVC will provide MS Plates free of cost. All necessary consumables and resources are to
be arranged by the Contractor. Total estimated quantity to be fabricated for bidding
purpose is 10 MT per month.
DETAILS OF REPLACEMENT OF CONVEYOR BELTS:
Sl No Conv. Belt.
1 1A/1B
2 2A/2B
3 3A/3B
4 4A/4B
5 5
6 6
7 7A/7B
8 8A/8B
9 Boom Conveyor for S&R-1&2
10 9A/9B
11 10A/10B
12 11A/11B
13 12A/12B
14 Bunker conv. B1
15 Bunker conv. B 2
16 Bunker conv. B3
17 Bunker conv. B4
22 RBF #1, #2, #3 & #4
23 Dribble conveyor of Appron Feeder.
NOTE: The lump-sum rate for replacement of each of the above Conv. belt should be inclusive of the following:
1. Transport charge i.e., collection of new conv. belt from DVC Store to site & shifting of old used belts to
DVC Stores after weighment in DVC Weigh Bridge.
2. Providing cold/ hot vulcanizing joints.
3. Necessary T&P, consumable etc. to be used should of standard brand and are to be approved from
DVC.EIC.
23 | P a g e
4. Total belt to be replaced/month should be taken as 300 meters (approx) for bid evaluation purpose only but
payment will be made as per actual.
5. The work is to be started immediately as per instruction of DVC’s Engineer-in-Charge.
6. Guarantee: The Fabricated new gratings will be covered by a guarantee for its satisfactory performance
for a period of six months from the date of use or nine months from the date of completion of the work
whichever is earlier.
7. Guarantee: The replacement job of the Conv. belts. will be covered by a guarantee for its satisfactory
performance for a period of 90 days after completion of the work.
8. Replacement / laying of belt in excess of 40 Mtrs shall be considered for payment. However Payment shall
be made for part of length beyond 40 meters.
9. Rate for replacement of conveyor belts must be quoted per meter.
10. For total replacement of any conveyor belt a mutually agreed completion period will be decided and if
completion time is beyond the agreed time frame, penalty shall be applicable.
Facilities to be provided to the Contractor by DVC as mentioned below (free of cost):-
i) Lubricants, gland packings, and spares shall be supplied by DVC
free of cost. Required Tools & Tackles will be on Contractor’s Scope.
ii) Electric power supply (415 volts) and water required for the work will be supplied free of cost by
DVC for the execution of the work at fixed location only from which additional distribution can
be arranged by the Contractor.
iii) Compressed air (service air) will be supplied free of cost at certain location only for the work
assistance.
iv) Available overhead fixed crane facility will be provided by DVC free of charge
v) Open space shall be provided at DSTPS premises by DVC free of cost for the party to make his own
office, stores and workers rest room, Engineer’s room at their own cost.
vi ) Subject to availability internal land telephone will be provided free of cost to the extent possible.
vii) Subject to availability, facility to utilize DVC’s workshop will be provided free of cost for
execution of contract.
viii) Medical facility as available shall be provided at DVC’s Hospital/ First aid centre as per DVC’s standard
charges and norms.
Measurement of Work:
1. For the Scope of Work under Part- A.
General evaluation will be based on overall healthiness and interruption free operation of
the entire system.
2. For the Scope of Work under Part- B.
General evaluation will be based on overall Up-keepment of Coal Handling Plant of Unit# 1&2 of
DSTPS and for the removal of boulders/ coal-dust shall be done per MT basis for the total quantity
disposed per month.
3. For optional scope of work:
Time specific completion of the work as allotted under purview of Contract.
LIST OF MAJOR EQUIPMENT/ SYSTEM OF COAL HANDLING PLANT OF DSTPS UNIT
NO: 1, 2, UNDER THE CONTRACTOR’S SCOPE OF WORK.
24 | P a g e
1. Track unloading hopper and accessories :
(A) RCC Track Hopper – 1 (Length – 250 M width - 6M), Capacity – 5500MT.
(B) Steel grating over hopper – 300MM X 300 MM Mesh.
(C) Track Hopper Beams all sides (except bottom) and inclined portion of inner surface all through
lined with replaceable SAILHARD/ SAILMA Plates.
(D) Concrete table top all through lined with 16MM thick SAILHARD/SAILMA Plates (removable).
(E) Paddle Feeders – 4 Nos. (Each of Capacity 900 TPH).
2. Belt conveyors and accessories:-
Capacity 1600 TPH (rated) Design 1760 TPH, Troughing Angle – 35.
A) 2 nos.1400 mm belt conveyors(Horizontal) 1A and 1B each of approximate length – 302mtrs.
complete with belting, idlers, pulleys, speed reducer, drives and motors, tension devices, cleaning
devices, pulleys and coupling, hold backs, transfer chutes and accessories for carrying coal of 350
mm and down lump size.
B) 2 nos. 1400 mm belt conveyors (inclined) nos. 2A and 2B each of approx length 109mtrs. complete
with usual accessories.
C) 2 nos. 1400 mm belt conveyor(Horizontal) no. 3A and 3B each of approx length – 308 mtrs.
respectively with all usual accessories mentioned in 2 (A) including in-line Magnetic separators,
Metal Detector ,suspended magnet at head end along with non-magnetic pulleys and belt weighers.to
carry crushed coal of 350 mm and down up to Crusher house discharging to Roller screen.
D) 2 no. 1400 mm belt conveyor (Horizontal) no. 4A/4B of approximate length 250 mtrs. with usual
accessories inter connecting conveyor no.5 & 6.
E) 2 nos. 1400 mm belt conveyors(inclined) no. 5and 6 each of approx 450 mtrs. with usual accessories
for carrying coal (20mm and down) from transfer points to conveyor no. 7A and 7B.
F) 2 nos. 1400 mm belt conveyors(inclined) no. 7A and 7B each of approx. length – 250 mtrs. with usual
accessories to discharge coal to conveyor belt 8A and 8B.
G) 2 Nos. 1400 mm belt conveyors(Horizontal) no 8A & 8B each of approx. length-360 mtrs with usual
accessories for feeding coal to belt conveyors no. 10A and 10B each of approx. length 680 mtrs.
with usual accessories mentioned in 2 (A) including in-line Magnetic separators ,Metal Detector
,suspended magnet at head end along with non-magnetic pulleys, for transfer of coal to conveyor no
11A/11B.
H) 02 Nos. 1400 mm belt conveyors(Horizontal) no 11A & 11B each of approx. length-200 mtrs with
usual ac length 140mtrs. with usual accessories mentioned in 2 (A) Accessories fitted with Conveyors.
Conveyors 11A/11B also transfer the coal to bunker conveyor B1 and B2 each of approximate length 80
mtrs. Belt conveyors no. 12A and 12B also transfer the coal to bunker conveyor B3 and B4 each of
approximate length 80 mtrs. There are 4 nos of travelling tripper for transferring the coal from bunker
conveyors B1, B2, B3 and B4 to coal bunkers. Belt wiper units, pull cord type emergency switches,
belt sway limit switches, foundation plate, anchor bolts, fasteners etc. counter weight, one zero
speed switches for each conveyor, brakes and hold-backs, steel structures/CGI sheet enclosure for all
outdoor conveyors.
25 | P a g e
3. Crusher House Equipment:
a) Ring type Granulator Crusher (900 TPH rated each) – 4nos. with motors and fluid couplings.
b) Roller screen (900 TPH rated each). with motors and fluid couplings to receive coal from Conv. #
3A/3B& discharge to Cr- 1, 2, 3 and4.Coal sampling unit.
c) Linear actuator operated flap gates, belt feeders, rack and pinion gate, rod gates etc. One number rack and
pinion elevator,Vibration monitoring and vibration isolation system.
4. Traveling Stacker-cum-Reclaimer:
Stacker-cum-Reclaimer for Stacking and reclaiming mounted on Conv. no. 5 & 6 with all accessories
like tripper Unit, boom conveyor, bucket wheel control panel etc. 2 nos.
5. Track hopper Maint. bay, Wagon tippler, tunnel area and sump pump pits.
6. Coal bunkers for Unit 1 & 2, with ten hoppers in each Unit, each capacity of 850 MT.
7. Structure, Structural steel construction etc. for conveyor frames, head frames, stringers, hand rails, walk
ways, safety guards, stairs etc.
8. a) Travelling tripper – 4 nos.
b) Magnetic separators – 4nos.
c) Metal detectors – 4 nos.
d) Coal samplers – 2 nos.
e) Belt weighers – 4 nos. (2 nos. in crushing side and 2 nos. in feeding side)
9. Air pollution control system:
a)Ventilation system – Ventilation system in Track Hopper, Wagon tippler, MCC (3nos ),TP-1.
b)Dust extraction system DE – In all Bunkers and crusher house.
c) Dust suppression system-Dry fog system in all TPs and wet system in track hopper and crushed coal
stock pile area.
10. COMPRESSOR -2nos for BOBR opening.
Pump house A-
DS pump-6 nos
SWS pump-2nos
CWS pump-2 nos
DEWS pump-2nos
WSS pump-2 nos
DWS pump-2 nos
DFS pump-2 nos
Compressor for DFS -2 nos
Pump house B
DFS pump-2 nos
SWS pump-2nos
CWS pump-2 nos
26 | P a g e
DWS pump-2 nos
Compressor for DFS -2 nos
List of T&P Items to be arranged by the Contractor during execution of the work:
Adequate tools & tackles as per requirement have to be supplied by the contractor.
The following Mech. Tools & Tackles are required for the contractor to start their job for Annual
Maintenance Contract.
TOOLS & TACKLES Quantity
1) Lifting Equipment
a) Hydra 10T Capacity
b) Winch M/C
i) Electrical operated
(a) 5T
(b)3T
ii)Mechanical operated
2 Nos.
2 Nos.
1 No.
Same
2) Chain pulley Block
i) 3T Capacity (6m lift)
ii) 5T Capacity (---do---)
iii)2T Capacity (---do---)
iv) 10T Capacity (---do---)
4
4
2
2
3) Hydraulic Jack
i) 10T Capacity
ii) 35T Capacity
iii) 50T Capacity
2
1
1
4) Mechanical Equipments
a) Welding M/C
i) Transformer type
ii) Portable welding M/C
b) Grinder
i) Table Grinder
ii) Angle Grinder
iii) Straight Grinder
c) Weighting M/C 0 to 50 Kg
d) Induction Leater
9
2
1
2
2
1
2
5) Mechanical Jack
i) 70 MT
ii) 35 MT
iii)10 MT
1
2
1
6) a) Grease Gun
i) Pr-10 Kg
ii) Pr-5 Kg
iii) Pr-3 Kg
b) Hard Grease Gun
1
2
2
2
27 | P a g e
7) Slings
i)16mm 3mtr
ii)16mm 2mtr
iii)12mm 3 mtr
iv)12mm 2 mtr
v)20mm 3 mtr
vi)20mm 2 mtr
2
2
2
2
2
2
8) Max Pulley
i) 2 tons 15 mtr
ii) 3 tons 15 mtr
2
2
9) Gas Cutting Sets with hose & Regulator 5 sets
10) Welding cable 200 mtr 1
11) Rope Cuppy
i) Double 5T Capacity
ii) Single 5T Capacity
iii) Single 3T Capacity
4
4
4
12) D’ shakle
i)5T
ii) 3T
iii) 2T
6
6
6
13) a) P.P. Rope
i) 25mm 100 mtrs
ii) 20 mm 100 mtrs
1
1
b) P.P. Rope Pulley
i) Double
ii) Single
2
2
14) a) Magnetic Drill M/C with different bits
b) Stand Drill M/C with differenttypes of bits
2
1
15) Table vice/Bench Vice 1
16) Hammers
i) Wooden Mallet
ii) Copper Hammer
iii) Slage Hammer
3 Kg
5 Kg
10 Kg
2
2
2
2
2
2
17) Cose Rope (Steel) of 16mm 200 mtrs
18) Alen key sets 2 mm to 20mm 2 sets
19) Dial gauge with magnetic base 4
20) Verner
i) 12”
ii) 18”
2
1
21) Micro meter
i) Outer side (50mm to 200mm)
ii) inner side (----do---)
1
1
28 | P a g e
22) Box spanner sets, different types of files filler gauge,
center punch, chisel, different types pipe wrinch, Slide
wrench etc in sufficient nos to carry out day to day
maintenance activity must be procured by the contractor
1
Minimum qualification, experience and requirement of technical Personnel:
Degree (BE/B.Tech)in
Engineering
3 years in CHP of
Power Plant
02 nos.
(Minimum)
Diploma in Engineering
OR
5 years in CHP of
Power Plant
8 years in CHP of
Power Plant
Degree (BE/B.Tech)in
Mechanical Engineering
OR
1 year in any Mech/
Maintenance
activities.
02 nos.
(Minimum)
Diploma in Mechanical
Engineering (Regular
course)
5 years in any Mech/
Maintenance
activities.
Diploma in Mechanical
Engineering
09 nos.
(Minimum)
HS/Matric 09 nos.
(Minimum)
29 | P a g e
ELECTRICAL:
SCOPE OF ELECTRICAL WORK:
Annual maintenance (including routine/breakdown/preventive/shutdown maintenance,
overhauling/servicing) for all electrical equipments and systems including L. T. & H.T.
Motors, Switch gears, Transformers (Oil filled & Dry type) and illumination system for
sustained trouble free operation of the Coal Handling Plant of DSTPS, DVC.
DETAILED SCOPE OF WORK:
The scope of work includes, a) Preventive and Break down Maintenance/Routine jobs of LT/HT
Motors, b) Servicing/Overhauling of LT/HT Motors, c) Cleaning, Checking, Servicing &
Rectification of 3.3KV & 415V Switch gears, d) Routine and Preventive Maintenance of
Transformers (Oil type & Dry type) and e) Total area Illumination under Coal handling plant and
the details are as mentioned below:
A) Attending the breakdown of any electrical equipment in Coal Handling Plant round the
clock and on emergency basis including breaker operation , rack –in & rack-out of any HT/LT
breaker, module in any MCCs.
B) Preventive and break down maintenance of 11/3.3KV HT VCB including checking of all
control system, replacement of any damaged parts and rectification of the damaged/faulty
portion with new spares after proper testing and periodic cleaning of all the boards and
installations.
C) Break down and preventive maintenance of any LT MCC/ACDB/DCDB/Battery Bank/MLDB
/220DC Battery Charger etc. and periodic preventive maintenance of battery bank should be
carried out on regular basis. Expert services from the OEM/OES may be called, if required( under
Bidder’s scope).
D) Maintenance/overhauling of HT/LT Motors at site after dismantling, cleaning, checking
/replacement o f bearing and reassembling of motors. The periodic cleaning and greasing and
periodic electrical checking of the motors.
1) Servicing /Overhauling of LT/HT Motors (Overhauling of HT motors is under optional scope)
1.1 Disconnection, dismantling, bearing replacement, re-assembly, placement on
base, terminal connection, etc.
a) Removal of power, space-heater and RTD cables, earthing strips, foundation bolts.
b) Removal of Canopy/rain sheds where applicable.
c) Removal of Motor Cooler (CACA type), End covers etc. if required.
d) Shifting of motor from foundation to repair shop/maintenance bay or as directed by engineer in
charge.
e) Dismantling the motor and threading out of rotor.
f) Degreasing, cleaning & inspection of bearings (bearing clearance, seat dimensions and physical
appearance etc.). Cleaning of end shields and bearing housing.
g) Replacement of Bearings if required by new ones. Supply of Bearings is under DVC’s scope.
h) Threading in of rotor and assembly of complete motor.
i) Shifting of complete motor back on foundation, foundation bolts tightness, reconnection of power,
RTD and Space heater cables as per original, connection of earthing strips.
j) Trial run of Motor at no load.
k) Necessary tools & tackles, consumables, scaffolding, loading/unloading arrangements,
transportation etc. as usually required for the aforesaid work shall be covered under the
contractor’s scope.
1.2 Cleaning, Checking, Servicing & Rectification Core & Winding of Stator & Rotor, etc.:
a) Cleaning of rotor, stator and all other parts by following standard procedure and using specified
materials. Final cleaning of Stator and Rotor before heat run by Acetone of approved make.
30 | P a g e
b) Wedge, Spacer, Coil tightness checking and strengthening/ replacement (up to 30% of the total
wedges and Spacers by wedges and spacers of equivalent grade including supply of material) as
required.
c) Rotor bar tightness checking and minor rectifications.
d) Drying out of the stator & rotor, Varnishing with Dr. Beck’s appropriate grade epoxy red/gray gel
coat. Drying out of stator and rotor after varnishing. Varnish etc. are in contractor’s scope.
e) The contractor, if required during the servicing, shall attend any repair/modification work in the
motor body including cooler and junction boxes. Any gasket etc. to be changed shall be done.
f) The contractor, if required, shall do Repair/replacement of motor leads & re-lugging including
supply of leads and socket of appropriate rating.
g) Removal and fixing of motor pulley/coupling (before & after overhauling), if required.
h) Power cable, RTD cable, Space Heater, Earthing strip connection.
2) Preventive and break down maintenance of electrical control circuit, local control
switches, tripper cars, paddle feeders , vibro feeders, sump pumps, flap gates, RPG, Pull cord,
zero speed switches, inline magnetic separators( including Magnet & Motor), belt weighers,
metal detectors, compressor motors, hooters, scoop coupling panels , belt sway switches ,
suspended magnets, all electric hoist panels & motors, sampling unit, elevators & panels and all
local control panels etc.
3) Cable maintenance with replacement or by jointing with Raychem make jointing kits
(HT/LT) (Jointing kilt will be supplied by DVC), dressing of cable, glanding, termination etc.
4) Maintenance of general lighting of MCCs, conveyors, TPs, Bunker floors, Track
Hopper, compressor house, pump house, administrative building etc and area lighting.
5) Maintenance of all split/Package type AC including replacement of the damaged parts to
achieve full performance of CHP.
6) Transportation of HT/LT motors, panels etc. from actual site to maintenance bay and to
and fro in the maintenance bay.
7) Periodic Maintenance of 220 volt battery charger & battery bank including top-up.
8) Necessary Preventive maintenance (Electrical) has to be taken as per the manufacturer’s
recommendation or direction of EIC.
9) Illumination
9.1 BRIEF SCOPE OF WORK: Maintenance of illumination for Coal Handling Plant
Area of DSTPS, on single point responsibility basis includes:
a. Switching: Switching ON/OFF of area lighting during the hour of need every day.
b. Checking/inspection in the entire area under scope during evening hours (in
darkness) every day to observe satisfactory lighting level.
c. Minor Maintenance: Minor maintenance works related with lighting system has
to be taken up on immediate basis to maintain plant lighting at satisfactory level.
Any problem observed/reported regarding insufficient/no light should be attended
on urgency.
d. Preventive maintenance of lighting incomers/MLDBs, SLDBs/Welding
receptacles/VDBs and Cleaning of Light Fittings of all types.
e. Temporary Connection of Lights & Power points for welding machines, power
tools etc.
f. Attending Non-Glowing Light fittings: Attending to problems of non-glowing
light fittings of all types
g. Breakdown maintenance of Lighting Panels/DBs/ Welding
receptacles/standalone main switches/SLDBs.
h. Engagement of manpower during night hours on occasional requirements (during
overhauling/major breakdown of plant and equipments/on requirement of urgent
nature) shall be within the scope of contract.
31 | P a g e
9.2 Maintenance of total illumination under the Coal Handling Plant area shall be within the
scope of the contract. Supply of spares for replacement of damaged/faulty ones, decided
through joint inspection. The supply of necessary required spares is under the scope of DVC.
10) Laying of LT power & Control cable as per requirement, Rectification/Jointing/modification work
as and when required as per the instructions of EIC. On requirement a qualified cable jointer will
be arranged by the Contractor and necessary Jointing kit will be supplied by DVC.
11) Routine checks/maintenance/upkeepment of 11KV/3.3KV & 11KV/0.433KV Transformers
(Oil filled & Dry type) and respective switchgears of Coal Handling Plant.
a) Regular vigil on operating parameters of Transformers under scope on daily basis. Observation
of system data noted/recorded during last 24 hours by shift personnel/data recorders.
Planning/implementation of corrective measure(s) in respect to any abnormality observed, in
discussion with EIC.
b) Logging the Equipment status on daily basis as per approved DVC format.
c) Up-keep of Control and Relay Panels in the Control rooms, DC panels, Battery system, battery
room etc., neat and clean and to the satisfaction of EIC by cleaning/upkeep on regular basis.
Cleaning of equipments/installations requiring shutdown/power blocking shall have to be planned
in consultation with EIC.
d) Maintaining lighting near Transformer area, control rooms and battery rooms to maintaining
proper illumination level in entire area under scope and to the satisfaction of EIC. All lighting
materials required shall be supplied by DVC.
e) Checking of all indication lamps, switchgear items, indicating meters etc. of system under
scope and replacement/repair/rectification of faulty ones immediately.
f) Any problem observed by operatives regarding operation of the equipments under scope shall
have to be attended at the earliest.
g) Checking condition of gaskets and door lock/knob of all indoor and outdoor panels/JBs and
repair/replacement as per instruction of EIC.
h) Identification of probable water ingress points of all field mounted instruments/panels and
necessary rectification measures in consultation with EIC.
11.1 Preventive Maintenance:
a) Preventive maintenance like cleaning/checking of transformers, checking of all Protection &
Interlocks on available shutdown/opportunity etc., and Oil top-up by filtered oil if required.
b) Conducting of BDV testing of transformer oil of all transformers of Coal Handling Plant
(Quarterly) and submission of the test report to EIC. BDV Testing Kit for Transformer Oil is
under Contractor’s scope. However Oil filtration is under optional scope.
11.2 Breakdown maintenance:
Attending oil leakages from transformers, Bushings, Transformers etc. excluding supply of
appropriate grade sealing materials but including cost of labour, T&P, consumables etc.
Sealing Material shall be in DVC’s scope of supply.
Any other routine work not mentioned specifically but necessary for satisfactory
operation, including all necessary assistance for testing etc. shall be within the scope of
the contract.
12) DVC will supply all kinds of proprietary spares and contractor has to supply all kinds all
consumable materials during the Contract Period.
13) The work/activities which have not been covered above but essentially required for
normalization and smooth running of the Plant are to be carried out by the Contractor as per
direction of Engineer-in-Charge.
14) List of tools and tackles required for electrical Maint. works to be arranged by the
contractor without additional cost to DVC ,DSTPS.
32 | P a g e
a) Insulation tester (Megger) - 03 Nos.
5KV/2.5 KV - 01 No.
1KV - 01 No.
500 V - 01 No.
b) Digital Multimeter (good quality)-04 Nos.
c) Analog Multimeter (good quality)-01 No.
d) L.T Tong tester : 0-5 (For milli amps reading)
0-100 (For Ampere reading)
0-1000 A
e) Ladder (Aluminium) -10 meters - 02 Nos.
16 meters - 01 No.
05 meters – 2
Trolly type ladder for Street light maintenance-01no.
f) Bearing pullers of different sizes.
g) Crimping tool with all size of die - 01 set
h) Vacuum cleaner - 01 No.
i) Hot air blower - 01 No.
j) Digital Motor checker - 01 No.
k) Grease Gun - 02 Nos.
l) Bench vice 8” size - 01 No.
m) Motorised Hand Drills - 01 No.
n) Table Grinder - 01 No.
o) Box spanner set - 02 Nos.
p) All necessary loose tools - in sufficient quantity
q) Walkie Talkie/ Mobile Phone/ other mode for site to site communication equipment - 2
sets.
r) IRD for vibration measurement
s) Analog type AC/DC- Ammeter (0-100A)
t) Milli/Micro-ohm meter.
u) Earthing rod- 3 nos.
v) Ring Spanner for 4 mm – 36 mm & Ring spanner (slugging) 36 mm- 75 mm in between
sizes.
w) Torque wrench-1no.
x) DE spanner 4 mm – 36 mm. & DE spanner (slugging) 36 mm- 75 mm in between sizes.
y) Slide Wrench 8” – 12” , Screw driver 6” – 12” , Nut Driver 4mm – 10 mm & Allen Key set
z) Gas cutting set including torch & regulator, Welding Machine with Cable
aa) Chain pulley block, Slings and D – Shackles 3,5,10 Tonnes.
bb) Brush for cooler duct cleaning & Hacksaw frame and blades.
cc) Tarpolenes polythene sheets etc.
dd) Welding Transformer set with leads
ee) BDV Testing Kit for Transformer Oil.
Any other tool not mentioned specifically but required for satisfactory execution of the job.
33 | P a g e
15. GENERAL CONSUMABLE ITEMS TO BE MAINTAINED BY THE CONTRACTOR:
a. Torch cell
b. PVC tape (Steel Grip) & HV Insulating tape.
c. Soap & Cleaning powder
d. Hacksaw Blades
e. Test/hand lamps
f. Screws, small bolts/nuts
g. Cotton waste
h. Grease, Gasket sheets, Acetone, Varnish etc.
i. Markin cloth
j. Petrol
k. Rustolene
l. Diesel
m. Kerosene oil
n. Electric contact cleaner (Both on-line and off-line cleaner of reputed make)
o. welding Electrode
p. Electrical contact grease
16. List of associated Electrical Equipment:
I) MCC#1
1) HT Switch gear –capacity 2000Amps-29 panels.
2) 3.3KV Vacuum Circuit Breaker – 7 nos.
3) 3.3KV Vacuum contactor-16nos.
4) Bus PT-2nos.
5) Line PT-2nos
6) HT Transformer 11/3.3KV, 7.5MVA, ONAN-2nos.
7) HT Bus Duct of capacity 3000Amps-2nos.
8) Dry Type 11/0.433KV, 1600KVA Transformers(Dry type) -03nos.
9) LT MCC 2500Amps-1Set
10) Air Circuit Breaker-5nos
11) LT Bus Duct-Capacity 2500Amps- 3 set.
12) 220V DCDB-1no.
13) 415V MLDB-2nos
14) SLDB-2nos.
15) WDB-2nos.
16) 220V DC Battery bank & Charger – 1set
17) Pressurised Ventilation System panel-1no.
18) Package Air Conditioned system-1set.
19) All cables in the Cable Vault
20) Hooter control Panel- 1 No.
21) General Lightings of Inside & Outside of the building.
II) MCC#2
1) LT PMCC-Capacity 2500Amps-1set
2) Air Circuit Breaker-3nos
3) MLDB Board-2nos.
4) SLDB-1no
34 | P a g e
5) WDB-1no.
6) VVFD panel-1no.
7) DCDB-1no.
8) Dry Type Transformer 11/0.433KV, 1600KVACapacity-2nos.
9) LT 415V Bus Duct-2nos.
10) Hooter Panel-1no.
11) Pressurised Ventilation System panel-1no.
12) All cables in the Cable Vault
13) Split Air Conditioning system – 5no.
14) General Lightings of Inside & Outside of the building.
III) MCC#3
1) Dry Type Transformer 11/0.433KV, 1600KVACapacity-2nos.
2) Air Circuit Breaker-3no.
3) LT MCC Board- capacity 2500Amps-1set
4) LT 415V Bus duct-02nos.
5) MLDB Board-1no.
6) SLDB-2nos
7) WDB-1no
8) Hooter panel-1 no.
9) 220 V DCDB- 1 No.
10) Split Air Conditioning system – 1no.
11) Pressurised Ventilation System panel-1no.
12) General Lightings of Inside & Outside of the building.
IV) Stacker Reclimer-1(MCC-4)
1) 415V LT MCC Panels-1Set
2) Load Break Switch panel-1no.
3) VVFD panel-2nos.
4) 3.3/0.415KV, 630KVA Dry type transformer-1no.
5) 3.3 KV Power junction Box-1no.
6) Power Control Reeling Drum-1no.
7) Control Cable Reeling Drum-1no.
8) Main Lighting Distribution Board-1no.
9) 3 phase, 415V, 50Hz. LT Motors (from 0.5 KW to 110KW) for SR-19nos.
10) Air Circuit Breaker-1no.
V) Stacker Reclimer-2(MCC-5)
1) 415V LT MCC Panels-1Set
2) Load Break Switch panel-1no.
3) VVFD panel-2nos.
4) 3.3/0.415KV, 630KVA Dry type transformer-1no.
5) 3.3 KV Power junction Box-1no.
6) Power Control Reeling Drum-1no.
7) Control Cable Reeling Drum-1no.
8) Main Lighting Distribution Board-1no.
35 | P a g e
9) 3 phase, 415V, 50Hz. LT Motors (from 0.5 KW to 110KW) for SR-19nos.
10) Air Circuit Breaker-1no.
VI) Crusher House
1) 3.3KV, 500KW HT Motor for Crusher- 4nos.
2) Scoop actuator for Crusher -04nos.
3) 415V, 11KW, LT Motor for ILMS and Local Control Panel-2nos.
4) 415V, 22KW, LT Motor for RBF-4nos.
5) 415V, 22KW, LT Motor for roller screen-8nos.
6) 415V, 5.5KW, LT Motor for RPG-4nos,.
7) 415V, 5.5KW, LT Motor for Flap gate- 6nos.
8) Elevator -1 no.
9) 415 V LT Motors 160 KW for DE- 2 Nos.
VII) Track Hooper
1) Paddle Feeder(Electrical)-4nos.
2) Illumination system in TH tunnel and TH Shed- lot.
3) 415V, 18.5KW, LT Motor for Sump pumps-8nos.
VIII) Bunker Floor (B1, B2, B3 &B4)
1) Tripper Car along with CJB Flexible cable etc.-4nos.
2) 415V, 125KW, LT Motor for Conveyor – 4nos.
3) General Lighting in Conveyor floors.
IX) Conveyor 12A/B
1) TP-12: LT 415V, 3phase, 125KW Motor for Conveyor-02nos.
2) General lighting inside and outside of TP and entire conveyor
X) Conveyor 11A/B
1) TP-10: 3.3KV, 3phase, 350KW, HT Motor for Conveyor-02nos.
2) Scoop actuator for Conveyor motors-02nos.
3) General lighting inside and outside of TP and entire conveyor
XI) Conveyor 10A/B
1) TP-8: 3.3KV, 3phase, 500KW, HT Motor for Conveyor-02nos.
2) Inline magnetic separator - 2nos.
3) TP-8: elevator -1 no.
4) Scoop actuator for conveyor motors-02 nos.
5) General lighting inside and outside of TP and entire conveyor
6) Belt weigher-2nos.
7) 415V, 5.5KW, LT Motor for Flap gate- 2nos.
8) Metal Detector-2nos.
XII) Conveyor: 9A/B
1) TP-7: 415V, 3phase, 125KW, LT Motor for Conveyor-02nos.
2) 415V, 5.5KW, LT Motor for Flap gate-4nos.
3) General lighting inside and outside of TP and entire conveyor.
XIII) Conveyor: 8A/B
36 | P a g e
1) TP-7: 3.3KV, 3phase, 350KW, HT Motor for Conveyor-02nos.
2) Scoop actuator for conveyor motors-02 nos.
3) General lighting inside and outside of TP and entire conveyor.
XIV) Conveyor: 7A/B
1) TP-6:415V, 3phase, 125KW, LT Motor for Conveyor-02nos.
2) General lighting inside and outside of TP and entire conveyor.
XV) Conveyor: 6
1) TP-6: 3.3KV, 3phase, 250KW, HT Motor for Conveyor-01nos.
2) Scoop actuator for conveyor motors-01 nos.
3) General lighting inside and outside of TP and entire conveyor.
XVI) Conveyor: 5
1) TP-5: 3.3KV, 3phase 250KW, HT Motor for Conveyor-01nos.
2) Scoop actuator for conveyor motors-01 nos.
3) General lighting inside and outside of TP and entire conveyor.
XVII) Conveyor: 4A/B
1) TP-3: 3.3KV, 3phase 200KW, HT Motor for Conveyor-02nos.
2) Scoop actuator for conveyor motors-02 nos
3) General lighting inside and outside of TP and entire conveyor.
XVIII) Conveyor-3A/B
1) HT 3.3KV Motor, 3 phase, 500KW HT Motor for Conveyor – 02nos.
2) Scoop actuator for conveyor motors-02 nos
3) Suspended Magnet-02nos.
4) Ventilating System including all ducts and blowers
5) Belt Weighers-2nos
6) Metal detectors-2nos.
7) General lighting inside and outside of TP and entire conveyor.
XIX) Conveyor: 2A/B
1) TP-1: 415V, 3phase, 125KW LT Motor for Conveyor -02nos.
2) General lighting inside and outside of TP and entire conveyor
XX) Conveyor: 1A/B
1) TP-1: 415V, 3phase, 125KW LT Motor for Conveyor -02nos.
2) General lighting inside and outside of TP and entire conveyor
XXI) Compressor House
1) 415V, 3phase, 125KW LT Motor for Compressor house-02nos.
2) General lighting inside and outside of Compressor house
XXII) Pump House -A
1) 415V, 3phase, 125KW LT Motor for Compressor panel-02nos.
2) 415V, 3 phase, LT Motors (from11 KW to 75KW) – 18nos
3) General lighting inside and outside of Compressor house
XXIII) Pump House -B
1) 415V, 3phase, 125KW LT Motor for Compressor panel-02nos.
2) 415V, 3 phase, LT Motors (from11 KW to 75KW) – 08nos.
3) General lighting inside and outside of Compressor house
XXIV) Miscellaneous Items
1) All Local control stations & Junction boxes for power & control.
2) All flap gates
3) All electric hoists
4) Earth connection/continuity of different electrical equipment.
6) All pull chords, belt sway switches, Zero-speed switches.
7) Brake coils & motors
8) Receptacles
37 | P a g e
9) Road lighting and High Mast lighting of entire CHP area.
10). Lightning Arrestors
17. Optional Scope: Contractor shall have to carry out Jobs under optional scope as per details
given below as and when required basis. Contractor shall be paid for executed jobs on
actual as per unit rate basis.
Sl. no. Description Tentative qty
1 H.T. Motor, 3.3Kv, 50Hz, 500Kw for Crusher & Conveyor. 3
2 H.T. Motor, 3.3Kv, 50Hz, 350Kw for Conveyor 2
3 H.T. Motor, 3.3Kv, 50Hz, 250Kw for Conveyor 1
4 H.T. Motor, 3.3Kv, 50Hz, 200Kw for Conveyor 1
5 Oil Filtration for the Transformers of rating 11/3.3KV,
7.5MVA of CHP. (Filter machine is under Bidder’s scope)
4000 Ltr.
17.1 Oil Filtration:
a) In-situ Filtration of Insulating oil of all the transformers in service and under scope of the
contract shall have to be carried out by the contractor on availability of shutdown, as per
recommendations of the oil test results or if desired by DVC. Arrangement/hiring of oil
filtration machine of adequate rating, its shifting/placement near the transformer, arrangement
of oil storage tanks, power supply arrangement, operation & supervision during filtration,
sample collection before and after filtration for BDV testing shall be in contractor’s scope.
Filtration shall be continued till satisfactory results/parameters of oil is achieved.
17.2 Over hauling of HT Motors as per scope under sl. no. 1.1 & 1.2 of Electrical scope.
Note: Any kind of electrical breakdown is to be attended immediately. If the services of the expert
are required, the same is to be arranged by the firm failing which DVC will take necessary
action for getting the work done at the sole cost and risk of the firm concerned.
18. EXCLUSION FROM THE SCOPE OF CONTRACT:
a) Rewinding and major repairing work of LT / HT motors.
b) Rewinding and major repairing work of Distribution transformers.
c) Major repairing work of Batteries.
e) Laying of HT cables.
TERMS & CONDITIONS:
1. All the works under scope works has to be done as per standard norms and practices &
with use of best quality consumables/materials.
2. REPORTING AND RECORD KEEPING (As per advice of EIC): IR, PI value shall
be recorded before start of servicing/overhauling and after complete assembly. Values
of winding resistance & Inductance have to be measured and recorded. No load current
during trial run after servicing/Overhauling will be taken and has to be recorded in the
logbook. Motor body and Motor Terminal Box Temperature of HT Motors shall be
measured on weekly basis or as and when required as per the instructions of EIC and
has to be submitted in a prescribed format to EIC.
3. Contractor shall have to maintain tools & tackles as mentioned under sl. no. 14. Any
Other Tools & Tackles not mentioned specifically but required for satisfactory
execution of the contract shall have to be arranged by the contractor.
38 | P a g e
4. Regular cleaning of the workplace and dumping of wastes in dustbin during execution
of job. No oil, grease, wastes and scrap should be found in the work area after the job
is completed.
5. Stator, rotor shall be properly covered during drying out, in order to avoid ingress of
dust/ moisture. Safety precautions should be taken to avoid any fire incident etc.
6. Workers of the contractor shall obey all safety norms and any non-compliance may
render to suitable action against the contractor.
7. Work Completion Time: For Scope Sl. No. 1.1 & 1.2 of Electrical Scope of work.
i. L.T. Motors: 3(Three) Days
ii. H.T. Motors: 7(Seven) Days
8. Scope of supply and facilities to be provided by the Bidder:
a) All Consumables such as Varnishes, Bectol, Markin cloth, Cotton waste, Emery
paper, hacksaw blade, petrol, kerosene, heating lamps, welding electrode etc. to be
arranged by contractor.
b) DA, Oxygen, gaskets sheets, wedges, spacer, insulating materials, tie bands,
brazing/soldering materials, motor lead as required shall be in Contractor’s scope.
c) Trolley up to 5T (five ton) to be arranged by contractor for shifting job.
9. Scope of supply and facilities to be provided by DVC (free of cost):
a. Bearings and motor accessories (grease pipe, end cover, terminal block, bearing
housing, grease cap, oil seals etc.) shall be provided by DVC.
b. EOT crane, hoists facility wherever available shall be provided by DVC, however, any
defect comes during lifting of motors etc. in the hoists/cranes, alternate arrangement
like chain pulley block etc. shall be arranged by the contractor.
10. Manpower Deployment:
Round the clock maintenance of Electrical system of Coal Handling Plant will be the
responsibility of the Contractor. The contractor shall have to maintain adequate
manpower (skilled & un-skilled) & Qualified Engineer, Supervisor throughout the
period of contract on daily basis in such a way that at least 4 different jobs at different
locations can be taken up at a time during the general shift as well as in any emergency
conditions as per the directives of DVC Engineer-in-Charge. However, the contractor
responsibility also includes handling successfully at least four jobs simultaneously per
shift excluding the above four jobs. If required the man power has to stay beyond
normal duty hours to complete the job. There shall be General, A, B & C shift system.
Site Engineer/ Supervisor shall be responsible for coordinating site activities, receiving
instructions, materials from the stores, their disbursement, record keeping and other
such activities. Hence Supervisor should be well qualified for efficient functioning in
his capacity and should have sufficient experience for handling similar type of contract.
11. Minimum qualification and experience:
Degree in Electrical Engineering
OR
3 years
Diploma in Electrical Engineering 7 years
Diploma in Electrical Engineering
ITI (Electrical)
39 | P a g e
ITI (Electrical)
The Supervisor shall have valid Electrical License issued by the statutory body.
12. For Preventive/Breakdown maintenance/Routine jobs of LT/HT Motors, HT/LT Switch gears
(Breakers, PCC/MCC, Transformers etc.):- The contractor shall ensure availability of
adequate manpower with requisite skill to take up the jobs under scope of the contract
promptly and complete them in optimum time. Contractor should be able to take up works at
many fronts simultaneously.
The contractor can be called during off hours, at night, on Sunday and holidays to carry
out work on emergency therefore, they should arrange all necessary gate passes etc,
before hand
13. Contractor will identify a responsible contact person (Site-in-charge/Site Engineer) for day-to-
day co-ordination with DVC officials. One no. P&T and one no. Mobile phone have to be
provided to the above contact person by the contractor for contacting in case of emergency.
14. The bidder will also maintain devices required for site communication. i.e. Walkie Talkie/
Mobile Phone/ other mode for site to site communication equipment.
15. Site Engineer (Electrical)/Supervisor (E) should submit report of the job taken & the
materials used for the same daily & monthly basis. A comprehensive report shall be submitted
to EIC on daily basis. The following points are to be noted for compliance:
i) Successful bidder shall have to furnish the list of manpower with their credentials for
necessary verification & issuing of Photo-Gate pass within seven days from the date
of issuance of work order. Also list should be such that they can take up the job
smoothly. Successful bidder shall have to submit documentary evidence in support of
educational qualification and experience of the personnel engaged for execution of
AMC.
ii) No person from the list of manpower submitted by the successful bidder shall leave
DSTPS site / local station without prior permission from the competent authority of
DSTPS.
iii) The replacement / substitute personnel for different categories of AMC manpower
shall have the same educational & experience to carry out the job.
iv) During execution of work if any personnel is found not suitable for the job, the
personnel will have to be replaced within 7 days.
v) To cater the need of time bound preventive / predictive maintenance / shutdown /
servicing/overhauling jobs, bidder shall depute additional manpower without any
extra financial burden to DVC.
16. Permit to Work for maintenance job: The contractor shall comply with prevailing permit
rules/ procedures before commencement of any maintenance work and throughout execution of
job.
17. Defect liability period will be for Three (3) months. In case of failure due to bad
workmanship, contractor shall be liable to attend/rectify at his own cost/risk. If defect is
observed after trial run, the same has to be rectified by the contractor free of cost.
40 | P a g e
CONTROL & INSTRUMENT
41 | P a g e
42 | P a g e
43 | P a g e
44 | P a g e
TECHNICAL TERMS & CONDITIONS
45 | P a g e
Technical and allied terms& Conditions:
1. Controlling Officer (Engineer in charge): The Superintending Engineers or their representatives
in respective fields i.e. Mechanical, Electrical and Control & Instrument.
2. Execution of work: The job is to be carried out strictly in adherence to the fixed time schedule and
manpower as per instruction of the representative of the controlling officer. He will be at liberty to
stager the normal duty hours of different employees for utilization of service at any portion of
day/night. The contractor will arrange for suitable substitute against any employee proceeding on long
leave absenting for any indisposition. Responsible supervisor should remain in duty round the clock.
The contractor shall maintain an attendance Register for the Employees (both general shift and 3
shifts) which will be reviewed by the EIC. The Contractor/ Site in-charge/ Supervisor will maintain
round the clock available mobile connectivity to receive direction of EIC.
3.Time of completion: The time schedule of completion of a particular job will be decided by the
controlling officer or by his representative in consultation with your site in charge / representative or
by his own as the case may be. For delay in completion of job, the penalty will be imposed as per
rule.
4. Priority: The controlling officer or his representative is at liberty to direct the manpower engaged
in any job at any time at his own discretion to other place of work of due importance he thinks so far.
5. Quality of job: Finished job should conform to manufacturing and/or erection specification and/or
O & M Manual specification or otherwise upto the satisfaction of the controlling officer.
6. Cleaning of site: Jobs will be considered incomplete until the work site is made free from
scaffolding, scraps, rejects, and the wastes. The party has to clean the site within the mutually agreed
time frame given to them. If the work site is not cleaned properly within that period, DVC reserves
the right to get the site cleaned by engaging other agency at the risk and cost of the contractor. The
cost for cleaning the site thereby will be recovered from the monthly bill of the contractor.
7. Enabling work: Contractor will have to make it convenient to undertake the assigned work.
Arrangement including transportation of any type of scaffolding, planks, telescopic ladder etc. as per
requirement will be within the scope of AMC contract.
8. Power supply to work site: With prior permission of DVC authority ,the contractor will arrange it
from the nearest existing electric supply point provided by DVC free of cost. All cares must be taken
by the contractor to avoid any mishap for the same. Suitable registered /licensed electrician will be
engaged for the concerned work.
9. Structural Steel, Spares & lubricants: Issued item from the store of DVC, DSTPS will be
handed over to the contractor ‘as and where it is’ basis. Safe transportation and use is the
responsibility of the contractor. The excess/unused material is to be returned to store at the initiative
of the contractor.
10. Areas of work: Any job/work area related to interfacing area has to be carried out by the
contractor as per the instruction of the controlling officer or his representative.
11. Responsibility: It is the responsibility of the contractor to take care in all respect of any materials
like spares, structures, lubricants, or others, once handed over to the party for the use of work. For
missing, mishandling, bad storing etc. of the materials, DVC will not be responsible, and in this case
DVC will recover the actual cost against the loss for the same and it will be deducted from the
monthly allocation bill of the contractor if the party fails to arrange the damaged/lost material. DVC
reserves the right to take back the same at any time if required for completion of the work.
12. Extra man power & Non-compliance: Extra man power, if needed, as decided by the controlling
officer is to be arranged by the contractor to carry out and complete the assigned work within the
mutually agreed time schedule without any extra cost to DVC. Further to above if the contractor
fails to carry out any assigned job and DVC feels to carry out the same immediately on urgent
46 | P a g e
basis, in that case DVC has the right to get the job done by engaging any other agency who are
capable of carrying out the job at the risk & cost of the contractor and the expenditure incurred
will be deducted from his monthly RA bill. The cost for carrying out that assigned job will be
fixed as per norms of DVC for engaging a contractor at his sole discretion on urgent ground. In
this regard the contractor will have no right to go for any arbitration.
13. Withdrawal of manpower: In case of any worker/s is/are found hampering the interest of the
corporation and not abiding by the decision of controlling officer or his representative/s in any way,
DVC shall have the right to take appropriate action. In such case the contractor shall have to replace
such workman/men within 7 days notice from the DVC authority and loss incurred for the same if
any, shall be borne by the contractor.
If anybody amongst the allotted manpower for the purpose of contract is found incapable for a
particular job/s, the contractor must immediately replace the person/s by more skilled person/s or
may call additional suitable person/s to complete the job within the time schedule with no extra cost
to DVC.
14. Availability of manpower: To combat urgent need, manpower along with technical supervisor /
site-in-charge should be at beck and call irrespective of time i.e. day and night. Depending upon the
situation and requirement of the work and as per discretion of controlling officer or his
representative/s working hours may be extended beyond the normal working period within the scope
of contract irrespective of no. of days and time. In case for attending a job within a particular time
frame as desired by the controlling officer, if additional manpower is required, in that case the
contractor will arrange the same within this contract.
15. Deployment of manpower: Concurrence of the controlling officer or his representative must be
obtained for deployment of manpower to be engaged for a particular assigned job/s. The contractor
will also have to arrange manpower in shift for effective utilization in consultation with the
representative of the controlling officer. All employees must have valid Photo Gate-pass for DSTPS
to be arranged by the contractor.
16. Working condition: Controlling Officer / Safety Officer at his discretion may check / examine
any of contractor’s tools/scaffolding/working condition etc. and if found unsatisfied, he may suspend
the job temporarily till the contractor takes proper measure as per the statutory norms.The contractor
should provide all safety implements like helmets, shoes, gloves, fall arresters etc. to all workers at
his own cost & ensure that all workers must utilize the same during work & inside the plant premises .
17. Working hours: General Shift ,Morning Shift: Evening Shift: Night Shift- As per timing
applicable in DSTPS.
Along with general shift, shifting duty will be allotted to the part of the workmen/man to carry out
maintenance job under the scope of compulsory package ,as per discretion of the controlling officer or
his representative .However ,manning will have to provide in regular shift /General shift on the basis
as advised by the controlling officer or representative . Apart from normal working hours, contractor
will attend any breakdown maintenance job, if situation so warrants, within the scope of contract or
otherwise at the discretion of the controlling officer or representative.
18. Office works: The contractor should maintain an office at site where they will maintain log book
in which daily progress, remarks on healthiness of the equipments and major findings will be
recorded. Contractor will maintain day to day manpower strength for monitoring of effective
manpower utilization. Apart from this, any allied activities, if required would be taken care by the
contractor as per the instruction of the controlling officer. All stationary obligation w.r.t the work &
the workers must be maintained by the contractor & records to be maintained.
19. Permit to work card/job card: Before commencing any job permit to work card must be
obtained from operation department through the controlling officer or his representative or as directed
by them. The work permit as issued by the respective DVC authority must be returned to DVC
authority forthwith on completion of the job.
47 | P a g e
20. Completion of job : On completion of any assignment in all respect the contractor should hand
over the PWC after duly filling up of the columns of the said card signed by the concerned officer or
as directed by him.
OTHER TERMS AND CONDITIONS OF THE CONTRACT
1) The contractor shall depute all knowledgeable and requisite Service Engineer, Supervisor,
Technician, Skilled & Semi-skilled workers for satisfactory execution of the Contract.
2) The Chief Engineer or his authorized representative (EIC) may direct to suspend any work subject
to the prevailing climatic condition ,unsafe or unethical practice, act which is detrimental to
DVC, undue interference of work to other agencies etc. as deemed fit.
3) The jobs will be broadly classified by DVC on case to case basis in the following three categories
depending upon the plant’s condition prevailing at that time.
Normal- The job will be done during General Shift.
Urgent- The job will have to be done during two shifts per day.
Emergency – The job will have to done continuously till its completion.
4) The contractor shall not be allowed to commence the jobs as per contract unless complete
site mobilisation in respect of manpower & T&P are ensured and fulfils statutory requirements.
48 | P a g e
Annexure—I
PENALTY
A. Penalty clause for non adherence to safety norms/ items.
If the contractor fails to provide Jeep & Truck/Tractor with trolley as per requirement, penalty at the
following rates shall be deducted:
1. Jeep/ Car-- Rs. 500/- per day
2. Truck/Tractor with Trolley--- Rs 800/- per Day
B. Penalty clause for non- submission of reports and protocols as per requirement of DVC:
Sl. No. I T E M PENALTY PER CASE
1. Non-Adherence to safety rules/ violation Rs.100/- per case
2. Delay of distribution of safety items to
labours and supervisors
Rs.50/- per labour of one day
3. Non-Adherence to Safety Norms Rs.50/- Per Person
Sl. No. I T E M PENALTY PER CASE
1. Non- submission of daily report Rs.50/- per day
2. Non- submission of spare parts record and
forecast of spares
Rs.100/- per week
3. Non- submission of PM report on schedule time Rs.50/- per day
4. Non- submission vibration record of critical
equipments if specified by E.I.C
Rs.500/- per month
49 | P a g e
COMMERCIAL TERMS & CONDITIONS
50 | P a g e
COMMERCIAL TERMS AND CONDITIONS
Before quoting, Bidders may visit DSTPS on their own cost to assess the site condition and
local environment & rules, regulations etc .
1. Contract period:- One year from the date of actual commencement of the work(Date of
commencement of the work will be intimated by DVC) by the Contractor after successful
site mobilization . The contract may be extended for another one year i.e (2nd
year) at same
rate & Terms & Conditions on satisfactory performance of the contractor and at the sole
discretion of DVC, D.S.T.P.S. In that case the Security Deposit /Bank Guarantee has to be
extended accordingly.
2. TERMS OF PAYMENT :.
A. For main scope of work under mechanical Part - A, Electrical and Control & Instrument:
Payment shall be made against monthly RA bills on presentation of bills in triplicate pre
receipted in original copy after statutory deduction as applicable subject to satisfactory
completion of the jobs duly certified by the Engineer-in-charge.
B. For main scope of work under Mechanical Part-B:
Payment shall be made on Lump sum basis per month for Upkeepment of Coal Handling
Plant of Unit no. 1 & 2 and payment for removal of boulders/ coal dust shall be made per
MT basis for the actual quantity disposed per month on presentation of bills in triplicate
pre receipted in original copy after statutory deduction as applicable subject to
satisfactory completion of the jobs duly certified by the Engineer-in-charge.
C. For Optional work:
Payment shall be made after completion of work (item wise) on presentation of bills in
triplicate pre receipted in original copy after statutory deduction as applicable subject to
satisfactory completion of the jobs duly certified by the Engineer-in-charge.
For above three cases 100% payment shall be made after acceptance of S.D.B.G./ Advance
Bank Draft towards Security Deposit and execution of the agreement.
OR
90% payment shall be made after acceptance of I.S.D. and balance 10% shall be paid after
expiry of the claim period and execution of the agreement.
No payment will be made without acceptance of SDBG. Service tax shall be paid extra as per
admissible prevailing rate along with the respective invoices. Statutory taxes which ever is
applicable will be deducted from the bills .EPF clearance is mandatory.
Note:
If the unit remain under shutdown for more than 3 (three) months continuously and restarting
of the unit is not certain even after 3 months, the contract may be suspended after 3 (three)
months with mutual discussion between DVC and the contractor. In those circumstances the
contractor will be paid compensation towards demobilization and remobilization of site to be
decided through mutual discussion.
3. SECURITY DEPOSIT CUM PERFORMANCE GUARENTEE;
The successful bidder have to submit 10% of total value of order in the form of Advanced
bank Draft/ Security Deposit Bank guarantee (S.D.B.G) from any Nationalized/ Scheduled
51 | P a g e
Commercial Bank valid till expiry of the Contract period with a claim period of another 06
(six) months in DVC’s prescribed format. The Security Deposit is to be submitted within 30
days from the date of placement of WO. If the bidder fails to fulfill the agreement of the
contract, their claims, whatsoever, include B.G. as S.D. shall be forfeited. In case of
extension of the contract, the Security Deposit/Bank Guarantee has to be extended
accordingly as per rule.
OR
The successful bidder have to submit 2% of total value of order as Initial Security
Deposit(ISD) in the form of Advanced bank Draft/ Security Deposit Bank guarantee
(S.D.B.G) from any Nationalized/ Scheduled Commercial Bank valid till expiry of the
Contract period with a claim period of another 06 (six) months in DVC’s prescribed format.
The Initial Security Deposit is to be submitted within 30 days from the date of placement of
WO. 10% of the WO value will be deducted towards Security Deposit and paid after the
expiry of the guarantee period. No interest will be paid on the Security Deposit amount.
EXEMPTION:
SSI Units registered with NSIC, under its single point registration scheme, are exempted
from depositing Security Deposit for ordering value up to the monetary limit for which the
unit is registered. Small Scale Industries seeking such exemption must enclose valid
registration Certificate from appropriate Govt. Authority giving details such as validity,
stores, monetary limit etc failing which exemption will not be granted.
4. Performance Guarantee: The contractor shall stand guaranteed against defects attributable to
faulty workmanship or procedure adopted in the total work for items covered in the contract for
a period of three months from the date of re-commissioning of the set after completion of the
mentioned work. The guarantee covers all defects notified during this period and shall have to
be attended to free of cost immediately or at the time DVC is able to give shut down of the set.
In case of failure to do so, DVC shall arrange to attend the defects and the charges shall be
levied to the account of the contractor and shall be recoverable from the contractor’s bill /
security deposit.
5. Rate : Rate shall be firm throughout the contract period. The rate shall be inclusive of all taxes
& stationary charges as applicable but excluding of service tax. Service tax as & if applicable
shall be paid extra against submission of Service Tax Registration certificate.
6. Validity of the offer: The offered rate shall remain valid for acceptance for a period of 180
days from the date of Bid opening.
7. Extension Clause:- Contract period is for one year which may be extended for another period
of one year i.e (2nd
year) on successful completion of work at same rate & Terms &
Conditions and at the sole discretion of DVC, DSTPS. In that case the SDBG has to be
extended accordingly as per DVC rule.
8. Agreement:- Bidder shall have to execute a contract agreement in the prescribed DVC format
on a non-judicial stamp paper worth Rs. 50/- (Rupees Fifty) only failing which no payment will
be made to the contractor.
9. Mobilization:- Site mobilization should be done within a maximum of two weeks from
the date of placement of LOA /LOI/W.O. Within that period, all the tools and tackles and
infrastructural facilities have to be made ready for starting the actual work of the
contract. If the Contractor fails to mobilize the site within the above mentioned two weeks the
expenditure incurred for the period of delay in mobilization beyond two weeks towards
engaging the existing Contractor or alternative agency to carry out the job during that period
52 | P a g e
has to be borne by the Contractor as applicable thereto. The amount thus incurred shall be
realized from the running bill/ bills of the Contractor as per decision of the competent authority.
No advance payment towards mobilization will be provided by DVC. In case of failure to mobilize and
start the work, the EMD shall be forfeited.
10. Termination Clause:- The Contract may 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. (g), (h) & (f) below.
a. The bidder 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 bidder 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 judgment of the owner has engaged in corrupt or fraudulent
practices 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 bidder 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.
DVC RESERVES THE RIGHT NOT TO ISSUE TENDER DOCUMENTS TO ANY
INTENDING BIDDERS WITH WHOM DVC HAS STOPPED ENTERING INTO BUSINESS
BY VIRTUE OF POLICY DECISION.
11. Penalty Clause:
a. For each category of maintenance work detailed in mandatory jobs (Mechanical, Electrical and
C& I) a time frame will be fixed by DVC considering all ground realities. If the contractor fails to
complete the work in that time for reason not attributable to DVC, a penalty will be imposed @1% per
day of the value of the each category of jobs from the running bill subject to a maximum of 10% of
the total value of the jobs. In this respect the decision of Engineer-In-Charge will be the final &
binding on the contractor.
b. For category of operation work of mandatory job, if due to any reason not attributable
to DVC or force majeure conditions, the contractor fails to carry out/execute the work for a
day or part thereof the penalty shall be imposed as per following.
i) Recovery of cost equivalent of twice the pro-rata amount calculated on “per day basis” from
the monthly figure indicated against category of work shall be made.
ii) Non execution of work for “part of a day” exceeding six(6) hours shall attract one full day’s
additional penalty in line with above.
c. Non-availability of Tools & Tackles will also invite a penalty @ 1% per week or part thereof
of the contract value of the respective head for which the tools & tackles are not available for 15
days at a stretch.
d. The contractor is to complete the removal of all technological waste daily for maintenance of the
53 | P a g e
system. If DVC is forced to engage any other agency to complete any incomplete job of the
contractor, the expenses thus incurred will be deducted from the contractor’s bill at their risk and
cost.
e. If at any moment it is noticed that any of the areas which are under the Contractors scope for
cleaning/ removal of waste is not cleaned properly, Superintending Engineer, DVC or DVC
Engineer-in-charge or his authorized representative reserves the right to deduct an amount
equivalent to 50% of a day’s value of the that particular zone for each such occasion.
f. For each areas of work for cleaning/ removal of waste, a mutually agreed time frame will be fixed
for any incomplete work and if the contractor fails to complete the work in that time for reasons
not attributed to DVC, a penalty will be imposed @ 1% of monthly valued of that area / zone for
each day and total penalty to be limited to a maximum of 10% of total contract value.
g. The contractor will have to engage sufficient numbers of man & machineries for loading,
unloading of the stones/ coal dust generated daily and sufficient numbers tractors/ trucks for
disposal to the same to the designated place. If the contractor fails to dispose off the stones/
coal dust to the designated place, D.V.C may deploy/ engage any third party for disposing off
the stones/ coal dust to the designated place and DVC reserves the right to deduct penalty
equivalent to the Charge paid by DVC to the third party from the running bills of the Contractor
for each such occasion. However, if such condition prevails for more than a week DVC reserves
the right terminate the contract and all the dues payable by DVC to the Contractor along with
the Security deposit shall be forfeited.
h. The work i.e. belt laying& its joint and fabrication of MS Gratings thereafter has to be completed
within the stipulated time as mutually decided. For any delay in completion of the job beyond
the agreed completion period, a penalty will be imposed @ 0.5% of the job value per day (24 hrs.)
of delay and/or part thereof subject to maximum 10% of the total job value.
i. DVC will have the right to deduct Rs.1500.00 (Rupees fifteen hundred) only per job for not
attending any job.
j. If any breakdown occurs or some operational assistance is required, concerned official of
DVC will intimate the same to the contractor’s representative not below the rank of
Supervisor. For such interaction, at least 1 (One) supervisor must be available in each
shift failing which DVC will have the right to deduct Rs.500.00 (Rupees five hundred)
only per shift of absence of supervisor.
k. Manpower for AMC should be available in such a way that troubles / breakdown at any time
can be attended immediately on receipt of the intimation or the job should be taken up within
half an hour of intimation. Delay in taking up the job for more than half an hour of
intimation for reasons not attributable to DVC will lead to penalty of Rs.250.00 (rupees
two hundred fifty) only per half an hour till reporting for the job.
l. For Testing of Transformer oil (BDV) for all transformers of Coal Handling Plant to be
conducted Quarterly and the test results to be submitted to EIC. Failure to which DVC will
have the right to deduct Rs.1500.00 (Rupees one thousand five hundred) only.
m. Other penalty clause has been mentioned in Annexure-I.
12. Conditions for Forfeiture of EMD-The same shall be applicable as per relevant clause of GCC
OTHER TERMS AND CONDITIONS OF THE CONTRACT:-
01. Insurance: - The Insurance of personnel employed in the job shall be done by the contractor .
No compensation of any major/minor/disabilities/damage would be given by DVC, DSTPS.
ESI also to be complied with by the contractor.
02. 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.
54 | P a g e
03. Safety measures: - The workmen under Contractor’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, DSTPS property. Guide line for action in respect to safety
measures for the job are specified hereunder :-
The Contractor 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.
Contractor 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 Contractor 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, DSTPS IN NO WAY SHALL BE RESPONSIBLE FOR SAFETY OF
CONTRACTOR’S WORKMEN.
04. Precautionary measures to avoid damage of other equipment: - The contractor should
take care for safety of equipment and property of DVC, DSTPS. Any loss to this effect will be
contractor’s responsibility entirely and they shall have to make good for the losses and extra
expenditure incurred by DVC, DSTPS thereof. Responsibility of the spares & materials issued
to the Contractor rests with the contractor himself. Contractors have to replenish the same at
his own cost & risk in case of loss/damage of the spare/material under his custody.
05. 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, DSTPS 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.
06. Laws :-
a. Contractor should have to abide by all Statutory Acts and Laws and Regulations of
respective Government.
b. 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. Contractor has to obtain labour license from statutory body i.e concerned office of
the Regional Labour Commissioner (Central) as applicable.
d. 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.
e. The workers deployed by Contractor will be bound by regulation of Factories Act.
1948. Minor and women lab ours shall not be engaged in this job.
f. 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.
07. Tools and Tackles: - DVC, DSTPS will not provide tools and tackles.
08. Discontinuation of Job :- In case the job is found discontinued by Contractor within the
contractual period, DVC, DSTPS shall have the right to award part or full job to any other
outside agency and the expenditure thereof shall be deducted from their bill of the contractor..
09. Wage Sheets: - Contractor should maintain up to date payment register of their labourers. The
contract operating authority or any other representative of the controlling officer may check
55 | P a g e
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 contractor. Wage sheet of workers should be submitted to
the controlling officer every month with the bill.
10. Subletting: - The contractor shall not be allowed to sublet the work as a whole to any sub
contractor.On the necessity of the the work the contractor may sublet some particular work
subject to obtaining prior approval of DVC’s competent Authority.
11. Contingency: - Contractor must possess sufficient fund to pay the workers when bills are not
paid/passed for reasons whatsoever for at least two months.
12. Taxes :- Service Tax shall be paid extra as applicable against documentary evidence. .
13. Labour Regulations and Minimum Wages :- The Contractor shall abide by the provisions
of the contract Labour Act 1970 for which the Contractor 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.
14. Local Rules & Regulations: - The contractor has 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.
15. Security Gate Pass: - The contractor has to arrange Photo gate pass at his own cost for his
workmen from the security department and the rules and regulations related to this subject
shall be binding on the contractor.
16. 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, contractor
shall have to replace such workmen within 7 days notice from the controlling officer.
17. Idle Labour Charge: - DVC shall not be responsible for payment towards idle labour charge
under any circumstances.
18. Safety of Working Personnel: - DVC in no way shall be responsible for safety of
contractor’s workmen. Contractor should supply the necessary protective devices for safety of
their workmen and contractor will ensure that necessary safety precautions have been taken
for contractor’s workmen.
19. Accident: - In case of any accident of contractor’s workmen, contractor are to arrange
necessary prima facie requirement immediately after the incident. DVC shall in no way be
held responsible to compensate contractor workmen be it on duty or not. No benefit in any
form shall be admissible in such case.
20. Payment to Workmen: - 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.
21. Canteen facility : - Canteen facility may be extended to working personnel of the contractor
on chargeable basis.
22. Checking: - Controlling officer or safety officer at their discretion may check/examine any of
Contractor’s tools/scaffolding/working condition etc. and if unsatisfied he may suspend the
job temporarily till proper measure is taken from contractor’s end.
23. 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 contractor at his own cost.
24. The contractor shall be solely and wholly responsible for any accident that may occur during
execution of the work and also for injury to person/persons or damage to the property of any
description whatsoever caused during the execution of the work. In the event of any such
accident, the contractor shall be responsible and shall pay proper compensation for the same
56 | P a g e
as per Workmen’s Compensation Act. The contractor shall keep the occupier i.e. DVC safe,
harmless and indemnified against all claims and expenses, for any such damage or injury etc.
to any person or property.
25. The contractor must have employee Provident Fund code no. for depositing Provident Fund
amount for his workmen.
26. Contractor should furnish P&T / Mobile Numbers of the responsible contact person(s) for
emergency need.
27. Before submission of offer, bidders are suggested to visit work site and may gather
information regarding the areas covered under the Scope of Work.
28. 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 DSTPS, DVC. During execution of the Contract as
well as on expiry of the same, the contractor shall ensure that none of their
employees/workers claims employment in DVC .The contractor while engaging or
disengaging their employees/workers shall also follow all statutory rules & regulations
applicable as per workmen’s compensation Act.
29. Compliance of EPF scheme for the workers engaged by the Contractor shall be
applicable as per rules.
30. MANDATORY SAFETY CLAUSES OF THE WORK CONTRACT:-
CONTRACTOR’S RESPONSIBILITY:-
Contractor has to arrange a full set of First Aid Kit for attending to manpower deployed by
him at site as per requirement.
Contractor shall be vigilant to ensure provisions of Factories Act 1948 and other statutory
provisions as applicable in respective Power Plant.
Contractor’s responsibility is to collect copies of prevailing rules from safety department of
the plant.
Contractor must ensure use of Personal Protective Equipments by their workers.
Industrial HELMET, Safety-shoes, safety belts etc. shall be issued to each worker by the
contractor.
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.
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 up
to date record for the same at site for inspection of departmental Engineer/Safety Department
on demand.
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.
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.
No child labour shall be engaged by the contractor as per statutory rule of Govt. of India.
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
57 | P a g e
job whose action or conduct in the opinion of DVC management is detrimental to the interest
of Corporation.
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 contractor 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.
The contractor 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.
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
as per rule.
31. DVC shall not be responsible in any way for delay/difficulties/inaccessibility of the
downloading facility from the Website for any reason whatsoever.
32. The bidders who are found to be indulging in changing/adding or deleting the contents of
tender documents will be liable to face necessary action as deemed fit including banning,
suspension of business dealings etc.
33. In case of any discrepancies found between the downloaded tender documents from the
website and the master copy available in the office of the Tender Inviting Authority, the latter
shall prevail and will be binding on the bidder(s). No claim/appeal on this account will be
entertained or given cognizance. Bidders will be solely responsible for the
correctness/genuineness of the downloaded tender documents from the website, If the offer
submitted through the downloaded tender documents which are incomplete, or with changed
contents, the offer will summarily rejected.
34. Offers submitted by the bidders through fax/telegrams will not be considered valid.
35. Tender No. and the due date must invariably be mentioned on the cover, otherwise, tender
may be liable to rejection.
36. If there is discrepancy between words & figures in price part, the price mentioned in
word shall prevail.
37. DVC reserves the right not to accept the lowest rate quoted by Bidder and reject any or all the
tenders.
38. The expression satisfactory execution of the order shall mean fulfillment of all obligations
arising out of in the order. In default of satisfactory execution of the order, the Security
Deposit shall be forfeited by the Corporation.
39. 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 Bidder.
a. 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 reach 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/judgment of Arbitrator/Arbitrators shall be final and binding on both the
parties.
58 | P a g e
b. However, in case the bidder is a Central Public Sector Enterprise/ Govt.
Department, the dispute arising between the ‘Owner’ and the ‘Bidder’ shall be
settled through Permanent Arbitration Machinery (PAM) of the Department of
Public Enterprise, Govt. of India as per prevailing rules.
c. 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.
40. Price bid of bidders will be opened whose techno-commercial bids are acceptable with due
intimation. In case of rejection of Techno-commercial bids EMD of those unsuccessful
bidders will be returned after finalization of order without any further intimation.
All tenderers would be bound by the terms & conditions as detailed in the tender specification
by DVC & General Conditions of Contract (GCC). Bidders are requested to go through GCC
on DVC website. Terms & conditions which are not specifically mentioned in the NIT &
Tender documents, shall be covered by GCC
59 | P a g e
INSTRUCTIONS TO BIDDERS
60 | P a g e
INSTRUCTION TO BIDDERS (ITB)
1. Preparation/Submission of Two part Tender:
The Tenderers shall submit their offers in Two Parts in duplicate namely “Techno-Commercial
part/ Part –I” and “Price part/ Part –II” along with Earnest Money Deposit (EMD)
of Rs. 10,00,000.00 (Rupees Ten lac only).
Main Envelope: The Tenderers shall submit their Tenders in sealed envelope superscribing the same
with the Enquiry No. & due date which will contain 3 (Three) sealed envelopes distinctly marked
“A”, “B” & “C” as follows:
Envelope – “A”: The envelope shall contain the Earnest Money Deposit (EMD) of Rs. 10,00,000.00
(Rupees Ten lac only) and tender fees of Rs. 6000.00 (Rupees Six thousand only) (non-refundable) if
download from website and shall be superscribed with Tender Notice no., Due date and the words
“Earnest Money”.
Envelope – B: The envelope shall contain the Techno-Commercial Bid comprising of technical
details and commercial terms alongwith Deviation Schedule as per format given in Annexure-C and
shall be superscribed with Tender Notice No., Due date and the words “Techno-Commercial Bid/
Part –I”.
Envelope – C: The envelope shall contain the Price Bid (Annex-P) along with the withdrawal
prices for deviation as declared as per format given in Annexure –D and shall be superscribed with
the Tender Notice No., Due date and the words “Price Bid/ Part –II”.This envelope will be opened
only for technically accepted bidders at a date to be intimated later on.
All the above three envelopes marked “A”, “B” & “C” are to be kept in sealed condition inside the
main envelope superscribed on it the Tender Notice No., Due date and the words “Round the clock
Annual Operation & Maintenance and Removal of technological waste and Upkeepment of Coal
Handling Plant of DSTPS, Andal ( 2 x 500 MW).”
2. Before filling the offers, bidders are requested to go through the Other Terms &
Conditions/General Conditions of Contract , DVC in order to familiarize with DVC’s
Commercial Terms & Conditions, Cost of compensations for deviations.
3. The Bidder is also advised to visit and examine the site and will obtain on its own
responsibility, all information that may be necessary for preparing the bid and entering into a contract
for the subject AMC. The cost of visiting the site shall be at the bidder’s own expense.
4. On receipt of formal LOI/W.O in duplicate, one copy shall be returned to the Order issuing
authority duly acknowledged with signature, seal of the firm with date as a mark of acceptance of the
contract.
5. Unsigned offer submitted by any bidder will not be considered valid.
6. Modification and Withdrawal of Bids:
The bidder may modify or withdraw its bid after submission, provided that written notice of
the modification or withdrawal is received by the owner prior to the deadline prescribed for bid
submission. In no case cost of the bidding documents will be refunded. The bidder’s modifications
shall be prepared, sealed, marked and despatched as per original offer with superscribing the bid
envelopes “BID MODIFICATIONS-ORIGINAL” and “BID MODIFICATIONS – COPIES”.
61 | P a g e
7. Self certified Xerox copies of all relevant documents, wherevever needed are to be enclosed with
the offer. However, DVC reserves the right to call for original document, if needed failing which the
offer is liable for rejection.
8. DVC shall not be responsible in any way for any delay / difficulties/ inaccessibility of the
downloading facility from the website for any reason whatsoever.
9. The tenderers who are found to be indulging in changing/ adding or deleting the contents of the
downloaded tender documents will be liable to face necessary action as deemed fit including banning,
suspension of business dealings etc.
10. In case of any discrepancies found between the down loaded tender documents from the website
and the master copy available in the office of the Tender Inviting Authority, the latter shall prevail
and will be binding on the tenderer(s). No claim / appeal on this account will be entertained or given
cognizance.
11. Tenderers will be solely responsible for the correctness / genuineness of the downloaded tender
documents from the website. If the offer submitted through the down loaded tender documents which
are incomplete, or with changed contents, the offer will summarily be rejected.
12. Quotation submitted by the tenderers through Fax/ Tele-g rams will not be considered valid.
13. Settlement of disputes and Arbitration: As detailed in Commercial Terms & Conditions
Please go through the relevant Clause of “General Conditions of Contract”.
N.B
i) Bidders are requested to offer their pricing as per Annexure – B attached herewith.
ii) Deviations specifically declared by the bidders in the respective Deviation Schedules as per
Annexure C (to be submitted along with the techno-commercial offer) and respective cost
of withdrawal of such deviation as per Annexure D(to be submitted along with the price
bid) will be taken into account for the purpose of evaluation.
62 | P a g e
ALL RELEVANT FORMATS
63 | P a g e
FORMAT FOR COMMERCIAL TERMS & CONDITIONS
DAMODAR VALLEY CORPORATION
1. Enquiry / NIT No. ________ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ _ __ _
Date __ _ _ _ _ _ _ _ Date of Opening_ _ _ __ _
2. Name of the Firm M/s. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
Phone No.___ _ _ _ _ _ __ _Fax No._ _ _ _ _ _ _ _
E-Mail_ _ __ _ _ _ _ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _
3. Address of the Firm
a) Head Office
b) Registered Office
c) Local/Branch Office
d) Works
_ _ _ _ _ _ __ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
4. Whether Certified by ISO YES/NO
5. Agreed to accept DVC’s Security
Deposit-Cum-Performance Guarantee
Clause
6. Agreed to accept DVC’s Penalty
Clause
YES /NO
YES /NO
YES / NO
7. Agreed to accept DVC’s LD Clause YES / NO.
8. Payment Terms
9. Any other Statutory Taxes or Duties
like Service tax etc
DVC’s payment Term / Any other
Date :
Signature of the bidder along with seal
ANNEXURE- A
64 | P a g e
Round the clock Annual Operation & Maintenance and Removal of
technological waste and Upkeepment of Coal Handling Plant of DSTPS, Andal ( 2 x 500 MW).
Sl.
No. Description of job
Lump sum
monthly rate
(Rs.)
Lump sum Yearly
Amount (Rs.)
1 Round the clock Annual Maintenance
(Mechanical, Electrical and Control &
Instrument) of Coal Handling Plant of DSTPS,
Andal ( 2 x 500 MW) excluding stacker cum
Reclaimer & associated system.
2 Operation of Entire CHP including Operation
of Stacker-cum-Reclaimer (2 Nos.), Paddle
Feeders(04 Nos.), operations & its allied
system operation like Conveyor Belts,
Operation of Mobile Tripper Cars at Bunkers
both sides of Unit 1&2 & also their allied
system operation like Conveyor Belts, etc.
3 Maintenance of 2 nos. stacker-cum-Reclaimer
along with its auxiliary system and associated
Rail Tracks as well as other associated system.
Sub total of Part-A
Sub total in words of Part-A:
Sl.
No. Description of job
Lump sum
monthly rate
(Rs.)
Lump sum Yearly
Amount (Rs.)
1 Removal of technological waste & Up-
keepment (Housekeeping) of Coal Handling
Plant of Unit# No. 1 & 2
ANNEXURE- B
65 | P a g e
Zone# 1
Zone# 2
Zone# 3
Zone# 4
Zone# 5
Zone# 6
Sub total of Part-B:
Sub total in words of Part-B:
Sl.
No. Description of job
Lump sum Unit
rate per MT (Rs.)
Tentative
qty. in MT/
year
Total Amount
(Rs.) per year
1 Loading of Stones & Boulders/
Coal/Coal dust and unloading to a
suitable place inside Power House
as per direction of EIC after
weighment in designated weigh
bridge within DVC
premises/outside (4 km away).
36000 MT
Sub total of Part-C:
Sub total in words of Part-C:
Sl.
No. Description of job
Lump
sum Unit
rate (Rs)
Tentative
frequency/
no per year
Amount
(Rs)/Year
1 H.T. Motor, 3.3Kv, 50Hz, 500Kw for Crusher
& Conveyor as per scope mentioned under sl.
no. 1.1 & 1.2 of Electrical scope.
3
2 H.T. Motor, 3.3Kv, 50Hz, 350Kw for
Conveyor as per scope mentioned under sl.
no. 1.1 & 1.2 of Electrical scope.
2
3 H.T. Motor, 3.3Kv, 50Hz, 250Kw for
Conveyor as per scope mentioned under sl.
no. 1.1 & 1.2 of Electrical scope.
1
66 | P a g e
4 H.T. Motor, 3.3Kv, 50Hz, 200Kw for
Conveyor as per scope mentioned under sl.
no. 1.1 & 1.2 of Electrical scope.
1
5 Oil Filtration for the Transformers of rating
11/3.3KV, 7.5MVA of CHP as per scope
mentioned under sl. no. 17.1 of Electrical
optional scope.
4000 ltr.
Lump
sum Unit
rate (Rs)
Tentative
Qty per
year
Amount
(Rs)/Year
6 Replacement in Mtr of Conveyor Belt in
excess of 40 Mtr. as per scope mentioned
under II of Mecanical optional scope. Per Mtr.
3600 Mtr.
7 Fabrication in MT of GMS gratings & fixing
and installation of coal chutes as per scope
mentioned under II of Mechanical optional
scope. Per MT.
120 MT.
Sub total of Part-D:
Sub total of Part-D in words:
Total amount= Sub total of Part A + Sub total of Part B + Sub total of Part C + Sub
total of Part D= Rs.
Total amount in words:
N.B.:-
Before quoting, Bidders may visit DSTPS on their own cost to assess the site condition and
local environment & rules, regulations etc.
1. The frequency/quantity mentioned under Part C & Part D is tentative which may vary as per
requirement or may not be required. The frequency/quantity has been mentioned for Bid
Evaluation purpose. But payment will be made as per actual execution basis.
2. Rate should be quoted both in figure & words. If there is a discrepancy between words &
figures, the amount in words will prevail. If there is any discrepancy between Monthly
lumpsum rate and Yearly lumpsum amount, the monthly lumpsum rate will prevail
and yearly lumpsum price shall be corrected accordingly. If the bidder fails to quote
against a particular item or the quoted item description is not as per NIT, the respective
bid will be evaluated by loading the highest quoted price of the particular item of other
eligible bidders.
3. Service Tax will be paid extra at actual against documentary evidence.
4. Bid evaluation shall be made on overall yearly lowest basis considering main scope &
optional scope together i.e. (Part A + Part B +Part C + Part D).
5. The rate shall be inclusive of all taxes excluding service tax.
6. The above price shall remain valid during the contract period.
67 | P a g e
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 STEEL 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
68 | P a g e
Cost of withdrawal of deviations
NAME OF THE
PROJECT
: DURGAPUR STEEL 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 failing which our bid may be rejected and Bid
Security forfeited.
SL.NO. CLAUSE NO. DEVIATION COST OF WITHDRAWAL
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
69 | P a g e
ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE PURCHASED
IN THE NAME OF THE EXECUTING BANK.
PROFORMA OF BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT
To
The Damodar Valley Corporation,
DVC DSTPS, Andal.
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 BIDDER) 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 bidder 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 bidder 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 Bidder 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 Bidder before proceeding against the Bank and the Guarantee
ANNEXURE- E
70 | P a g e
herein contained shall be invoked against the bank, notwithstanding any security which the
Corporation may have obtained or shall be obtained from the Bidder 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. __________________ (bidder)
and/or dispute or disputes are pending before any authority, officer, tribunal, arbitrator(s) etc.
Notwithstanding anything stated above, our liability under this Guarantee shall be restricted to
Rs._________________(Rupees________________________) only and our Guarantee shall remain
in force up to ________________ 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 there under.*****
Date______________________________
(Signature)_____________________________
Place_____________________________ (Print Name ) _________________________
(Designation _________________________________
( BANK’S COMMON SEAL )
WITNESS ( WITH FULL NAME, DESIGNATION, ADDRESS & OFFICIAL SEAL, IF ANY )
1.________________________________________
________________________________________
2. ________________________________________
_________________________________________
**** The EMD should valid for a minimum period of six months plus three months claim
period thereafter totaling to nine months from due date of opening of tender to be extended
suitably till finalization of the order.
71 | P a g e
BANK GUARANTEE VERIFICATION CHECKLIST
CHECKLIST YES NO
1. Does the Bank Guarantee compare verbatim with
standard DVC Proforma for BG?
2. A) Has the executing Officer of BG indicated his
name, designation & Power of Attorney No. /
Signing Power number etc. on BG?
B) Is 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 of
appropriate value?
B) 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 of India (the
applicability of the Bank should be in line with the
provisions of bidding Documents) (on non-judicial
stamp paper of appropriate value to be purchased
in the name of the executing bank)
ANNEXURE- F
ANNEXURE- F

Final tender chp

  • 1.
    1 | Pa g e TENDER DOCUMENTS DAMODAR VALLEY CORPORATION DURGAPUR STEEL THERMAL POWER STATION ANDAL TENDER SPECIFICATIONS FOR Round the clock Annual Operation & Maintenance and Removal of technological waste and Upkeepment of Coal Handling Plant of DSTPS, Andal ( 2 x 500 MW).
  • 2.
    2 | Pa g e INDEX Notice Inviting Tender Detailed scope of Work Technical terms and condition Commercial Terms & Conditions & Other term & Conditions Instruction to Bidders All Relevant Formats Annexure –A: Format for Commercial Terms & Conditions Annexure –B: Format for Price Bid Annexure –C: Techno-commercial Deviation Schedule Annexure –D: Cost of Withdrawal of Deviation Annexure –E: Format of B.G. in lieu of EMD Annexure –F: Bank Guarantee verification Checklist Instruction for submission of B.G.
  • 3.
    3 | Pa g e NOTICE INVITING TENDER
  • 4.
    4 | Pa g e No.CE/DSTPS/ AMC /CHP/103/TENDER/2336 Dated 11.01.2012 OPEN TENDER NOTICE For and on behalf of Damodar Valley Corporation, sealed tenders (in duplicate) in 02(Two) PARTS containing 03(three) envelopes (A, B&C) – Earnest Money Deposit(EMD) & Tender fees (if downloaded from website)(Envelope-A);Techno- Comml. Bid forming PART-I along with necessary technical & financial credentials as mentioned in the QR along with deviation schedule (Annexure –C) (Envelope B), Price-Bid forming PART-II in the prescribed format enclosed in the bid documents along with the cost of withdrawal price for declared deviation(Annexure –D) (Envelope C) are invited by Superintending Engineer(Tech), DSTPS,DVC, Andal,Pin Code – 713321,West Bengal for the under mentioned work. The sealed tenders are to be submitted by way of marking the sealed envelopes correctly as EMD (Envelope–A), Techno-Coml.Bid/PART-I (Envelope-B) & Price-Bid/PART-II (Envelope- C) respectively as stated above. Main Envelope should contain all three envelopes A, B & C and superscribed with NIT No., due date & scope of work. On the tender opening day in presence of the intending tenderers or their authorised representative accompanied with authorisation letters, the tender opening committee would first open the ‘A’ envelope and only after receipt of requisite money & cost of tender, envelope marked ‘B’ would be opened and envelope ‘C’ i.e. the price bid would be opened on a date to be intimated later on for techno commercially accepted bidders only. Nobody in the office of the S.E. (T), DSTPS is authorized to receive any tender or to grant receipts for tenders delivered by hand except authorized representative of SE (T). Offers should invariably be kept open for acceptance for 180 DAYS from the date of opening of the tenders. NAME OF WORK: Round the clock Annual Operation & Maintenance and Removal of technological waste and Upkeepment of Coal Handling Plant of DSTPS, Andal ( 2 x 500 MW). OTHER RELEVANT CONDITIONS: (i) Estimated Cost: Rs. 6,92,21,551/- (Rupees Six crore ninety two lac twenty one thousand five hundred & fifty one only). (ii) Earnest Money: Rs. 10,00,000.00 (Rupees Ten lac only). (iii) Cost of Tender Papers/Documents: Rs. 6000.00 (Rupees Six thousand only). (iv) Sale of Tender Papers/Documents: From 30.01.12 to 29.02.12. (from 11.00 hrs to 15.00 hrs. . (v) Last Date of Receipt (Submission) of Tender: Up to 3.00 P.M. on 06.03.12 (vi) Date & Time Opening of Tender : (Techno Commercial part ) : on 06.03.12 at 15.30 hrs.(3.30 PM ). Non-transferable tender papers/tender documents will be available in the office of the Superintending Engineer(Tech), DVC, DSTPS Andal, Pin Code – 713321W.B on all working days w.e.f 30.01.12 to 29.02.12( from 11.00 A.M. to 3.00 P.M.) except Sundays and Holidays against cash receipt of Rs. 6000.00 (Rupees Six thousand only) (non-refundable) issued from the office of the Sr. Addl. Chief Accounts Officer, DSTPS, DVC or Demand Draft/Banker’s
  • 5.
    5 | Pa g e Cheque for equivalent amount favouring “Damodar Valley Corporation, DSTPS,”drawn on United Bank of India or Bank of India payable at Andal Branch. For obtaining tender papers, the intending tenderers should apply to the Superintending Engineer (Tech), DSTPS, DVC enclosing documents of credentials (Xerox copies) as mentioned below under the “Qualifying Requirement” along with Company Registration Certificate/valid STCC/VAT Registration Certificate. Alternatively, the complete bid documents/tender papers are also available on DVC’s Websites – “www.dvc.gov.in” and “www.dvctender.com”. The intending tenderers may visit the said websites and download the tender documents for participation. Tender fees for Rs. 6000.00 (Rupees Six thousand only) (non-refundable) is to be submitted in the form of “Demand Draft/Banker’s Cheque” as stated above and the same to be placed in the Envelope A along with EMD. For any query/clarification, following official may be contacted: 1. Mr. D. KAR, DCE (T), DSTPS, DVC. 2. Mr. M.PRAMANIK ,SE (Tech), DSTPS, DVC QUALIFYING REQUIREMENT: A. The bidders shall have the following working experience of: a) At least two (02) years in operation & maintenance of mechanical, electrical system and maintenance of complete C & I field instrument of whole Coal Handling Plant including its Upkeepment in thermal power plants having unit capacity 200/210 MW or above in DVC/NTPC/SEBs/Govt./PSU/ other reputed organizations. OR b) Erection & commissioning in mechanical, electrical and C & I system of whole Coal Handling Plant in at least two (02) units having unit capacity 200/210 MW or above in DVC/NTPC/SEBs/Govt./PSU/ other reputed organizations. B. The bidder should have exposures in successfully carrying out annual operation & maintenance of mechanical, electrical system and maintenance of C & I system of major equipments & systems like Track hopper equipment handling, Wagon Tippler equipment handling DE & DFS system and accessories including Paddle feeder, Apron Feeder, Belt conveyor and accessories, Crusher house equipments i.e. Crusher, Roller screen etc, stacker cum reclaimer, Travelling trippers, Compressors, 3.3 KV Switchgears & drives, 415 V Switch gears & drives, Elevator & hoist including total CHP area illumination along with HT & LT Transformer, all type of field instrument, ILMS & Belt weighers either under a single contract or under a number of contracts irrespective of value of unit capacity not less than 200 MW. Experience of having completed such jobs should be during last 07 years ending last day of month previous to one in which offers are invited. C. The bidder’s experience of having completed similar jobs during last 07 years ending last day of month previous to the one in which offers are invited should be either of the following: a. Three similar completed works each costing not less than the amount equal to 40% of the estimated Cost (i.e. Rs. 2,76,88,620/-) or b. Two similar completed works each costing not less than the amount equal to 50% of the estimated Cost (i.e. Rs. 3,46,10,776/-) or
  • 6.
    6 | Pa g e c. One similar completed work costing not less than the amount equal to 80% of the estimated Cost (i.e. Rs. 5,53,77,240/-) A tolerance limit of 5 % on the quantum of QR shall be provided to take care of the marginal shortfall, if any under SL. No. C during evaluation of bid. Similar work & Completed work are defined by the following activities for any Thermal Power Utilities like DVC/NTPC/SEBs/Govt./PSU/ other reputed organizations. Similar works means AMC/ARC/Erection & commissioning of mechanical, electrical and C & I system of Coal Handling Plant and as mentioned under sl. no. A & B above in thermal power plants having unit capacity 200/210 MW or above in DVC/NTPC/SEBs/Govt./PSU/ other reputed organizations. Completed works means the executed/completed portion of work orders for AMC/ARC/Erection & commissioning of mechanical, electrical and C & I system of Coal Handling Plant and as mentioned under sl. no. A & B above in thermal power plants having unit capacity 200/210 MW or above in DVC/NTPC/SEBs/Govt./PSU/other reputed organizations, even if the work has not been completed in totality (subject to furnishing proof of executed value of the work in the form of certified copies of RA bills). C. Financial Credential The bidder’s Average annual turnover during last three years ending 31.3.2011 should be at least 30% of the total estimated cost i.e. Rs. 2,07,66,465/- of the work specified in the NIT/Tender. The following self attested documents, duly sealed should be submitted along with Techno- Commercial part to substantiate credential criteria mentioned under A, B, C & D above failing which tender may not be considered without any further reference in this regard: a. Executed value of the work certified by the concerned authority along with the self certified copy of LOI/WO/Agreement in support of Credential as per Sl. No. A,B & C above. b. Annual Report, Balance sheet, Profit & Loss account of preceding three years ending on 31.03.2011 c. Auditors/Chartered Accountant’s Certificate of last three years Turn Over as per Sl. No. D above. d. A latest bank solvency certificate indicating monetary limit is to be furnished. e. Status of the organization i.e. Company Registration certificate, article of association, proprietorship or partnership deed, if any, as the case may be, with documentary evidence. f. A latest STCC/VATRC as the case may be. g. EPF Registration certificate. h. Service Tax Registration certificate. i. ESI Registration. Note: DVC reserves the right to call for original documents at any time. The following points may please be noted: 01) Submission of Tender: Sealed tenders will be received in the Tender Box up to 15.00 hrs. (i.e. 03.00 P.M.) on or before 06.03.12 in the office of the Superintending Engineer (Tech), DVC, DSTPS and Techno- Comml Bids (PART-I) shall be opened on 06.03.12 at 15:30 hrs.(i.e at 03.30 P.M) in presence of the intending tenderers or their authorized representatives.
  • 7.
    7 | Pa g e The Price Parts (PART-II) of the techno-commercially acceptable bidders only will be opened on a date to be intimated later on. 02. Earnest Money Deposit: Earnest Money for Rs. 10,00,000/- (Rupees Ten lac only) must be deposited in any of the following forms: i) Pay Order or demand draft drawn in favour of “Damodar Valley Corporation, DSTPS” drawn on United Bank of India or Bank of India payable at Andal Branch. ii) Bank Guarantee (B.G) from a Nationalized Bank/Scheduled Bank/Foreign Banks, irrevocable and operative till the validity of the offer as per standard proforma enclosed. iii) Post Office National Savings Certificate having face value equal to the EMD value and duly endorsed in favour of DVC. iv) Fixed Deposit Receipt issued by Nationalized Bank endorsed in favour of DVC. v) DVC Bonds duly endorsed in favour of DVC. The offer accompanied by B.G against EMD will only be considered valid on acceptance of the Bank Guarantee. The offer not accompanied by specified EMD in proper form as defined above shall not be considered as valid tender for opening. NOTE: i) Earnest Money will only be refunded to the unsuccessful Tenderer (s) after finalization of Tender and no interest will be paid thereon. ii) The amount of Earnest money will be refunded to the successful tenderer after acceptance of their SD cum PBG/ successful completion of the order. iii) Small scale industries registered with NSIC shall be exempted from the payment of EMD. SSI units seeking such exemption must enclose valid Registration certificate from the appropriate Govt. Authority giving details such as Validity , stores etc. 03. Location of DSTPS Site: DSTPS Site is at the side of NH-2 near Durgapur in the District of Burdwan, W.B. and is 18 km (approx) by Road from Durgapur Railway Station of Eastern Railway and 4.5 km by Road from Andal Railway Station of Eastern Railway. 04. Issuance of the tender papers/documents shall not automatically imply qualification of the firm for bidding which shall be determined during bid evaluation. 05.DVC reserves the right not to accept the lowest rate quoted by a bidder and may reject any or all the tenders without assigning any reason whatsoever. 06. All legal suits arising out of the enquiry and subsequent Letter of Intent/Work Order, if any, are subject to jurisdiction in the Court of City of Kolkata in India and no other Court elsewhere. 07.Any addendum/corrigendum/extension, if required, pertaining to the NIT will be hoisted in DVC website only and will not be published in Newspaper again. Bidders are requested to visit DVC website regularly for any addendum/corrigendum/extension till opening of the said NIT. 08. If last date of Sale of Tender or date of submission of Tender is declared holiday, the due dates will be the next working days accordingly. Superintending Engineer (T) For & on behalf of DVC DVC, DSTPS, Andal
  • 8.
    8 | Pa g e DETAILED SCOPE OF WORK
  • 9.
    9 | Pa g e MECHANICAL: SCOPE OF WORK AND SERVICES: The objective of this contract is to keep the CHP system healthy so that desired quantity of Coal can be fed in to the Bunkers for sustained Generation of the Unit No. 1 & 2. Detailed scope of work: I. Mandatory jobs: PART-A: Scope of Work for Annual Operation & Maintenance Contract for Coal Handling Plant of Unit# 1& 2 of DSTPS. a) Mechanical Maintenance for coal handling and its allied system of Unit # 1 & 2. b) Operation of Stacker-cum-Reclaimer Unit # 1 & 2., Paddle feeder for Unit #1 & 2, operations & its allied system operation like Conveyor Belt, Operation of Mobile Tripper Car at Bunker in one system & also its allied Conv. Belt for Unit # 1 & 2. c) Maintenance of 2 Nos. stacker-cum-reclaimer along with its auxiliary system and Rail Tracks as well as other associated system. d) Operation support to run coal handling plant and its allied system other than as mentioned under sl. no. (b) above for Unit#1 & 2. Points to be noted: 1. The Maintenance Contract would mainly comprise of Running /Routine Maintenance, Preventive Maintenance, Break-down Maintenance of CHP including overhauling and minor modification of equipment as well as Maintenance of 2 Nos. Stacker-cum- Reclaimer along with its auxiliary system / fitting and its rail tracks, operation, maintenance of dust extraction, suppression and ventilation system, maintenance of rail track for portion in In–Motion Weigh Bridge along with maintenance of its cleaning pits. 2. The Contractor must provide all necessary infrastructure for executing the work so that the system will always be available for feeding coal to bunkers so as to maintain unrestricted generation. 3. It is incumbent upon the contractor to maintain close co-ordination with DVC’s Plant Engineers for the maintenance activities of the equipments and system etc. as detailed in the subsequent paragraphs. 4. The contractor/ firm is required to follow maintenance programme as per schedule framed by DVC or jointly as the predictive situation warrants. 5. The contractor has to ensure the availability of standby equipment in good condition. 6. The contractor has to provide adequate technical back up including periodical visit to the station by the Sr. Engineers of the contractor for ensuring smooth maintenance of the plant for perfect working of these systems. Sr. Engineers must visit site before start of the work and frequency of subsequent visits to be decided mutually as per requirement at site. 7. The contractor has to maintain proper Register/ Record/ Log Book of the work / service covered under the contract. 8. The list of Major equipment’s /system of Coal Handling Plant is given later. 9. Stock of all consumable spares required for execution of the contract is to be maintained by the contractor. Contractor must procure all consumable spares before stock exhaust. 10. The future requirement of general spares including insurance spares are to be assessed jointly by DVC & the party so that effective utilization of the same is ensured. 11. The contractor should always maintain the coal handling system available throughout normal operating time during operation of Boilers.
  • 10.
    10 | Pa g e 12. If the contractor desires to execute a part of of scope of maint. Contract which are very specialized in nature by engaging a specialized competent group, they will have to obtain approval from DVC Authority furnishing all credentials & requirement of manpower strength before engagement. However DVC reserves the right to discontinue the same at its discretion. 13.During execution of the contract if it is found that the manpower engaged by the contractor is not sufficient and capable to take up the specialized jobs in respect of Electrical/ C&I/ Mechanical maintenance, DVC reserves the right to engage extra competent and capable manpower from any other source at the cost & risk of the contractor. Decision of DVC in this regard shall be final and binding on the contractor 1.0 Running / Routine Maintenance: 1.1 Running / Routine Maintenance of all equipment connected with the Station Coal Handling System namely Track Hoppers with Paddle feeders, Mobile tripper cars, Compressors and Compressed Air system for opening / closing of BOBR wagons doors, Side arm charger and apron feeder for unloading BOXN wagon at Wagon Tippler ,belt conveyor system, discharge and transfer hoppers and chutes, Flap gates, RP gates, , Metal detectors, belt weighers, crushers and crusher house equipment, track hopper gratings, Coal Bunkers Gratings, Work related to Centralized Control Room and Pent House, Conveyor Gallery & Tunnel walk ways, Air Conditioning System, Dust extraction, Suppression and ventilation system, Traveling Stacker cum- Reclaimer No.1,2 ,dewatering pumps ,weigh bridge, belt weighers etc in CHP area. 1.2 To check, replace, refill oil, lubricants etc. greasing of bearings etc. of all the equipment of the coal handling system including Gearboxes, hydro-couplings, Gear couplings etc.as and when required as per direction of the concerned Engineer. The application of grease as required will be done by hand or grease gun. Procurement of lubricants, grease etc is under the scope of DVC. 1.3 Adjustment of conveyor belts for their proper and smooth running as per direction of concerned Engineer, if necessary; belt fasteners are to be provided temporarily in conveyor belts as and when required for feeding coal into the bunkers. 1.4 Opening and checking the condition of all crusher materials i.e. Ring Hammers, Centre disc, End disc, suspension bars, shaft sleeves, Disc spacers, screw jack, crusher body along with bearing housing etc. Necessary repair / replacement of deformed above items of plate/ Replacement of broken / worn out ring hammer as & when required along with replacement of complete set of ring hammers, greasing of crushers bearing on regular basis, adjustment of its sleeves, nuts, lock washers etc. as per direction of DVC Engineer –in-charge for smooth running of the crusher system. 1.5 Replacement of all types of individual idler such as impact, troughing, return, self-aligning troughing and return idlers etc., if required along with associated frames bolts, nuts etc. Repair of twisted idlers frame & bracket if possible to reuse/ welding of self-aligning idlers block, replacement of bearings. Guide roller replacement and greasing etc. as per direction of DVC Engineer-in- Charge 1.6 Repair / Replacement time to time of belt scrappers, skirt board, rubbers, damaged rubber of back side of skirt board to prevent spillage of coal Regular checking and repair/replacement whenever essential of deflector plate, liner plates& other components to be done immediately. 1.7 Repair of damaged gratings at bunker floor and track Hopper gratings along with replacement of the same if necessary. Necessary fabricated gratings for replacement will be supplied by DVC free of cost, but collection of the same from stores or site at DSTPS and transportation to the work site will be under the Contractor’s scope. 1.8 Collection of spare parts & lubricants from store or site of DSTPS and transportation to the work site will be under the contractor’s scope. 1.9 To ensure prompt functioning of pull chord, belt sway, zero speed switches, sequential tripping, flap gates
  • 11.
    11 | Pa g e etc, if any repair/replacement work of these occurrence is found necessary for smooth operation of the plant, the same has to be done immediately within specific time as per direction of Engineer-in-charge. 2.0 PREVENTIVE MAINTENANCE 2.1 Conveyor Belts: a) Single jointing of belts by cold/ hot vulcanizing along with all associated job & patch repair to be done as per requirement and direction of Engineer –in –Charge. b) Double jointing by additional length of healthy belt not exceeding 40 mtrs is within the scope of work, if required,& to be done after removing the damaged portion of that belt along with doing all associated jobs. No extra payment will be done. c) Patch repair of any portion of Conveyor belt by Cold vulcanizing/ belt fasteners to be done as per instruction of DVC Engineer –in- Charge. d) Restoration of snapped Conveyor belt will have to be done by the contractor as and when required after fulfilling all associated jobs in a shortest time possible. 2.2 Pulleys: a) Pulleys are to be re-lagged, if the laggings are found worn out / damaged by removing the adhesive, sticking materials from the bare pulley shell. b) Lagging materials (10 mm/ 12 mm thick) is to be supplied by the contractor at their own cost as per the specification & make. Pulley lagging work has to be carried out insitu. c) Bearing of different pulleys are to be inspected & adjusted/ re-greased as required if required bearings are to be replaced before they fail. The supply of bearing for the replacement etc. will be taken care by DVC. d) If the contractor engages any external agencies for specialized jobs time to time like vulcanizing of Conveyor belts, lagging of pulleys etc., prior approval from DVC’s competent authority has to be obtained. No extra payment will be made. 2.3 Idlers: a) Free rotation of roller without noise of different idlers such as troughing idler, return idler, self-aligning troughing and return idlers, guide roller, impact idlers etc. have to be ensured and corrective measure will be taken at the earliest. Damaged roller will be replaced immediately. Rubber rings of impact idlers will be replaced if the same is found in worn out/ damaged condition. b) Spillage of coal due to belt sway or belt snap surrounding the Idler frame shall be removed as and when required for maintenance of the system. Side guide-rollers have to be checked for free rotation and wear in case of self-aligning idlers. c) Free movement of rollers on central pivot of self-aligning carrying return idlers has to be ensured. d) If bearing lubrication is required, it has to be done in correct time and grade of lubricant as per lubrication chart and manufacturer’s recommendation as per direction of Engineer-in- Charge. Bearing has to be replaced before they fail. Bearing surrounding to be always kept free of dust. e) Rubber strips have to be checked visually at regular interval and worn-out strip has to be replaced and to ensure proper movement of counter weight & arm. 2.4 Skirt Plate:
  • 12.
    12 | Pa g e a) The Skirt sealing rubber strip to be inspected for its gap with the belts. b) Worn-out rubber strip to be replaced. c) At regular interval the skirt supporting bolts should be tightened as and when required and adjustment of skirt through slot hole in the rubber to be done. d) The sealing rubber at the back of skirt plate should be inspected and worn-out back guard to be replaced as and when required. 2.5 Discharge Coal Chute: a) Inspection of all chutes shall be done regularly after removal of coal dust etc. Worn-out / eroded mother plates of chutes should be replaced or temporary patch repaired as per instruction of Engineer-in-Charge as and when required. b) Accumulation of material on chute will be removed at regular interval. c) Eroded chutes are to be removed in time and new one will be fixed as per existing arrangement with the drilled counter sunk hole necessary to accommodate suitable bolt. For this DVC will provide raw steel material only. Fabrication, drilling & other machining work have to be arranged by the contractor at their own cost as per instruction of Engineer-in-Charge. Electrodes of good quality and of standard manufacturers e.g. M/s. ESSAB, D&H, Advani Oerlikon Ltd, L&T has to be used. d) Deflector plates to be checked in regular interval & eroded plates to be replaced, as and when required. 2.6 Flap Gates: a) The gap between the flap gate and chute plates will be checked for its uniformity. b) Proper positioning and operation of travel limit switches will be checked and rectified if found faulty. c) Electrical actuator, flap gate shaft bearing and electric actuator support brackets will be greased as lubrication chart & proper operation to be ensured. d) Necessary repair/ replacement of its any part has to be one if required. 2.7 Rack & Pinion Gates (Total 4 No.) : a) All components of Rack and pinion gate to be checked for its proper alignment and trouble free operation, including greasing and replacement of bearings. Repair/ replacement work of its any part, if found necessary, have to be done immediately. b) Slide plate support rollers should be checked for its free rotation & if required, replacement to be done. 2.8 Rod Gate( Total 4 No.): All components of Rod gate to be checked for its trouble free operation. 2.9 Gear Boxes: a) Check the oil level of the gear box periodically by dipstick. Fill/change the lubricating oil as and when required according to schedule given by manufacturer.
  • 13.
    13 | Pa g e b) The gear temperature must be checked daily if possible during operation. c) Make sure that no contamination is allowed to enter the gear unit during servicing. 2.10 Tripper Chute: Chutes should be checked at regular intervals and worn-out / damaged plate of the chute, if necessary should be replaced. New chutes, if required, is to be replaced with drilled counter sunk hole to be fabricated & drilled by the party. Raw steel materials will be supplied by DVC free of Cost. 2.11 Tripper Cars: a) The functioning of tripper cars should be checked regularly for its smooth running on the rails and regular maintenance will have to be carried out to ensure proper functioning of its brake, drive unit, wheels, cable drum, bearing etc. Regular greasing, lubrication of the accessories should be done as per the manufacturer’s recommendation or as per direction of Engineer-in-Charge. b) Checking / replacement of gear box lub. Oil, coupling bolts, bushes, solenoid assembly, brake shoe etc. are to be done as per manufacturer’s recommendation or as per direction of Engineer-in-Charge. c) If required, damaged gear box, axle wheel, wheel bearings & other components shall be replaced. Necessary spares will be supplied by DVC free of cost. d) Any spares ,if required, for the Tripper cars for its repairing / replacement are to be done. 2.12 Various Gear Units: a) The quantity of oil in the gear unit should be inspected periodically and maintained strictly as per the given normal oil level mark. b) Checking of alignment to be done as per the manufacturer’s recommendation or instruction of the Engineer-in-Charge. c) Oil seals should be checked during the period of maintenance and in case of any oil leakage found from that gear box, it will have to be rectified / replaced immediately. d) The hold back system, input shaft out put shaft, bearing, pinion etc. should have to be checked for its proper functioning and any replacement, if found necessary, has to be done. e) Checking of various gear unit and greasing of gear couplings of any drive system shall be done as and when required. f) Transportation of spares store to site will be the responsibility of the contractor. Necessary replacement of bearings in –situ for gear boxes to be done by the contractor. 2.13 Fluid Coupling: Periodical checking of lubricating oil, alignment, repair/replacement of all kind of coupling (Fluid/ Scoop/ gear/ pin bush) to be carried out as per following. i) Scoop coupling: a) The lubricating oil level should be checked every day and fill/change the lubricating oil as and when required according to schedule. b) Check the oil filters, heat exchanger clean if necessary. c) Check oil for aging and sludging. d) Check alignment of couplings of various drives for trouble free operation of scoop. e) Check flanged pipe connections, oil leakages, vibration in pipe etc. ii) Fluid coupling:
  • 14.
    14 | Pa g e a) The oil tightness of the filling plug of fluid coupling should be checked and rectified as and when required. Necessary repair work in case of any oil leakage should be done as per DVC Engineer-in- Charge. b) Proper alignment of the components of the fluid coupling should be checked and rectified as and when required. c) The fusible plug of the fluid coupling should be replaced as and when required. d) De-coupling and coupling of fluid coupling equipment are to be done for trial run of motor, rubber block insertion of proper functioning. e) Oil topping or replacement of oil in fluid coupling to be done as per requirement/schedule. f) Replacement along with repair/maintenance of any fluid coupling by disassembly and assembly in any conveyor belt drive system including that for Ring Granulators fluid coupling may be required to be done if necessary. Transportation of the spares from DVC store to site to Machine Shop is the reasonability of the contractor. iii) Gear coupling: a) Periodically Check that sleeves are freely moving axially above the hub. Control gearing, sealing and alignment of the coupling. b) Fill up grease level as per requirement/ schedule. iv) Pin bush Coupling: a) Regular checking of pin bush coupling along with all components to be carried out. b) To check resilient plate, coupling bolt and if any of the components is found damaged/worn out to replace it. 2.14 Paddle Feeder( Total 04 no.): a) Removal of Technological wastes from the paddle feeder cars and its auxiliary system to be done as per direction of Engineer-in-Charge. b) Checking/ replacement of oil / grease etc. of various drives as per recommendation of the manufacturer’s or instruction of Engineer-in-Charge. c) Regular monitoring of various bearings of paddle wheel drive, travel drive etc. and their replacement before they fail. d) Checking / replacement of oil seal, brake, coupling, bolts and bushes of its various drives/wheels to be done, as and when required. e) Regular checking and keeping ready for operation of eddy current drives of each paddle feeder (total 4 Nos.) including checking of electronics controller and associated electrical circuits and rectification of the fault if appears. f) Replacement of any defective part by suitable spares and / or repairing of any specific component if required have to be done. This will also include replacement & fitting of gear boxes, as and when required. g) Checking / replacement of paddle feeder blades to be done in regular interval ,as and when required.
  • 15.
    15 | Pa g e 2.15 In Line Magnetic Separator (Total 04 nos.) & Suspended Magnets (Total 02 nos.): Regular monitoring of various equipment related to magnetic separator such as head belt, pulley, bearings, gear box, chains & allied electrical system etc. should be carried out and maintenance with necessary replacement of parts to be done as and when required. 2.16 Sump Pumps (Total 12 nos Sump pumps) a) Performance of the pump to be monitored and, if required, replacement of bearings, seal, pump, impeller, pump shaft, coupling, bushes, motors etc. are to be done immediately as per direction of Engineer-in- Charge. b) Greasing of bearings as per requirement. c) Removal of Technological wastes from sump pump pits, as and when required. 2.17 Dust Extraction, Ventilation , Dust Suppression( Plain and Fog based Agglomerative) and Pressurization System: a) To clean dust extraction, ventilation & suppression system and do the overhauling of each as per programme and instructions to run these system effectively. b) To check the system in running condition prior to taking shut down for preventive maintenance. c) To check drive belt, bearing, couplings, fan, motor, duct & casing, pump impeller, suction & discharge pipeline along with spray valves & nozzles etc. d) Adjusting the quality of fog at each application point to ensure optimum fugitive dust emission, without excessive over-wetting of material and belt. e) Cleaning by acid wash each fog nozzle from internal clogging of the orifice or dust built up on the nozzle head and resonator. f) Cleaning the on line air and water filters. g) To check and adjust the line air and water pressures for optimum fog generation. h) Cleaning all system component hardware inside the flow control boxes. i) To check for any air line leackage in the air and water flexible conduits. j) To check the air compressor and water pumps for its proper functioning. k) To change any parts that require replacement from stock of spares that are kept at site. l) To check fire hydrants in CHP area and attend leakages from valve bodies, m) To check seat of the fire hydrant valve and replace, if its spindle is found to be detached. n) To check each valve of the fire hydrant line for any leakage and attend it. o) To repair/replace damaged pipe line/ proper rehabilitation , line blanking if required 2.18 Metal detector (Total 04 nos.): Regular monitoring of metal detector and allied electrical system has to be carried out and to take preventive measures as per recommendation of the manufacturer. 2.19 Crusher (Ring Granulator-Total 04 nos): a) Removal of Technological wastes for maintenance, upkeepment of equipment including bearing etc. to be done. b) Bearing to be lubricated as per recommendation of the manufacturer and to be replaced, if required, along with the pillow block before they fail. Replacement of individual or of complete set of ring hammers is
  • 16.
    16 | Pa g e to be done as and when required. c) Time to time balancing of ring hammers to be done, if required, as per instruction of Engineer-in- Charge. d) Replacement/ repair/ alignment of all internal parts, suspension bars, breaker plates, cage screen, tramp iron pocket, kick of plate, crusher body, crusher shaft new or repaired, centre disc, end disc, shaft sleeve, spacer etc. to be done, if required as per manufacturer’s recommendation or direction of the Engineer-in-Charge. Necessary Transportation of spares / equipment from store/ site/ Machine shop for execution of above job will be under scope of contracts at no extra cost to DVC. 2.20 Roller screen(Total 04 nos.): Preventive maintenance and necessary repair work of all the associated equipment of Roller Screen including electrical system etc. are to be taken as per manufacturer’s recommendation or direction of the Engineer-in-Charge. 2.21 Thrustor Brake: It is advisable to check periodically that the oil is full in the thrustor tank, as evaporation may take place with a hard worked thrustor, if oil is not changed regularly sludge, water and acid may form due to oxidation. 2.22 Reversible Belt Feeder(Total 04 Nos.): Regular checking of belt feedes along with all components to be carried out. 2.23 Elevators (Total 02 Nos.): Regular checking of Elevators along with all components to be carried out. 2.24 Belt Scraper: Regular checking of Elevators along with all components to be carried out. 2.25 Coal Sampler: Preventive maintenance and necessary repair work of all the associated equipment of coal sampler unit including electrical system etc. are to be taken as per manufacturer’s recommendation or direction of the Engineer-in-Charge. 2.26 Belt Weighers: a) Necessary preventive maintenance (mechanical) has to be taken as per manufacturer’s ecommendation or direction of Engineer-in-Charge. b) Calibration at regular interval as recommended by the manufacturer have to be done. Expenditure thus incurred towards calibration of belt weighers will be borne by DVC at actual against documentary evidence. c) Repair/ replacement of components of belt weighers shall be done by the Contractor as per advice of the manufacturer’ representative / Engineer-in-Charge of DVC. Necessary spares will be supplied by DVC. 2.27 Stacker/ Reclaimer: The reliable operation and life of the machine is strongly influenced by the standard of maintenance of the electrical and mechanical equipment
  • 17.
    17 | Pa g e a) Replacement/ repair/ alignment/lubrication of all parts, bucket wheel, travel assembly, roller bearing slewing ring, brakes, couplings, hydraulic unit, conveyor tripper, gearboxes etc. to be done. b) Regular maintenance works like checking up of scrapers, sealing strips, rails, hydraulic system, bucket wheel and chuts for wear, slewing gear for wear, travel wheels for wear, trailing cable etc. to be carried out. c) Check regularly the central lubrication system for travel mechanism, lubrication of the slewing ring for functioning of slewing drive assembly. Check gear wheel and rail clamp for functioning of drive assembly. Check the belt run and belt tension and clean the belt scrapper for boom conveyor. Check the lifted position of the brake jaws as to equal spacing of the travel, slewing, boom conveyor drives. d) Weekly checking of lubricants as per lubrication plan or the corresponding maintenance instructions to be followed. Check the fluid level of the hydraulic unit, clean the filters and check the pipelines as to any leakages, check main and control pressure, check the pillow blocks of the drive pulleys if necessary. Control the oil level of the gears, check the labyrinth sealings of the drive shafts and driven shafts and add grease if necessary to the slewing drive assembly, travel drive assembly boom conveyor drive assembly. Check the belt scrapper and protective lining of the skirt boards as to any wear and adjust if necessary, check the belt run and belt tension, belt drum lining and carrying idlers as to any wear to the boom conveyor. Check the wheel flanges of the run wheels of the travel drive assembly as to any wear, check the rail clamps for perfect functioning and wear of the jaws, check the brake lining as to any wear of the stacker/reclaimer drive. e) Lubricate according to the lubrication plan or the corresponding instruction of the manufacturer for lubrication system of the upper and under carriage. f) Check and Control the tolerances and fixing of the track rails. g) Check the fixing bolts of the combined ball and roller bearing slewing ring for tight fit and tightening torque. h) Upkeepment /cleaning of the equipment i) Regular oil checking of the Gear Boxes, carriage drive checking to avoid derailment. j) Alignment of Drive Motor and Gearboxes k) Lubrication of Swivel Rack & Pinion, slew bearing, slew drive gear, front wheel arm (pivot) checking and taking preventive measures for premature failure etc l) Regular monitoring and maintenance of the Stacker cum Reclaimer system has to be carried out as per recommendation of the manufacturer/ Engineer-in-charge. m)Others as per requirement and instructions 2.28 Fixed Tripper-6 nos. The operation of Tripper should be checked regularly for smooth running and regular maintenance is to be carried out to ensure proper functioning. Any other work as and when required of the Tripper cars for repairing/replacement to be done. Inspection and repairing of discharge chutes to be taken at regular intervals. 2.29 Wagon Tippler (Side Discharge Type with Hydraulic drive and hydraulic clamping) To check the wagon tippler along with its component like plateforms, End shields and pedestal bearings ,Tippler drive, Side support beam and Wagon clamping assembly for smooth operation of wagon tippler. Checking of associated Conveyor belts. 2.30 Side Arm Charger- To check Side arm charger along with its major component like Charger body, Travel Drive unit, Arm and Arm Luffing system, Guide wheel assembly and running wheel assembly for smooth functioning of side arm charger.
  • 18.
    18 | Pa g e 2.31 Appron Feeder with dribble conveyor:- To check the Appron feeder along with its major component like Chain Pan Assembly, Head shaft Assembly,Jack shaft Assembly,Tail idler assembly,Return roller,drive arrangement,Main frame and Dribble conveyor for smooth operation of Appron Feeder. 2.32 Compressors in Track hopper area a) Checking/ replacement of lubricants as per recommendations of manufacturers or instruction of Engineer-in-charge. b) Replacement of any defective part by suitable spare and /or repairing of any specific component if required have to be done. c) Any work, minor or major including overhauling for satisfactory performance of the compressed air system terminating at the common header near Track hopper area shall have to be carried out by the contractor at their own cost. However ,all components/spares for such job shall be supplied by DVC free of cost. 2.33 Sump Pumps, Horizontal and Vertical Water Pumps, such as Service Water Pumps, Cooling Water Pumps, Potable Water Pumps, water supply system for wet type and compressors etc in Pump Houses related to CHP, U#1&2 i) Performance of the pump to be monitored and if required, replacement of bearings, seal, pump impeller, pump shaft, coupling, bushes, motors etc, are to be done as per direction of Engineer- in-Charge. ii) Greasing of Thrust Bearings and gland packings of stuffing Box on regular basis iii)Servicing/overhauling of each pumps with spares to be done as per requirement and decision of Engineer-In-Charge. iv) Upkeepment/cleaning of the Pump/Motor/Gear Housing 3.0 Removal old and used unserviceable spares. Replaced old and used unserviceable spares & scraps at C.H.P. area is to be shifted from CHP area to the store DSTPS with their own arrangement at no extra cost to DVC. 4.0 Various other activities: a) Mobile Tripper Car Operation: Coals are to be fed in all the bunkers of running units as per direction of In charge of PLC/Shift-in- charge & also have to take care of its allied system operation like Conveyor Belts, Gear boxes,Fixed tripper, Mobile tripper Cars etc. Necessary infrastructure is to be provided in Paddle feeder, Stacker-reclaimers, Fixed Tripper and Mobile Tripper Cars operation as and when required for both systems in operation. However, it will depend on DVC’s discretion to instruct the contractor to engage the infrastructure in other areas of maintenance (Mech.) and it will be binding for contractor to follow accordingly. b) Paddle feeder operation. Coals are to be fed in the Conveyor belt 1A/1B as per direction of In charge of PLC by controlling the speed of paddle feeder blades. To meet the Power House requirement sometimes two (2) paddle feeders on both the conveyor system 1A/1B or may be required to put into normal operation simultaneously as per direction of In-Charge of PLC/Shift-In- Charge.
  • 19.
    19 | Pa g e Operation& maintenance of Stacker cum reclaimer: a) Operation of 02Nos. Traveling Stacker-cum-Reclaimer in , stacking mode, reclaiming mode, long travel of S&R and slew operation of Boom Conveyor as per requirement to be done. Maintenance of associated equipment/ components of S&R have also to be carried out. All electrical equipment in connection with S/R #1&2 are to be maintained with all proclaims. Electrical troubles in Power circuit and Control circuit are to be attended and rectified. b) The maintenance of S&R means replacement/ repairing of all sub parts of S&R with necessary spares, to be supplied by DVC as and when required. c) Maintenance of Rail track of S&R # 1 & 2 for long travel movement as per standard recommended by the manufacturer by suitable ballast packing, replacing missing nuts, bolts and clits. Necessary spares will be provided by DVC. Supply of Ballast of desire grade/ quality shall be arranged by DVC at DVC’s cost. The quantity and quality of ballast will be decided in consultation with DVC Engineer- in-Charge and Civil wing. 6.0 Breakdown Maintenance: The Contractor shall be well equipped with all required infrastructural resources to take up immediate Maint. Work in the event of forced outage of any equipment in Coal Handling Plant and they have to restore the system to its normalcy. The jobs may have to be taken up at any time of the day even during odd hours and have to be completed at the earliest within time frame fixed by DVC considering all ground realities. 7.0 Operational support to run CHP of Unit # 1&2: Operational support to run CHP in 3-shift duty has to be provided. All transfer points, driving end of conveyors, Wagon tippler operation , crushers, belt feeders, roller screen, hydro coupling scoop type, Fixed Tripper, Mobile tripper ,Stacker cum reclaimer etc are to be covered for smooth operation of the system. Any abnormality in running parameters should be intimated to Shift Charge Engineer immediately. Running of cooling water pumps, dust suppression pumps, sump pumps, ventilation fans, DE Systems etc are to be done by the shift personnel. Cleaning of filters, cleaning of adjacent areas are the responsibility of the shift personnel. Topping up of oil in gear box and hydro coupling tank are to be done in the shift. Feeding coal to the bunkers for maintaining sustained full load of the unit by running conveyor system either from track hopper/Wagon Tippler or Stacker cum reclaimer shall have to be taken care of by the Contractor in consultation with Shift Charge Engineer. 8.0 Other Incidental Scope of Work: a) The list of major equipment/ system of CHP under the Contractor’s scope of work is shown later. Any other requirement of activity under execution which have not been envisaged/ covered above but are essential for satisfactory performance of both CHP& Stacker-cum- Reclaimer. Paddle feeders & its allied system operation shall be deemed to have been included within the scope of work without any additional cost burden to DVC. b) All tools, tackles viz., chain-pulley block, lifting equipment, winch, wire rope, sling etc. have been valid tested & Approval Certificate from competent Agency including welding machines and tested welders, providing safety appliances as required as per statutory rules will have to be arranged by the Contractor. Consumable items as per the approved brand/ manufacturer viz. Electrodes, DA & Oxygen gas, Markin cloth, cotton wastes, hold-tite, belt jointing adhesive, petrol, diesel, CRC, CTC, soldering lugs pretape, different sealing compound, different soap, soap solution etc. required for execution of the job are to be arranged by the Contractor. The list of T&P items to be arranged by the Contractor before start up of the contract. c) To and fro transportation of materials between work site to site store, M/C shop, work shop etc are to
  • 20.
    20 | Pa g e be arranged by the Contractor at his won cost/ responsibility. d) Truck/ other heavy vehicles/equipments as and when required for execution of various activities as per scope of work have to be arranged by the Contractor at his own cost and responsibility. e) If the existing electric hoist at different locations be found inoperative at the moment of the work, the Contractor either will have to repair or will have to arrange for some alternative arrangement for which no extra claim will be entertained by DVC. f) To provide operation assistance also in CHP area in case of urgency as and when required as per direction of DVC Engineer-in-Charge as mutually agreed basis. g) The contractor may offload part of his work to any other agency subject to prior approval of DVC, DSTPS competent authority and the competency of the agency proposed will be judged by DVC authority and the decision in this regard of DVC authority will be final & binding to the party. h) All technological wastes, which will be generated in course of preventive, running, breakdown maintenance or any extra work scheduled or unscheduled will have to be removed as per direction of DVC Engineer-in-Charge. i) The Contractor has to submit monthly reconciliation statement in respect of spares, consumables etc. (supplied by DVC). j) In case of any confusion for any clause of the W.O. on technical matters the interpretation of authorized representative of user section would be final and shall be binding to the party. k) Party has to ensure proper electrical related men with proper license for handling all activities related to Power blocking/restoring etc. l) If any damage is done to DVC property by the Contractor for negligence of work, DVC will have the right to get the value recovered from the party. m) In-house repair/refurbishment through new spares, cannibalization with others for any equipment/components/assemblies/ sub-assembly may be essential for satisfactory execution of day to day activities of the Plant. Decision of appropriate authority of DVC, DSTPS in this regard shall be final and binding to the contractor at no additional cost to DVC. n) The Contractors should provide manpower for coal sampling as and when required and also for the subsequent testing of the same. PART-B Removal of technological waste & Up-keepment of Coal Handling Plant of Unit# 1,2 of DSTPS. General Scope of Work: a) Removal of technological waste of entire C.H.P area of Unit No#1 & 2 taking care of all equipments. The upkeepment activities will comprise of six zones for better supervision & upkeepment. Zones will be as follows. i) Zone-1: All area around conv. belt 1A and 1B including paddle feeder, TP-1, Sump Pump area , Conv. belt 2A & 2B with its drive end including sump pump pits and drain area, outside Track hoppers & Wagon Tippler (including side arm charger)discharge chute up to conv. belt no 3A & 3B. ii) Zone-2 : All area around Crusher house, its all floors, tail-end area of conv. belt No. 4 & Conv. belt- 9A/9B, all floors of TP-7ncluding tail-end of conv. belt-10A/10B. Pump house A. iii) Zone-3 : All area around conv. belt no.5 & no.6 including drive point at TP-4 & TP-5, TP-2 and TP-3, Conv- 4A/4B, drive structure of Stacker cum Reclaimer –1 & 2. Conv -7A/7B. iv) Zone-4 : All area around conv. belt no.10A & 10B from tail end to drive end, All floors of
  • 21.
    21 | Pa g e TP-8, elevator at TP-8. Pump house B. v) Zone-5 : All floors of TP-9 ,10area , all areas from tail end to drive end of conv. belt 11A & 11B and all spillage coal from the said conv. belts to the ground have to be cleaned. vi) Zone-6 : All floors of TP-11,12, tail end of conv. belt no.12A & 12B to drive end , total bunker floor area including all tripper cars. Coals accumulated on the feeder floor from the dribble chute located at the drive end of the said conv. belts also have to be transported to the coal yard. 1. All technological wastes i.e. coal dust, stone/boulders etc. generated in the above said zones are to be removed on daily basis. All structural members of the above zones also have to be kept clean. 2. Urgent removal of coal from conveyor belts system has to be done to facilitate maintenance work at site at the earliest. The coal /waste thus accumulated by the side ofthe conveyor belt system has to be cleaned either putting the same into the system or by other means to a distant location as per direction of the Engineer in charge of D.V.C. 3. Boulders/stones etc. on the ground under conveyor belts other than stone picking area etc. disposed of by other agencies at a distance of within 05 mtrs. of the above said areas have to be removed on daily basis so that there should not be any accumulation of the same. Also the stones accumulated in the bunker floor of all the two units have to be removed on daily basis. Disposal & removal of such accumulated boulders /foreign materials etc are to be done to a distant place after weighment at the DVC weigh bridge to a suitable place(within a distance of 4KM approximately) as per direction of DVC Engineer-in-charge. 4. The coal dust/ technological waste, generated due to removal of chute jamming of conveyor belts, Stacker-cum-Reclaimer, mobile Tripper cars & crushers, etc. has to be removed as and when required for smooth operation of the system. 5. Materials / boulders/technological waste etc. accumulated in side the tripper chute should have to be removed as and when required on priority basis for smooth maintenance and running of the system. 6. Proper removal of technological waste from sump pits, drains connected to the pits etc are to be done for proper maintenance of all the Sump pumps for smooth operation. 7. In case of emergent situation, the requirement of additional work has to be done by contractor (without any extra cost to DVC) to restore normalcy. 8. In the event of partial or full chocking of gratings in bunker floor of running units, the accumulated coal are to be removed immediately for smooth operation of tripper car for coal flow to bunkers. 9. Deposit of coal /coal dust on the structural members, equipments are to be regularly removed. Structures, equipments should remain clean on day to day basis. 10. The contractor will have to engage sufficient numbers of tractors/ trucks for disposal of the stones/ boulders/coal/ coal dust generated in CHP areas on daily basis to the designated place. The loading and unloading of stones/ boulders/coal/ coal dust will be done by the Contractor. All tractors/ trucks deployed by the Contractor will first report to the designated Weigh bridge of DSTPS for recording tare weighment of the vehicle at least once in a day. All tractors/ trucks loaded with stones/ boulders/coal/ coal dust will report to the designated Weigh bridge of DSTPS for record of Gross weighment of the vehicle for each trip while coal, coal dust are to be dumped back to the coal yard, stones and other non-coal matters like shales, boulders are to be dumped to suitable site as identified by SE(FM) or his representative. The contractor should not load coal/ coal dust with boulder in the same tractors/ trucks. Contractor should deploy separate tractors/ trucks for coal and non-coal matters. Net weight will be calculated by deducting the recorded tare weight from the gross weight for each trip. The bidders are requested to quote their price for loading, unloading and carrying per MT of stones/ boulders/coal/ coal dust. The vehicle has to cover approximately 04(four) kilometers in each to& fro trip. In actual the distance covered will be around 04(four) kilometers. Payment shall be made on the net quantity disposed per month. 11. As and when required the contractor has to push the coal near stock pile area
  • 22.
    22 | Pa g e within the reach of arms of Stacker Reclaimer so that it can reclaim the whole Coal.to achieve this the contractor has to engage Dozer/Pay load. II. Optional job: The Extra jobs under exigency would be decided by DVC as and when situation would warrant or getting the job done by Contractor. Breakups of such jobs have been enlisted below: The following breakdown/ maintenance jobs will be treated as work of exigent nature and shall have to be done by the Contractor with augmentation of required resources, if felt essential. a) Complete/part replacement of conveyor belts-1A/1B, 2A/B, 3A/3B, 4A/4B, 5, 6, 7A/7B, 8A/8B, 9A/9B, 10A/10B, 11A/11B, 12A/12B and bunker conveyor B1, B2, B3, B4.& Boom Conv. Belt of Stackers-cum-Reclaimer-1 & 2. b) Any belt insertion or laying in excess of 40 meters shall be considered as extra job. However payment shall be made for extra length beyond 40 mtrs. only. c) Fabrication and fitting of new gratings for locations such as , track hoppers, bunker floor etc as per drawings. DVC will provide MS Plates free of cost. All necessary consumables and resources are to be arranged by the Contractor. Total estimated quantity to be fabricated for bidding purpose is 10 MT per month. DETAILS OF REPLACEMENT OF CONVEYOR BELTS: Sl No Conv. Belt. 1 1A/1B 2 2A/2B 3 3A/3B 4 4A/4B 5 5 6 6 7 7A/7B 8 8A/8B 9 Boom Conveyor for S&R-1&2 10 9A/9B 11 10A/10B 12 11A/11B 13 12A/12B 14 Bunker conv. B1 15 Bunker conv. B 2 16 Bunker conv. B3 17 Bunker conv. B4 22 RBF #1, #2, #3 & #4 23 Dribble conveyor of Appron Feeder. NOTE: The lump-sum rate for replacement of each of the above Conv. belt should be inclusive of the following: 1. Transport charge i.e., collection of new conv. belt from DVC Store to site & shifting of old used belts to DVC Stores after weighment in DVC Weigh Bridge. 2. Providing cold/ hot vulcanizing joints. 3. Necessary T&P, consumable etc. to be used should of standard brand and are to be approved from DVC.EIC.
  • 23.
    23 | Pa g e 4. Total belt to be replaced/month should be taken as 300 meters (approx) for bid evaluation purpose only but payment will be made as per actual. 5. The work is to be started immediately as per instruction of DVC’s Engineer-in-Charge. 6. Guarantee: The Fabricated new gratings will be covered by a guarantee for its satisfactory performance for a period of six months from the date of use or nine months from the date of completion of the work whichever is earlier. 7. Guarantee: The replacement job of the Conv. belts. will be covered by a guarantee for its satisfactory performance for a period of 90 days after completion of the work. 8. Replacement / laying of belt in excess of 40 Mtrs shall be considered for payment. However Payment shall be made for part of length beyond 40 meters. 9. Rate for replacement of conveyor belts must be quoted per meter. 10. For total replacement of any conveyor belt a mutually agreed completion period will be decided and if completion time is beyond the agreed time frame, penalty shall be applicable. Facilities to be provided to the Contractor by DVC as mentioned below (free of cost):- i) Lubricants, gland packings, and spares shall be supplied by DVC free of cost. Required Tools & Tackles will be on Contractor’s Scope. ii) Electric power supply (415 volts) and water required for the work will be supplied free of cost by DVC for the execution of the work at fixed location only from which additional distribution can be arranged by the Contractor. iii) Compressed air (service air) will be supplied free of cost at certain location only for the work assistance. iv) Available overhead fixed crane facility will be provided by DVC free of charge v) Open space shall be provided at DSTPS premises by DVC free of cost for the party to make his own office, stores and workers rest room, Engineer’s room at their own cost. vi ) Subject to availability internal land telephone will be provided free of cost to the extent possible. vii) Subject to availability, facility to utilize DVC’s workshop will be provided free of cost for execution of contract. viii) Medical facility as available shall be provided at DVC’s Hospital/ First aid centre as per DVC’s standard charges and norms. Measurement of Work: 1. For the Scope of Work under Part- A. General evaluation will be based on overall healthiness and interruption free operation of the entire system. 2. For the Scope of Work under Part- B. General evaluation will be based on overall Up-keepment of Coal Handling Plant of Unit# 1&2 of DSTPS and for the removal of boulders/ coal-dust shall be done per MT basis for the total quantity disposed per month. 3. For optional scope of work: Time specific completion of the work as allotted under purview of Contract. LIST OF MAJOR EQUIPMENT/ SYSTEM OF COAL HANDLING PLANT OF DSTPS UNIT NO: 1, 2, UNDER THE CONTRACTOR’S SCOPE OF WORK.
  • 24.
    24 | Pa g e 1. Track unloading hopper and accessories : (A) RCC Track Hopper – 1 (Length – 250 M width - 6M), Capacity – 5500MT. (B) Steel grating over hopper – 300MM X 300 MM Mesh. (C) Track Hopper Beams all sides (except bottom) and inclined portion of inner surface all through lined with replaceable SAILHARD/ SAILMA Plates. (D) Concrete table top all through lined with 16MM thick SAILHARD/SAILMA Plates (removable). (E) Paddle Feeders – 4 Nos. (Each of Capacity 900 TPH). 2. Belt conveyors and accessories:- Capacity 1600 TPH (rated) Design 1760 TPH, Troughing Angle – 35. A) 2 nos.1400 mm belt conveyors(Horizontal) 1A and 1B each of approximate length – 302mtrs. complete with belting, idlers, pulleys, speed reducer, drives and motors, tension devices, cleaning devices, pulleys and coupling, hold backs, transfer chutes and accessories for carrying coal of 350 mm and down lump size. B) 2 nos. 1400 mm belt conveyors (inclined) nos. 2A and 2B each of approx length 109mtrs. complete with usual accessories. C) 2 nos. 1400 mm belt conveyor(Horizontal) no. 3A and 3B each of approx length – 308 mtrs. respectively with all usual accessories mentioned in 2 (A) including in-line Magnetic separators, Metal Detector ,suspended magnet at head end along with non-magnetic pulleys and belt weighers.to carry crushed coal of 350 mm and down up to Crusher house discharging to Roller screen. D) 2 no. 1400 mm belt conveyor (Horizontal) no. 4A/4B of approximate length 250 mtrs. with usual accessories inter connecting conveyor no.5 & 6. E) 2 nos. 1400 mm belt conveyors(inclined) no. 5and 6 each of approx 450 mtrs. with usual accessories for carrying coal (20mm and down) from transfer points to conveyor no. 7A and 7B. F) 2 nos. 1400 mm belt conveyors(inclined) no. 7A and 7B each of approx. length – 250 mtrs. with usual accessories to discharge coal to conveyor belt 8A and 8B. G) 2 Nos. 1400 mm belt conveyors(Horizontal) no 8A & 8B each of approx. length-360 mtrs with usual accessories for feeding coal to belt conveyors no. 10A and 10B each of approx. length 680 mtrs. with usual accessories mentioned in 2 (A) including in-line Magnetic separators ,Metal Detector ,suspended magnet at head end along with non-magnetic pulleys, for transfer of coal to conveyor no 11A/11B. H) 02 Nos. 1400 mm belt conveyors(Horizontal) no 11A & 11B each of approx. length-200 mtrs with usual ac length 140mtrs. with usual accessories mentioned in 2 (A) Accessories fitted with Conveyors. Conveyors 11A/11B also transfer the coal to bunker conveyor B1 and B2 each of approximate length 80 mtrs. Belt conveyors no. 12A and 12B also transfer the coal to bunker conveyor B3 and B4 each of approximate length 80 mtrs. There are 4 nos of travelling tripper for transferring the coal from bunker conveyors B1, B2, B3 and B4 to coal bunkers. Belt wiper units, pull cord type emergency switches, belt sway limit switches, foundation plate, anchor bolts, fasteners etc. counter weight, one zero speed switches for each conveyor, brakes and hold-backs, steel structures/CGI sheet enclosure for all outdoor conveyors.
  • 25.
    25 | Pa g e 3. Crusher House Equipment: a) Ring type Granulator Crusher (900 TPH rated each) – 4nos. with motors and fluid couplings. b) Roller screen (900 TPH rated each). with motors and fluid couplings to receive coal from Conv. # 3A/3B& discharge to Cr- 1, 2, 3 and4.Coal sampling unit. c) Linear actuator operated flap gates, belt feeders, rack and pinion gate, rod gates etc. One number rack and pinion elevator,Vibration monitoring and vibration isolation system. 4. Traveling Stacker-cum-Reclaimer: Stacker-cum-Reclaimer for Stacking and reclaiming mounted on Conv. no. 5 & 6 with all accessories like tripper Unit, boom conveyor, bucket wheel control panel etc. 2 nos. 5. Track hopper Maint. bay, Wagon tippler, tunnel area and sump pump pits. 6. Coal bunkers for Unit 1 & 2, with ten hoppers in each Unit, each capacity of 850 MT. 7. Structure, Structural steel construction etc. for conveyor frames, head frames, stringers, hand rails, walk ways, safety guards, stairs etc. 8. a) Travelling tripper – 4 nos. b) Magnetic separators – 4nos. c) Metal detectors – 4 nos. d) Coal samplers – 2 nos. e) Belt weighers – 4 nos. (2 nos. in crushing side and 2 nos. in feeding side) 9. Air pollution control system: a)Ventilation system – Ventilation system in Track Hopper, Wagon tippler, MCC (3nos ),TP-1. b)Dust extraction system DE – In all Bunkers and crusher house. c) Dust suppression system-Dry fog system in all TPs and wet system in track hopper and crushed coal stock pile area. 10. COMPRESSOR -2nos for BOBR opening. Pump house A- DS pump-6 nos SWS pump-2nos CWS pump-2 nos DEWS pump-2nos WSS pump-2 nos DWS pump-2 nos DFS pump-2 nos Compressor for DFS -2 nos Pump house B DFS pump-2 nos SWS pump-2nos CWS pump-2 nos
  • 26.
    26 | Pa g e DWS pump-2 nos Compressor for DFS -2 nos List of T&P Items to be arranged by the Contractor during execution of the work: Adequate tools & tackles as per requirement have to be supplied by the contractor. The following Mech. Tools & Tackles are required for the contractor to start their job for Annual Maintenance Contract. TOOLS & TACKLES Quantity 1) Lifting Equipment a) Hydra 10T Capacity b) Winch M/C i) Electrical operated (a) 5T (b)3T ii)Mechanical operated 2 Nos. 2 Nos. 1 No. Same 2) Chain pulley Block i) 3T Capacity (6m lift) ii) 5T Capacity (---do---) iii)2T Capacity (---do---) iv) 10T Capacity (---do---) 4 4 2 2 3) Hydraulic Jack i) 10T Capacity ii) 35T Capacity iii) 50T Capacity 2 1 1 4) Mechanical Equipments a) Welding M/C i) Transformer type ii) Portable welding M/C b) Grinder i) Table Grinder ii) Angle Grinder iii) Straight Grinder c) Weighting M/C 0 to 50 Kg d) Induction Leater 9 2 1 2 2 1 2 5) Mechanical Jack i) 70 MT ii) 35 MT iii)10 MT 1 2 1 6) a) Grease Gun i) Pr-10 Kg ii) Pr-5 Kg iii) Pr-3 Kg b) Hard Grease Gun 1 2 2 2
  • 27.
    27 | Pa g e 7) Slings i)16mm 3mtr ii)16mm 2mtr iii)12mm 3 mtr iv)12mm 2 mtr v)20mm 3 mtr vi)20mm 2 mtr 2 2 2 2 2 2 8) Max Pulley i) 2 tons 15 mtr ii) 3 tons 15 mtr 2 2 9) Gas Cutting Sets with hose & Regulator 5 sets 10) Welding cable 200 mtr 1 11) Rope Cuppy i) Double 5T Capacity ii) Single 5T Capacity iii) Single 3T Capacity 4 4 4 12) D’ shakle i)5T ii) 3T iii) 2T 6 6 6 13) a) P.P. Rope i) 25mm 100 mtrs ii) 20 mm 100 mtrs 1 1 b) P.P. Rope Pulley i) Double ii) Single 2 2 14) a) Magnetic Drill M/C with different bits b) Stand Drill M/C with differenttypes of bits 2 1 15) Table vice/Bench Vice 1 16) Hammers i) Wooden Mallet ii) Copper Hammer iii) Slage Hammer 3 Kg 5 Kg 10 Kg 2 2 2 2 2 2 17) Cose Rope (Steel) of 16mm 200 mtrs 18) Alen key sets 2 mm to 20mm 2 sets 19) Dial gauge with magnetic base 4 20) Verner i) 12” ii) 18” 2 1 21) Micro meter i) Outer side (50mm to 200mm) ii) inner side (----do---) 1 1
  • 28.
    28 | Pa g e 22) Box spanner sets, different types of files filler gauge, center punch, chisel, different types pipe wrinch, Slide wrench etc in sufficient nos to carry out day to day maintenance activity must be procured by the contractor 1 Minimum qualification, experience and requirement of technical Personnel: Degree (BE/B.Tech)in Engineering 3 years in CHP of Power Plant 02 nos. (Minimum) Diploma in Engineering OR 5 years in CHP of Power Plant 8 years in CHP of Power Plant Degree (BE/B.Tech)in Mechanical Engineering OR 1 year in any Mech/ Maintenance activities. 02 nos. (Minimum) Diploma in Mechanical Engineering (Regular course) 5 years in any Mech/ Maintenance activities. Diploma in Mechanical Engineering 09 nos. (Minimum) HS/Matric 09 nos. (Minimum)
  • 29.
    29 | Pa g e ELECTRICAL: SCOPE OF ELECTRICAL WORK: Annual maintenance (including routine/breakdown/preventive/shutdown maintenance, overhauling/servicing) for all electrical equipments and systems including L. T. & H.T. Motors, Switch gears, Transformers (Oil filled & Dry type) and illumination system for sustained trouble free operation of the Coal Handling Plant of DSTPS, DVC. DETAILED SCOPE OF WORK: The scope of work includes, a) Preventive and Break down Maintenance/Routine jobs of LT/HT Motors, b) Servicing/Overhauling of LT/HT Motors, c) Cleaning, Checking, Servicing & Rectification of 3.3KV & 415V Switch gears, d) Routine and Preventive Maintenance of Transformers (Oil type & Dry type) and e) Total area Illumination under Coal handling plant and the details are as mentioned below: A) Attending the breakdown of any electrical equipment in Coal Handling Plant round the clock and on emergency basis including breaker operation , rack –in & rack-out of any HT/LT breaker, module in any MCCs. B) Preventive and break down maintenance of 11/3.3KV HT VCB including checking of all control system, replacement of any damaged parts and rectification of the damaged/faulty portion with new spares after proper testing and periodic cleaning of all the boards and installations. C) Break down and preventive maintenance of any LT MCC/ACDB/DCDB/Battery Bank/MLDB /220DC Battery Charger etc. and periodic preventive maintenance of battery bank should be carried out on regular basis. Expert services from the OEM/OES may be called, if required( under Bidder’s scope). D) Maintenance/overhauling of HT/LT Motors at site after dismantling, cleaning, checking /replacement o f bearing and reassembling of motors. The periodic cleaning and greasing and periodic electrical checking of the motors. 1) Servicing /Overhauling of LT/HT Motors (Overhauling of HT motors is under optional scope) 1.1 Disconnection, dismantling, bearing replacement, re-assembly, placement on base, terminal connection, etc. a) Removal of power, space-heater and RTD cables, earthing strips, foundation bolts. b) Removal of Canopy/rain sheds where applicable. c) Removal of Motor Cooler (CACA type), End covers etc. if required. d) Shifting of motor from foundation to repair shop/maintenance bay or as directed by engineer in charge. e) Dismantling the motor and threading out of rotor. f) Degreasing, cleaning & inspection of bearings (bearing clearance, seat dimensions and physical appearance etc.). Cleaning of end shields and bearing housing. g) Replacement of Bearings if required by new ones. Supply of Bearings is under DVC’s scope. h) Threading in of rotor and assembly of complete motor. i) Shifting of complete motor back on foundation, foundation bolts tightness, reconnection of power, RTD and Space heater cables as per original, connection of earthing strips. j) Trial run of Motor at no load. k) Necessary tools & tackles, consumables, scaffolding, loading/unloading arrangements, transportation etc. as usually required for the aforesaid work shall be covered under the contractor’s scope. 1.2 Cleaning, Checking, Servicing & Rectification Core & Winding of Stator & Rotor, etc.: a) Cleaning of rotor, stator and all other parts by following standard procedure and using specified materials. Final cleaning of Stator and Rotor before heat run by Acetone of approved make.
  • 30.
    30 | Pa g e b) Wedge, Spacer, Coil tightness checking and strengthening/ replacement (up to 30% of the total wedges and Spacers by wedges and spacers of equivalent grade including supply of material) as required. c) Rotor bar tightness checking and minor rectifications. d) Drying out of the stator & rotor, Varnishing with Dr. Beck’s appropriate grade epoxy red/gray gel coat. Drying out of stator and rotor after varnishing. Varnish etc. are in contractor’s scope. e) The contractor, if required during the servicing, shall attend any repair/modification work in the motor body including cooler and junction boxes. Any gasket etc. to be changed shall be done. f) The contractor, if required, shall do Repair/replacement of motor leads & re-lugging including supply of leads and socket of appropriate rating. g) Removal and fixing of motor pulley/coupling (before & after overhauling), if required. h) Power cable, RTD cable, Space Heater, Earthing strip connection. 2) Preventive and break down maintenance of electrical control circuit, local control switches, tripper cars, paddle feeders , vibro feeders, sump pumps, flap gates, RPG, Pull cord, zero speed switches, inline magnetic separators( including Magnet & Motor), belt weighers, metal detectors, compressor motors, hooters, scoop coupling panels , belt sway switches , suspended magnets, all electric hoist panels & motors, sampling unit, elevators & panels and all local control panels etc. 3) Cable maintenance with replacement or by jointing with Raychem make jointing kits (HT/LT) (Jointing kilt will be supplied by DVC), dressing of cable, glanding, termination etc. 4) Maintenance of general lighting of MCCs, conveyors, TPs, Bunker floors, Track Hopper, compressor house, pump house, administrative building etc and area lighting. 5) Maintenance of all split/Package type AC including replacement of the damaged parts to achieve full performance of CHP. 6) Transportation of HT/LT motors, panels etc. from actual site to maintenance bay and to and fro in the maintenance bay. 7) Periodic Maintenance of 220 volt battery charger & battery bank including top-up. 8) Necessary Preventive maintenance (Electrical) has to be taken as per the manufacturer’s recommendation or direction of EIC. 9) Illumination 9.1 BRIEF SCOPE OF WORK: Maintenance of illumination for Coal Handling Plant Area of DSTPS, on single point responsibility basis includes: a. Switching: Switching ON/OFF of area lighting during the hour of need every day. b. Checking/inspection in the entire area under scope during evening hours (in darkness) every day to observe satisfactory lighting level. c. Minor Maintenance: Minor maintenance works related with lighting system has to be taken up on immediate basis to maintain plant lighting at satisfactory level. Any problem observed/reported regarding insufficient/no light should be attended on urgency. d. Preventive maintenance of lighting incomers/MLDBs, SLDBs/Welding receptacles/VDBs and Cleaning of Light Fittings of all types. e. Temporary Connection of Lights & Power points for welding machines, power tools etc. f. Attending Non-Glowing Light fittings: Attending to problems of non-glowing light fittings of all types g. Breakdown maintenance of Lighting Panels/DBs/ Welding receptacles/standalone main switches/SLDBs. h. Engagement of manpower during night hours on occasional requirements (during overhauling/major breakdown of plant and equipments/on requirement of urgent nature) shall be within the scope of contract.
  • 31.
    31 | Pa g e 9.2 Maintenance of total illumination under the Coal Handling Plant area shall be within the scope of the contract. Supply of spares for replacement of damaged/faulty ones, decided through joint inspection. The supply of necessary required spares is under the scope of DVC. 10) Laying of LT power & Control cable as per requirement, Rectification/Jointing/modification work as and when required as per the instructions of EIC. On requirement a qualified cable jointer will be arranged by the Contractor and necessary Jointing kit will be supplied by DVC. 11) Routine checks/maintenance/upkeepment of 11KV/3.3KV & 11KV/0.433KV Transformers (Oil filled & Dry type) and respective switchgears of Coal Handling Plant. a) Regular vigil on operating parameters of Transformers under scope on daily basis. Observation of system data noted/recorded during last 24 hours by shift personnel/data recorders. Planning/implementation of corrective measure(s) in respect to any abnormality observed, in discussion with EIC. b) Logging the Equipment status on daily basis as per approved DVC format. c) Up-keep of Control and Relay Panels in the Control rooms, DC panels, Battery system, battery room etc., neat and clean and to the satisfaction of EIC by cleaning/upkeep on regular basis. Cleaning of equipments/installations requiring shutdown/power blocking shall have to be planned in consultation with EIC. d) Maintaining lighting near Transformer area, control rooms and battery rooms to maintaining proper illumination level in entire area under scope and to the satisfaction of EIC. All lighting materials required shall be supplied by DVC. e) Checking of all indication lamps, switchgear items, indicating meters etc. of system under scope and replacement/repair/rectification of faulty ones immediately. f) Any problem observed by operatives regarding operation of the equipments under scope shall have to be attended at the earliest. g) Checking condition of gaskets and door lock/knob of all indoor and outdoor panels/JBs and repair/replacement as per instruction of EIC. h) Identification of probable water ingress points of all field mounted instruments/panels and necessary rectification measures in consultation with EIC. 11.1 Preventive Maintenance: a) Preventive maintenance like cleaning/checking of transformers, checking of all Protection & Interlocks on available shutdown/opportunity etc., and Oil top-up by filtered oil if required. b) Conducting of BDV testing of transformer oil of all transformers of Coal Handling Plant (Quarterly) and submission of the test report to EIC. BDV Testing Kit for Transformer Oil is under Contractor’s scope. However Oil filtration is under optional scope. 11.2 Breakdown maintenance: Attending oil leakages from transformers, Bushings, Transformers etc. excluding supply of appropriate grade sealing materials but including cost of labour, T&P, consumables etc. Sealing Material shall be in DVC’s scope of supply. Any other routine work not mentioned specifically but necessary for satisfactory operation, including all necessary assistance for testing etc. shall be within the scope of the contract. 12) DVC will supply all kinds of proprietary spares and contractor has to supply all kinds all consumable materials during the Contract Period. 13) The work/activities which have not been covered above but essentially required for normalization and smooth running of the Plant are to be carried out by the Contractor as per direction of Engineer-in-Charge. 14) List of tools and tackles required for electrical Maint. works to be arranged by the contractor without additional cost to DVC ,DSTPS.
  • 32.
    32 | Pa g e a) Insulation tester (Megger) - 03 Nos. 5KV/2.5 KV - 01 No. 1KV - 01 No. 500 V - 01 No. b) Digital Multimeter (good quality)-04 Nos. c) Analog Multimeter (good quality)-01 No. d) L.T Tong tester : 0-5 (For milli amps reading) 0-100 (For Ampere reading) 0-1000 A e) Ladder (Aluminium) -10 meters - 02 Nos. 16 meters - 01 No. 05 meters – 2 Trolly type ladder for Street light maintenance-01no. f) Bearing pullers of different sizes. g) Crimping tool with all size of die - 01 set h) Vacuum cleaner - 01 No. i) Hot air blower - 01 No. j) Digital Motor checker - 01 No. k) Grease Gun - 02 Nos. l) Bench vice 8” size - 01 No. m) Motorised Hand Drills - 01 No. n) Table Grinder - 01 No. o) Box spanner set - 02 Nos. p) All necessary loose tools - in sufficient quantity q) Walkie Talkie/ Mobile Phone/ other mode for site to site communication equipment - 2 sets. r) IRD for vibration measurement s) Analog type AC/DC- Ammeter (0-100A) t) Milli/Micro-ohm meter. u) Earthing rod- 3 nos. v) Ring Spanner for 4 mm – 36 mm & Ring spanner (slugging) 36 mm- 75 mm in between sizes. w) Torque wrench-1no. x) DE spanner 4 mm – 36 mm. & DE spanner (slugging) 36 mm- 75 mm in between sizes. y) Slide Wrench 8” – 12” , Screw driver 6” – 12” , Nut Driver 4mm – 10 mm & Allen Key set z) Gas cutting set including torch & regulator, Welding Machine with Cable aa) Chain pulley block, Slings and D – Shackles 3,5,10 Tonnes. bb) Brush for cooler duct cleaning & Hacksaw frame and blades. cc) Tarpolenes polythene sheets etc. dd) Welding Transformer set with leads ee) BDV Testing Kit for Transformer Oil. Any other tool not mentioned specifically but required for satisfactory execution of the job.
  • 33.
    33 | Pa g e 15. GENERAL CONSUMABLE ITEMS TO BE MAINTAINED BY THE CONTRACTOR: a. Torch cell b. PVC tape (Steel Grip) & HV Insulating tape. c. Soap & Cleaning powder d. Hacksaw Blades e. Test/hand lamps f. Screws, small bolts/nuts g. Cotton waste h. Grease, Gasket sheets, Acetone, Varnish etc. i. Markin cloth j. Petrol k. Rustolene l. Diesel m. Kerosene oil n. Electric contact cleaner (Both on-line and off-line cleaner of reputed make) o. welding Electrode p. Electrical contact grease 16. List of associated Electrical Equipment: I) MCC#1 1) HT Switch gear –capacity 2000Amps-29 panels. 2) 3.3KV Vacuum Circuit Breaker – 7 nos. 3) 3.3KV Vacuum contactor-16nos. 4) Bus PT-2nos. 5) Line PT-2nos 6) HT Transformer 11/3.3KV, 7.5MVA, ONAN-2nos. 7) HT Bus Duct of capacity 3000Amps-2nos. 8) Dry Type 11/0.433KV, 1600KVA Transformers(Dry type) -03nos. 9) LT MCC 2500Amps-1Set 10) Air Circuit Breaker-5nos 11) LT Bus Duct-Capacity 2500Amps- 3 set. 12) 220V DCDB-1no. 13) 415V MLDB-2nos 14) SLDB-2nos. 15) WDB-2nos. 16) 220V DC Battery bank & Charger – 1set 17) Pressurised Ventilation System panel-1no. 18) Package Air Conditioned system-1set. 19) All cables in the Cable Vault 20) Hooter control Panel- 1 No. 21) General Lightings of Inside & Outside of the building. II) MCC#2 1) LT PMCC-Capacity 2500Amps-1set 2) Air Circuit Breaker-3nos 3) MLDB Board-2nos. 4) SLDB-1no
  • 34.
    34 | Pa g e 5) WDB-1no. 6) VVFD panel-1no. 7) DCDB-1no. 8) Dry Type Transformer 11/0.433KV, 1600KVACapacity-2nos. 9) LT 415V Bus Duct-2nos. 10) Hooter Panel-1no. 11) Pressurised Ventilation System panel-1no. 12) All cables in the Cable Vault 13) Split Air Conditioning system – 5no. 14) General Lightings of Inside & Outside of the building. III) MCC#3 1) Dry Type Transformer 11/0.433KV, 1600KVACapacity-2nos. 2) Air Circuit Breaker-3no. 3) LT MCC Board- capacity 2500Amps-1set 4) LT 415V Bus duct-02nos. 5) MLDB Board-1no. 6) SLDB-2nos 7) WDB-1no 8) Hooter panel-1 no. 9) 220 V DCDB- 1 No. 10) Split Air Conditioning system – 1no. 11) Pressurised Ventilation System panel-1no. 12) General Lightings of Inside & Outside of the building. IV) Stacker Reclimer-1(MCC-4) 1) 415V LT MCC Panels-1Set 2) Load Break Switch panel-1no. 3) VVFD panel-2nos. 4) 3.3/0.415KV, 630KVA Dry type transformer-1no. 5) 3.3 KV Power junction Box-1no. 6) Power Control Reeling Drum-1no. 7) Control Cable Reeling Drum-1no. 8) Main Lighting Distribution Board-1no. 9) 3 phase, 415V, 50Hz. LT Motors (from 0.5 KW to 110KW) for SR-19nos. 10) Air Circuit Breaker-1no. V) Stacker Reclimer-2(MCC-5) 1) 415V LT MCC Panels-1Set 2) Load Break Switch panel-1no. 3) VVFD panel-2nos. 4) 3.3/0.415KV, 630KVA Dry type transformer-1no. 5) 3.3 KV Power junction Box-1no. 6) Power Control Reeling Drum-1no. 7) Control Cable Reeling Drum-1no. 8) Main Lighting Distribution Board-1no.
  • 35.
    35 | Pa g e 9) 3 phase, 415V, 50Hz. LT Motors (from 0.5 KW to 110KW) for SR-19nos. 10) Air Circuit Breaker-1no. VI) Crusher House 1) 3.3KV, 500KW HT Motor for Crusher- 4nos. 2) Scoop actuator for Crusher -04nos. 3) 415V, 11KW, LT Motor for ILMS and Local Control Panel-2nos. 4) 415V, 22KW, LT Motor for RBF-4nos. 5) 415V, 22KW, LT Motor for roller screen-8nos. 6) 415V, 5.5KW, LT Motor for RPG-4nos,. 7) 415V, 5.5KW, LT Motor for Flap gate- 6nos. 8) Elevator -1 no. 9) 415 V LT Motors 160 KW for DE- 2 Nos. VII) Track Hooper 1) Paddle Feeder(Electrical)-4nos. 2) Illumination system in TH tunnel and TH Shed- lot. 3) 415V, 18.5KW, LT Motor for Sump pumps-8nos. VIII) Bunker Floor (B1, B2, B3 &B4) 1) Tripper Car along with CJB Flexible cable etc.-4nos. 2) 415V, 125KW, LT Motor for Conveyor – 4nos. 3) General Lighting in Conveyor floors. IX) Conveyor 12A/B 1) TP-12: LT 415V, 3phase, 125KW Motor for Conveyor-02nos. 2) General lighting inside and outside of TP and entire conveyor X) Conveyor 11A/B 1) TP-10: 3.3KV, 3phase, 350KW, HT Motor for Conveyor-02nos. 2) Scoop actuator for Conveyor motors-02nos. 3) General lighting inside and outside of TP and entire conveyor XI) Conveyor 10A/B 1) TP-8: 3.3KV, 3phase, 500KW, HT Motor for Conveyor-02nos. 2) Inline magnetic separator - 2nos. 3) TP-8: elevator -1 no. 4) Scoop actuator for conveyor motors-02 nos. 5) General lighting inside and outside of TP and entire conveyor 6) Belt weigher-2nos. 7) 415V, 5.5KW, LT Motor for Flap gate- 2nos. 8) Metal Detector-2nos. XII) Conveyor: 9A/B 1) TP-7: 415V, 3phase, 125KW, LT Motor for Conveyor-02nos. 2) 415V, 5.5KW, LT Motor for Flap gate-4nos. 3) General lighting inside and outside of TP and entire conveyor. XIII) Conveyor: 8A/B
  • 36.
    36 | Pa g e 1) TP-7: 3.3KV, 3phase, 350KW, HT Motor for Conveyor-02nos. 2) Scoop actuator for conveyor motors-02 nos. 3) General lighting inside and outside of TP and entire conveyor. XIV) Conveyor: 7A/B 1) TP-6:415V, 3phase, 125KW, LT Motor for Conveyor-02nos. 2) General lighting inside and outside of TP and entire conveyor. XV) Conveyor: 6 1) TP-6: 3.3KV, 3phase, 250KW, HT Motor for Conveyor-01nos. 2) Scoop actuator for conveyor motors-01 nos. 3) General lighting inside and outside of TP and entire conveyor. XVI) Conveyor: 5 1) TP-5: 3.3KV, 3phase 250KW, HT Motor for Conveyor-01nos. 2) Scoop actuator for conveyor motors-01 nos. 3) General lighting inside and outside of TP and entire conveyor. XVII) Conveyor: 4A/B 1) TP-3: 3.3KV, 3phase 200KW, HT Motor for Conveyor-02nos. 2) Scoop actuator for conveyor motors-02 nos 3) General lighting inside and outside of TP and entire conveyor. XVIII) Conveyor-3A/B 1) HT 3.3KV Motor, 3 phase, 500KW HT Motor for Conveyor – 02nos. 2) Scoop actuator for conveyor motors-02 nos 3) Suspended Magnet-02nos. 4) Ventilating System including all ducts and blowers 5) Belt Weighers-2nos 6) Metal detectors-2nos. 7) General lighting inside and outside of TP and entire conveyor. XIX) Conveyor: 2A/B 1) TP-1: 415V, 3phase, 125KW LT Motor for Conveyor -02nos. 2) General lighting inside and outside of TP and entire conveyor XX) Conveyor: 1A/B 1) TP-1: 415V, 3phase, 125KW LT Motor for Conveyor -02nos. 2) General lighting inside and outside of TP and entire conveyor XXI) Compressor House 1) 415V, 3phase, 125KW LT Motor for Compressor house-02nos. 2) General lighting inside and outside of Compressor house XXII) Pump House -A 1) 415V, 3phase, 125KW LT Motor for Compressor panel-02nos. 2) 415V, 3 phase, LT Motors (from11 KW to 75KW) – 18nos 3) General lighting inside and outside of Compressor house XXIII) Pump House -B 1) 415V, 3phase, 125KW LT Motor for Compressor panel-02nos. 2) 415V, 3 phase, LT Motors (from11 KW to 75KW) – 08nos. 3) General lighting inside and outside of Compressor house XXIV) Miscellaneous Items 1) All Local control stations & Junction boxes for power & control. 2) All flap gates 3) All electric hoists 4) Earth connection/continuity of different electrical equipment. 6) All pull chords, belt sway switches, Zero-speed switches. 7) Brake coils & motors 8) Receptacles
  • 37.
    37 | Pa g e 9) Road lighting and High Mast lighting of entire CHP area. 10). Lightning Arrestors 17. Optional Scope: Contractor shall have to carry out Jobs under optional scope as per details given below as and when required basis. Contractor shall be paid for executed jobs on actual as per unit rate basis. Sl. no. Description Tentative qty 1 H.T. Motor, 3.3Kv, 50Hz, 500Kw for Crusher & Conveyor. 3 2 H.T. Motor, 3.3Kv, 50Hz, 350Kw for Conveyor 2 3 H.T. Motor, 3.3Kv, 50Hz, 250Kw for Conveyor 1 4 H.T. Motor, 3.3Kv, 50Hz, 200Kw for Conveyor 1 5 Oil Filtration for the Transformers of rating 11/3.3KV, 7.5MVA of CHP. (Filter machine is under Bidder’s scope) 4000 Ltr. 17.1 Oil Filtration: a) In-situ Filtration of Insulating oil of all the transformers in service and under scope of the contract shall have to be carried out by the contractor on availability of shutdown, as per recommendations of the oil test results or if desired by DVC. Arrangement/hiring of oil filtration machine of adequate rating, its shifting/placement near the transformer, arrangement of oil storage tanks, power supply arrangement, operation & supervision during filtration, sample collection before and after filtration for BDV testing shall be in contractor’s scope. Filtration shall be continued till satisfactory results/parameters of oil is achieved. 17.2 Over hauling of HT Motors as per scope under sl. no. 1.1 & 1.2 of Electrical scope. Note: Any kind of electrical breakdown is to be attended immediately. If the services of the expert are required, the same is to be arranged by the firm failing which DVC will take necessary action for getting the work done at the sole cost and risk of the firm concerned. 18. EXCLUSION FROM THE SCOPE OF CONTRACT: a) Rewinding and major repairing work of LT / HT motors. b) Rewinding and major repairing work of Distribution transformers. c) Major repairing work of Batteries. e) Laying of HT cables. TERMS & CONDITIONS: 1. All the works under scope works has to be done as per standard norms and practices & with use of best quality consumables/materials. 2. REPORTING AND RECORD KEEPING (As per advice of EIC): IR, PI value shall be recorded before start of servicing/overhauling and after complete assembly. Values of winding resistance & Inductance have to be measured and recorded. No load current during trial run after servicing/Overhauling will be taken and has to be recorded in the logbook. Motor body and Motor Terminal Box Temperature of HT Motors shall be measured on weekly basis or as and when required as per the instructions of EIC and has to be submitted in a prescribed format to EIC. 3. Contractor shall have to maintain tools & tackles as mentioned under sl. no. 14. Any Other Tools & Tackles not mentioned specifically but required for satisfactory execution of the contract shall have to be arranged by the contractor.
  • 38.
    38 | Pa g e 4. Regular cleaning of the workplace and dumping of wastes in dustbin during execution of job. No oil, grease, wastes and scrap should be found in the work area after the job is completed. 5. Stator, rotor shall be properly covered during drying out, in order to avoid ingress of dust/ moisture. Safety precautions should be taken to avoid any fire incident etc. 6. Workers of the contractor shall obey all safety norms and any non-compliance may render to suitable action against the contractor. 7. Work Completion Time: For Scope Sl. No. 1.1 & 1.2 of Electrical Scope of work. i. L.T. Motors: 3(Three) Days ii. H.T. Motors: 7(Seven) Days 8. Scope of supply and facilities to be provided by the Bidder: a) All Consumables such as Varnishes, Bectol, Markin cloth, Cotton waste, Emery paper, hacksaw blade, petrol, kerosene, heating lamps, welding electrode etc. to be arranged by contractor. b) DA, Oxygen, gaskets sheets, wedges, spacer, insulating materials, tie bands, brazing/soldering materials, motor lead as required shall be in Contractor’s scope. c) Trolley up to 5T (five ton) to be arranged by contractor for shifting job. 9. Scope of supply and facilities to be provided by DVC (free of cost): a. Bearings and motor accessories (grease pipe, end cover, terminal block, bearing housing, grease cap, oil seals etc.) shall be provided by DVC. b. EOT crane, hoists facility wherever available shall be provided by DVC, however, any defect comes during lifting of motors etc. in the hoists/cranes, alternate arrangement like chain pulley block etc. shall be arranged by the contractor. 10. Manpower Deployment: Round the clock maintenance of Electrical system of Coal Handling Plant will be the responsibility of the Contractor. The contractor shall have to maintain adequate manpower (skilled & un-skilled) & Qualified Engineer, Supervisor throughout the period of contract on daily basis in such a way that at least 4 different jobs at different locations can be taken up at a time during the general shift as well as in any emergency conditions as per the directives of DVC Engineer-in-Charge. However, the contractor responsibility also includes handling successfully at least four jobs simultaneously per shift excluding the above four jobs. If required the man power has to stay beyond normal duty hours to complete the job. There shall be General, A, B & C shift system. Site Engineer/ Supervisor shall be responsible for coordinating site activities, receiving instructions, materials from the stores, their disbursement, record keeping and other such activities. Hence Supervisor should be well qualified for efficient functioning in his capacity and should have sufficient experience for handling similar type of contract. 11. Minimum qualification and experience: Degree in Electrical Engineering OR 3 years Diploma in Electrical Engineering 7 years Diploma in Electrical Engineering ITI (Electrical)
  • 39.
    39 | Pa g e ITI (Electrical) The Supervisor shall have valid Electrical License issued by the statutory body. 12. For Preventive/Breakdown maintenance/Routine jobs of LT/HT Motors, HT/LT Switch gears (Breakers, PCC/MCC, Transformers etc.):- The contractor shall ensure availability of adequate manpower with requisite skill to take up the jobs under scope of the contract promptly and complete them in optimum time. Contractor should be able to take up works at many fronts simultaneously. The contractor can be called during off hours, at night, on Sunday and holidays to carry out work on emergency therefore, they should arrange all necessary gate passes etc, before hand 13. Contractor will identify a responsible contact person (Site-in-charge/Site Engineer) for day-to- day co-ordination with DVC officials. One no. P&T and one no. Mobile phone have to be provided to the above contact person by the contractor for contacting in case of emergency. 14. The bidder will also maintain devices required for site communication. i.e. Walkie Talkie/ Mobile Phone/ other mode for site to site communication equipment. 15. Site Engineer (Electrical)/Supervisor (E) should submit report of the job taken & the materials used for the same daily & monthly basis. A comprehensive report shall be submitted to EIC on daily basis. The following points are to be noted for compliance: i) Successful bidder shall have to furnish the list of manpower with their credentials for necessary verification & issuing of Photo-Gate pass within seven days from the date of issuance of work order. Also list should be such that they can take up the job smoothly. Successful bidder shall have to submit documentary evidence in support of educational qualification and experience of the personnel engaged for execution of AMC. ii) No person from the list of manpower submitted by the successful bidder shall leave DSTPS site / local station without prior permission from the competent authority of DSTPS. iii) The replacement / substitute personnel for different categories of AMC manpower shall have the same educational & experience to carry out the job. iv) During execution of work if any personnel is found not suitable for the job, the personnel will have to be replaced within 7 days. v) To cater the need of time bound preventive / predictive maintenance / shutdown / servicing/overhauling jobs, bidder shall depute additional manpower without any extra financial burden to DVC. 16. Permit to Work for maintenance job: The contractor shall comply with prevailing permit rules/ procedures before commencement of any maintenance work and throughout execution of job. 17. Defect liability period will be for Three (3) months. In case of failure due to bad workmanship, contractor shall be liable to attend/rectify at his own cost/risk. If defect is observed after trial run, the same has to be rectified by the contractor free of cost.
  • 40.
    40 | Pa g e CONTROL & INSTRUMENT
  • 41.
    41 | Pa g e
  • 42.
    42 | Pa g e
  • 43.
    43 | Pa g e
  • 44.
    44 | Pa g e TECHNICAL TERMS & CONDITIONS
  • 45.
    45 | Pa g e Technical and allied terms& Conditions: 1. Controlling Officer (Engineer in charge): The Superintending Engineers or their representatives in respective fields i.e. Mechanical, Electrical and Control & Instrument. 2. Execution of work: The job is to be carried out strictly in adherence to the fixed time schedule and manpower as per instruction of the representative of the controlling officer. He will be at liberty to stager the normal duty hours of different employees for utilization of service at any portion of day/night. The contractor will arrange for suitable substitute against any employee proceeding on long leave absenting for any indisposition. Responsible supervisor should remain in duty round the clock. The contractor shall maintain an attendance Register for the Employees (both general shift and 3 shifts) which will be reviewed by the EIC. The Contractor/ Site in-charge/ Supervisor will maintain round the clock available mobile connectivity to receive direction of EIC. 3.Time of completion: The time schedule of completion of a particular job will be decided by the controlling officer or by his representative in consultation with your site in charge / representative or by his own as the case may be. For delay in completion of job, the penalty will be imposed as per rule. 4. Priority: The controlling officer or his representative is at liberty to direct the manpower engaged in any job at any time at his own discretion to other place of work of due importance he thinks so far. 5. Quality of job: Finished job should conform to manufacturing and/or erection specification and/or O & M Manual specification or otherwise upto the satisfaction of the controlling officer. 6. Cleaning of site: Jobs will be considered incomplete until the work site is made free from scaffolding, scraps, rejects, and the wastes. The party has to clean the site within the mutually agreed time frame given to them. If the work site is not cleaned properly within that period, DVC reserves the right to get the site cleaned by engaging other agency at the risk and cost of the contractor. The cost for cleaning the site thereby will be recovered from the monthly bill of the contractor. 7. Enabling work: Contractor will have to make it convenient to undertake the assigned work. Arrangement including transportation of any type of scaffolding, planks, telescopic ladder etc. as per requirement will be within the scope of AMC contract. 8. Power supply to work site: With prior permission of DVC authority ,the contractor will arrange it from the nearest existing electric supply point provided by DVC free of cost. All cares must be taken by the contractor to avoid any mishap for the same. Suitable registered /licensed electrician will be engaged for the concerned work. 9. Structural Steel, Spares & lubricants: Issued item from the store of DVC, DSTPS will be handed over to the contractor ‘as and where it is’ basis. Safe transportation and use is the responsibility of the contractor. The excess/unused material is to be returned to store at the initiative of the contractor. 10. Areas of work: Any job/work area related to interfacing area has to be carried out by the contractor as per the instruction of the controlling officer or his representative. 11. Responsibility: It is the responsibility of the contractor to take care in all respect of any materials like spares, structures, lubricants, or others, once handed over to the party for the use of work. For missing, mishandling, bad storing etc. of the materials, DVC will not be responsible, and in this case DVC will recover the actual cost against the loss for the same and it will be deducted from the monthly allocation bill of the contractor if the party fails to arrange the damaged/lost material. DVC reserves the right to take back the same at any time if required for completion of the work. 12. Extra man power & Non-compliance: Extra man power, if needed, as decided by the controlling officer is to be arranged by the contractor to carry out and complete the assigned work within the mutually agreed time schedule without any extra cost to DVC. Further to above if the contractor fails to carry out any assigned job and DVC feels to carry out the same immediately on urgent
  • 46.
    46 | Pa g e basis, in that case DVC has the right to get the job done by engaging any other agency who are capable of carrying out the job at the risk & cost of the contractor and the expenditure incurred will be deducted from his monthly RA bill. The cost for carrying out that assigned job will be fixed as per norms of DVC for engaging a contractor at his sole discretion on urgent ground. In this regard the contractor will have no right to go for any arbitration. 13. Withdrawal of manpower: In case of any worker/s is/are found hampering the interest of the corporation and not abiding by the decision of controlling officer or his representative/s in any way, DVC shall have the right to take appropriate action. In such case the contractor shall have to replace such workman/men within 7 days notice from the DVC authority and loss incurred for the same if any, shall be borne by the contractor. If anybody amongst the allotted manpower for the purpose of contract is found incapable for a particular job/s, the contractor must immediately replace the person/s by more skilled person/s or may call additional suitable person/s to complete the job within the time schedule with no extra cost to DVC. 14. Availability of manpower: To combat urgent need, manpower along with technical supervisor / site-in-charge should be at beck and call irrespective of time i.e. day and night. Depending upon the situation and requirement of the work and as per discretion of controlling officer or his representative/s working hours may be extended beyond the normal working period within the scope of contract irrespective of no. of days and time. In case for attending a job within a particular time frame as desired by the controlling officer, if additional manpower is required, in that case the contractor will arrange the same within this contract. 15. Deployment of manpower: Concurrence of the controlling officer or his representative must be obtained for deployment of manpower to be engaged for a particular assigned job/s. The contractor will also have to arrange manpower in shift for effective utilization in consultation with the representative of the controlling officer. All employees must have valid Photo Gate-pass for DSTPS to be arranged by the contractor. 16. Working condition: Controlling Officer / Safety Officer at his discretion may check / examine any of contractor’s tools/scaffolding/working condition etc. and if found unsatisfied, he may suspend the job temporarily till the contractor takes proper measure as per the statutory norms.The contractor should provide all safety implements like helmets, shoes, gloves, fall arresters etc. to all workers at his own cost & ensure that all workers must utilize the same during work & inside the plant premises . 17. Working hours: General Shift ,Morning Shift: Evening Shift: Night Shift- As per timing applicable in DSTPS. Along with general shift, shifting duty will be allotted to the part of the workmen/man to carry out maintenance job under the scope of compulsory package ,as per discretion of the controlling officer or his representative .However ,manning will have to provide in regular shift /General shift on the basis as advised by the controlling officer or representative . Apart from normal working hours, contractor will attend any breakdown maintenance job, if situation so warrants, within the scope of contract or otherwise at the discretion of the controlling officer or representative. 18. Office works: The contractor should maintain an office at site where they will maintain log book in which daily progress, remarks on healthiness of the equipments and major findings will be recorded. Contractor will maintain day to day manpower strength for monitoring of effective manpower utilization. Apart from this, any allied activities, if required would be taken care by the contractor as per the instruction of the controlling officer. All stationary obligation w.r.t the work & the workers must be maintained by the contractor & records to be maintained. 19. Permit to work card/job card: Before commencing any job permit to work card must be obtained from operation department through the controlling officer or his representative or as directed by them. The work permit as issued by the respective DVC authority must be returned to DVC authority forthwith on completion of the job.
  • 47.
    47 | Pa g e 20. Completion of job : On completion of any assignment in all respect the contractor should hand over the PWC after duly filling up of the columns of the said card signed by the concerned officer or as directed by him. OTHER TERMS AND CONDITIONS OF THE CONTRACT 1) The contractor shall depute all knowledgeable and requisite Service Engineer, Supervisor, Technician, Skilled & Semi-skilled workers for satisfactory execution of the Contract. 2) The Chief Engineer or his authorized representative (EIC) may direct to suspend any work subject to the prevailing climatic condition ,unsafe or unethical practice, act which is detrimental to DVC, undue interference of work to other agencies etc. as deemed fit. 3) The jobs will be broadly classified by DVC on case to case basis in the following three categories depending upon the plant’s condition prevailing at that time. Normal- The job will be done during General Shift. Urgent- The job will have to be done during two shifts per day. Emergency – The job will have to done continuously till its completion. 4) The contractor shall not be allowed to commence the jobs as per contract unless complete site mobilisation in respect of manpower & T&P are ensured and fulfils statutory requirements.
  • 48.
    48 | Pa g e Annexure—I PENALTY A. Penalty clause for non adherence to safety norms/ items. If the contractor fails to provide Jeep & Truck/Tractor with trolley as per requirement, penalty at the following rates shall be deducted: 1. Jeep/ Car-- Rs. 500/- per day 2. Truck/Tractor with Trolley--- Rs 800/- per Day B. Penalty clause for non- submission of reports and protocols as per requirement of DVC: Sl. No. I T E M PENALTY PER CASE 1. Non-Adherence to safety rules/ violation Rs.100/- per case 2. Delay of distribution of safety items to labours and supervisors Rs.50/- per labour of one day 3. Non-Adherence to Safety Norms Rs.50/- Per Person Sl. No. I T E M PENALTY PER CASE 1. Non- submission of daily report Rs.50/- per day 2. Non- submission of spare parts record and forecast of spares Rs.100/- per week 3. Non- submission of PM report on schedule time Rs.50/- per day 4. Non- submission vibration record of critical equipments if specified by E.I.C Rs.500/- per month
  • 49.
    49 | Pa g e COMMERCIAL TERMS & CONDITIONS
  • 50.
    50 | Pa g e COMMERCIAL TERMS AND CONDITIONS Before quoting, Bidders may visit DSTPS on their own cost to assess the site condition and local environment & rules, regulations etc . 1. Contract period:- One year from the date of actual commencement of the work(Date of commencement of the work will be intimated by DVC) by the Contractor after successful site mobilization . The contract may be extended for another one year i.e (2nd year) at same rate & Terms & Conditions on satisfactory performance of the contractor and at the sole discretion of DVC, D.S.T.P.S. In that case the Security Deposit /Bank Guarantee has to be extended accordingly. 2. TERMS OF PAYMENT :. A. For main scope of work under mechanical Part - A, Electrical and Control & Instrument: Payment shall be made against monthly RA bills on presentation of bills in triplicate pre receipted in original copy after statutory deduction as applicable subject to satisfactory completion of the jobs duly certified by the Engineer-in-charge. B. For main scope of work under Mechanical Part-B: Payment shall be made on Lump sum basis per month for Upkeepment of Coal Handling Plant of Unit no. 1 & 2 and payment for removal of boulders/ coal dust shall be made per MT basis for the actual quantity disposed per month on presentation of bills in triplicate pre receipted in original copy after statutory deduction as applicable subject to satisfactory completion of the jobs duly certified by the Engineer-in-charge. C. For Optional work: Payment shall be made after completion of work (item wise) on presentation of bills in triplicate pre receipted in original copy after statutory deduction as applicable subject to satisfactory completion of the jobs duly certified by the Engineer-in-charge. For above three cases 100% payment shall be made after acceptance of S.D.B.G./ Advance Bank Draft towards Security Deposit and execution of the agreement. OR 90% payment shall be made after acceptance of I.S.D. and balance 10% shall be paid after expiry of the claim period and execution of the agreement. No payment will be made without acceptance of SDBG. Service tax shall be paid extra as per admissible prevailing rate along with the respective invoices. Statutory taxes which ever is applicable will be deducted from the bills .EPF clearance is mandatory. Note: If the unit remain under shutdown for more than 3 (three) months continuously and restarting of the unit is not certain even after 3 months, the contract may be suspended after 3 (three) months with mutual discussion between DVC and the contractor. In those circumstances the contractor will be paid compensation towards demobilization and remobilization of site to be decided through mutual discussion. 3. SECURITY DEPOSIT CUM PERFORMANCE GUARENTEE; The successful bidder have to submit 10% of total value of order in the form of Advanced bank Draft/ Security Deposit Bank guarantee (S.D.B.G) from any Nationalized/ Scheduled
  • 51.
    51 | Pa g e Commercial Bank valid till expiry of the Contract period with a claim period of another 06 (six) months in DVC’s prescribed format. The Security Deposit is to be submitted within 30 days from the date of placement of WO. If the bidder fails to fulfill the agreement of the contract, their claims, whatsoever, include B.G. as S.D. shall be forfeited. In case of extension of the contract, the Security Deposit/Bank Guarantee has to be extended accordingly as per rule. OR The successful bidder have to submit 2% of total value of order as Initial Security Deposit(ISD) in the form of Advanced bank Draft/ Security Deposit Bank guarantee (S.D.B.G) from any Nationalized/ Scheduled Commercial Bank valid till expiry of the Contract period with a claim period of another 06 (six) months in DVC’s prescribed format. The Initial Security Deposit is to be submitted within 30 days from the date of placement of WO. 10% of the WO value will be deducted towards Security Deposit and paid after the expiry of the guarantee period. No interest will be paid on the Security Deposit amount. EXEMPTION: SSI Units registered with NSIC, under its single point registration scheme, are exempted from depositing Security Deposit for ordering value up to the monetary limit for which the unit is registered. Small Scale Industries seeking such exemption must enclose valid registration Certificate from appropriate Govt. Authority giving details such as validity, stores, monetary limit etc failing which exemption will not be granted. 4. Performance Guarantee: The contractor shall stand guaranteed against defects attributable to faulty workmanship or procedure adopted in the total work for items covered in the contract for a period of three months from the date of re-commissioning of the set after completion of the mentioned work. The guarantee covers all defects notified during this period and shall have to be attended to free of cost immediately or at the time DVC is able to give shut down of the set. In case of failure to do so, DVC shall arrange to attend the defects and the charges shall be levied to the account of the contractor and shall be recoverable from the contractor’s bill / security deposit. 5. Rate : Rate shall be firm throughout the contract period. The rate shall be inclusive of all taxes & stationary charges as applicable but excluding of service tax. Service tax as & if applicable shall be paid extra against submission of Service Tax Registration certificate. 6. Validity of the offer: The offered rate shall remain valid for acceptance for a period of 180 days from the date of Bid opening. 7. Extension Clause:- Contract period is for one year which may be extended for another period of one year i.e (2nd year) on successful completion of work at same rate & Terms & Conditions and at the sole discretion of DVC, DSTPS. In that case the SDBG has to be extended accordingly as per DVC rule. 8. Agreement:- Bidder shall have to execute a contract agreement in the prescribed DVC format on a non-judicial stamp paper worth Rs. 50/- (Rupees Fifty) only failing which no payment will be made to the contractor. 9. Mobilization:- Site mobilization should be done within a maximum of two weeks from the date of placement of LOA /LOI/W.O. Within that period, all the tools and tackles and infrastructural facilities have to be made ready for starting the actual work of the contract. If the Contractor fails to mobilize the site within the above mentioned two weeks the expenditure incurred for the period of delay in mobilization beyond two weeks towards engaging the existing Contractor or alternative agency to carry out the job during that period
  • 52.
    52 | Pa g e has to be borne by the Contractor as applicable thereto. The amount thus incurred shall be realized from the running bill/ bills of the Contractor as per decision of the competent authority. No advance payment towards mobilization will be provided by DVC. In case of failure to mobilize and start the work, the EMD shall be forfeited. 10. Termination Clause:- The Contract may 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. (g), (h) & (f) below. a. The bidder 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 bidder 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 judgment of the owner has engaged in corrupt or fraudulent practices 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 bidder 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. DVC RESERVES THE RIGHT NOT TO ISSUE TENDER DOCUMENTS TO ANY INTENDING BIDDERS WITH WHOM DVC HAS STOPPED ENTERING INTO BUSINESS BY VIRTUE OF POLICY DECISION. 11. Penalty Clause: a. For each category of maintenance work detailed in mandatory jobs (Mechanical, Electrical and C& I) a time frame will be fixed by DVC considering all ground realities. If the contractor fails to complete the work in that time for reason not attributable to DVC, a penalty will be imposed @1% per day of the value of the each category of jobs from the running bill subject to a maximum of 10% of the total value of the jobs. In this respect the decision of Engineer-In-Charge will be the final & binding on the contractor. b. For category of operation work of mandatory job, if due to any reason not attributable to DVC or force majeure conditions, the contractor fails to carry out/execute the work for a day or part thereof the penalty shall be imposed as per following. i) Recovery of cost equivalent of twice the pro-rata amount calculated on “per day basis” from the monthly figure indicated against category of work shall be made. ii) Non execution of work for “part of a day” exceeding six(6) hours shall attract one full day’s additional penalty in line with above. c. Non-availability of Tools & Tackles will also invite a penalty @ 1% per week or part thereof of the contract value of the respective head for which the tools & tackles are not available for 15 days at a stretch. d. The contractor is to complete the removal of all technological waste daily for maintenance of the
  • 53.
    53 | Pa g e system. If DVC is forced to engage any other agency to complete any incomplete job of the contractor, the expenses thus incurred will be deducted from the contractor’s bill at their risk and cost. e. If at any moment it is noticed that any of the areas which are under the Contractors scope for cleaning/ removal of waste is not cleaned properly, Superintending Engineer, DVC or DVC Engineer-in-charge or his authorized representative reserves the right to deduct an amount equivalent to 50% of a day’s value of the that particular zone for each such occasion. f. For each areas of work for cleaning/ removal of waste, a mutually agreed time frame will be fixed for any incomplete work and if the contractor fails to complete the work in that time for reasons not attributed to DVC, a penalty will be imposed @ 1% of monthly valued of that area / zone for each day and total penalty to be limited to a maximum of 10% of total contract value. g. The contractor will have to engage sufficient numbers of man & machineries for loading, unloading of the stones/ coal dust generated daily and sufficient numbers tractors/ trucks for disposal to the same to the designated place. If the contractor fails to dispose off the stones/ coal dust to the designated place, D.V.C may deploy/ engage any third party for disposing off the stones/ coal dust to the designated place and DVC reserves the right to deduct penalty equivalent to the Charge paid by DVC to the third party from the running bills of the Contractor for each such occasion. However, if such condition prevails for more than a week DVC reserves the right terminate the contract and all the dues payable by DVC to the Contractor along with the Security deposit shall be forfeited. h. The work i.e. belt laying& its joint and fabrication of MS Gratings thereafter has to be completed within the stipulated time as mutually decided. For any delay in completion of the job beyond the agreed completion period, a penalty will be imposed @ 0.5% of the job value per day (24 hrs.) of delay and/or part thereof subject to maximum 10% of the total job value. i. DVC will have the right to deduct Rs.1500.00 (Rupees fifteen hundred) only per job for not attending any job. j. If any breakdown occurs or some operational assistance is required, concerned official of DVC will intimate the same to the contractor’s representative not below the rank of Supervisor. For such interaction, at least 1 (One) supervisor must be available in each shift failing which DVC will have the right to deduct Rs.500.00 (Rupees five hundred) only per shift of absence of supervisor. k. Manpower for AMC should be available in such a way that troubles / breakdown at any time can be attended immediately on receipt of the intimation or the job should be taken up within half an hour of intimation. Delay in taking up the job for more than half an hour of intimation for reasons not attributable to DVC will lead to penalty of Rs.250.00 (rupees two hundred fifty) only per half an hour till reporting for the job. l. For Testing of Transformer oil (BDV) for all transformers of Coal Handling Plant to be conducted Quarterly and the test results to be submitted to EIC. Failure to which DVC will have the right to deduct Rs.1500.00 (Rupees one thousand five hundred) only. m. Other penalty clause has been mentioned in Annexure-I. 12. Conditions for Forfeiture of EMD-The same shall be applicable as per relevant clause of GCC OTHER TERMS AND CONDITIONS OF THE CONTRACT:- 01. Insurance: - The Insurance of personnel employed in the job shall be done by the contractor . No compensation of any major/minor/disabilities/damage would be given by DVC, DSTPS. ESI also to be complied with by the contractor. 02. 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.
  • 54.
    54 | Pa g e 03. Safety measures: - The workmen under Contractor’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, DSTPS property. Guide line for action in respect to safety measures for the job are specified hereunder :- The Contractor 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. Contractor 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 Contractor 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, DSTPS IN NO WAY SHALL BE RESPONSIBLE FOR SAFETY OF CONTRACTOR’S WORKMEN. 04. Precautionary measures to avoid damage of other equipment: - The contractor should take care for safety of equipment and property of DVC, DSTPS. Any loss to this effect will be contractor’s responsibility entirely and they shall have to make good for the losses and extra expenditure incurred by DVC, DSTPS thereof. Responsibility of the spares & materials issued to the Contractor rests with the contractor himself. Contractors have to replenish the same at his own cost & risk in case of loss/damage of the spare/material under his custody. 05. 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, DSTPS 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. 06. Laws :- a. Contractor should have to abide by all Statutory Acts and Laws and Regulations of respective Government. b. 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. Contractor has to obtain labour license from statutory body i.e concerned office of the Regional Labour Commissioner (Central) as applicable. d. 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. e. The workers deployed by Contractor will be bound by regulation of Factories Act. 1948. Minor and women lab ours shall not be engaged in this job. f. 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. 07. Tools and Tackles: - DVC, DSTPS will not provide tools and tackles. 08. Discontinuation of Job :- In case the job is found discontinued by Contractor within the contractual period, DVC, DSTPS shall have the right to award part or full job to any other outside agency and the expenditure thereof shall be deducted from their bill of the contractor.. 09. Wage Sheets: - Contractor should maintain up to date payment register of their labourers. The contract operating authority or any other representative of the controlling officer may check
  • 55.
    55 | Pa g e 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 contractor. Wage sheet of workers should be submitted to the controlling officer every month with the bill. 10. Subletting: - The contractor shall not be allowed to sublet the work as a whole to any sub contractor.On the necessity of the the work the contractor may sublet some particular work subject to obtaining prior approval of DVC’s competent Authority. 11. Contingency: - Contractor must possess sufficient fund to pay the workers when bills are not paid/passed for reasons whatsoever for at least two months. 12. Taxes :- Service Tax shall be paid extra as applicable against documentary evidence. . 13. Labour Regulations and Minimum Wages :- The Contractor shall abide by the provisions of the contract Labour Act 1970 for which the Contractor 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. 14. Local Rules & Regulations: - The contractor has 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. 15. Security Gate Pass: - The contractor has to arrange Photo gate pass at his own cost for his workmen from the security department and the rules and regulations related to this subject shall be binding on the contractor. 16. 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, contractor shall have to replace such workmen within 7 days notice from the controlling officer. 17. Idle Labour Charge: - DVC shall not be responsible for payment towards idle labour charge under any circumstances. 18. Safety of Working Personnel: - DVC in no way shall be responsible for safety of contractor’s workmen. Contractor should supply the necessary protective devices for safety of their workmen and contractor will ensure that necessary safety precautions have been taken for contractor’s workmen. 19. Accident: - In case of any accident of contractor’s workmen, contractor are to arrange necessary prima facie requirement immediately after the incident. DVC shall in no way be held responsible to compensate contractor workmen be it on duty or not. No benefit in any form shall be admissible in such case. 20. Payment to Workmen: - 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. 21. Canteen facility : - Canteen facility may be extended to working personnel of the contractor on chargeable basis. 22. Checking: - Controlling officer or safety officer at their discretion may check/examine any of Contractor’s tools/scaffolding/working condition etc. and if unsatisfied he may suspend the job temporarily till proper measure is taken from contractor’s end. 23. 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 contractor at his own cost. 24. The contractor shall be solely and wholly responsible for any accident that may occur during execution of the work and also for injury to person/persons or damage to the property of any description whatsoever caused during the execution of the work. In the event of any such accident, the contractor shall be responsible and shall pay proper compensation for the same
  • 56.
    56 | Pa g e as per Workmen’s Compensation Act. The contractor shall keep the occupier i.e. DVC safe, harmless and indemnified against all claims and expenses, for any such damage or injury etc. to any person or property. 25. The contractor must have employee Provident Fund code no. for depositing Provident Fund amount for his workmen. 26. Contractor should furnish P&T / Mobile Numbers of the responsible contact person(s) for emergency need. 27. Before submission of offer, bidders are suggested to visit work site and may gather information regarding the areas covered under the Scope of Work. 28. 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 DSTPS, DVC. During execution of the Contract as well as on expiry of the same, the contractor shall ensure that none of their employees/workers claims employment in DVC .The contractor while engaging or disengaging their employees/workers shall also follow all statutory rules & regulations applicable as per workmen’s compensation Act. 29. Compliance of EPF scheme for the workers engaged by the Contractor shall be applicable as per rules. 30. MANDATORY SAFETY CLAUSES OF THE WORK CONTRACT:- CONTRACTOR’S RESPONSIBILITY:- Contractor has to arrange a full set of First Aid Kit for attending to manpower deployed by him at site as per requirement. Contractor shall be vigilant to ensure provisions of Factories Act 1948 and other statutory provisions as applicable in respective Power Plant. Contractor’s responsibility is to collect copies of prevailing rules from safety department of the plant. Contractor must ensure use of Personal Protective Equipments by their workers. Industrial HELMET, Safety-shoes, safety belts etc. shall be issued to each worker by the contractor. 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. 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 up to date record for the same at site for inspection of departmental Engineer/Safety Department on demand. 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. 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. No child labour shall be engaged by the contractor as per statutory rule of Govt. of India. 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
  • 57.
    57 | Pa g e job whose action or conduct in the opinion of DVC management is detrimental to the interest of Corporation. 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 contractor 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. The contractor 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. 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 as per rule. 31. DVC shall not be responsible in any way for delay/difficulties/inaccessibility of the downloading facility from the Website for any reason whatsoever. 32. The bidders who are found to be indulging in changing/adding or deleting the contents of tender documents will be liable to face necessary action as deemed fit including banning, suspension of business dealings etc. 33. In case of any discrepancies found between the downloaded tender documents from the website and the master copy available in the office of the Tender Inviting Authority, the latter shall prevail and will be binding on the bidder(s). No claim/appeal on this account will be entertained or given cognizance. Bidders will be solely responsible for the correctness/genuineness of the downloaded tender documents from the website, If the offer submitted through the downloaded tender documents which are incomplete, or with changed contents, the offer will summarily rejected. 34. Offers submitted by the bidders through fax/telegrams will not be considered valid. 35. Tender No. and the due date must invariably be mentioned on the cover, otherwise, tender may be liable to rejection. 36. If there is discrepancy between words & figures in price part, the price mentioned in word shall prevail. 37. DVC reserves the right not to accept the lowest rate quoted by Bidder and reject any or all the tenders. 38. The expression satisfactory execution of the order shall mean fulfillment of all obligations arising out of in the order. In default of satisfactory execution of the order, the Security Deposit shall be forfeited by the Corporation. 39. 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 Bidder. a. 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 reach 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/judgment of Arbitrator/Arbitrators shall be final and binding on both the parties.
  • 58.
    58 | Pa g e b. However, in case the bidder is a Central Public Sector Enterprise/ Govt. Department, the dispute arising between the ‘Owner’ and the ‘Bidder’ shall be settled through Permanent Arbitration Machinery (PAM) of the Department of Public Enterprise, Govt. of India as per prevailing rules. c. 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. 40. Price bid of bidders will be opened whose techno-commercial bids are acceptable with due intimation. In case of rejection of Techno-commercial bids EMD of those unsuccessful bidders will be returned after finalization of order without any further intimation. All tenderers would be bound by the terms & conditions as detailed in the tender specification by DVC & General Conditions of Contract (GCC). Bidders are requested to go through GCC on DVC website. Terms & conditions which are not specifically mentioned in the NIT & Tender documents, shall be covered by GCC
  • 59.
    59 | Pa g e INSTRUCTIONS TO BIDDERS
  • 60.
    60 | Pa g e INSTRUCTION TO BIDDERS (ITB) 1. Preparation/Submission of Two part Tender: The Tenderers shall submit their offers in Two Parts in duplicate namely “Techno-Commercial part/ Part –I” and “Price part/ Part –II” along with Earnest Money Deposit (EMD) of Rs. 10,00,000.00 (Rupees Ten lac only). Main Envelope: The Tenderers shall submit their Tenders in sealed envelope superscribing the same with the Enquiry No. & due date which will contain 3 (Three) sealed envelopes distinctly marked “A”, “B” & “C” as follows: Envelope – “A”: The envelope shall contain the Earnest Money Deposit (EMD) of Rs. 10,00,000.00 (Rupees Ten lac only) and tender fees of Rs. 6000.00 (Rupees Six thousand only) (non-refundable) if download from website and shall be superscribed with Tender Notice no., Due date and the words “Earnest Money”. Envelope – B: The envelope shall contain the Techno-Commercial Bid comprising of technical details and commercial terms alongwith Deviation Schedule as per format given in Annexure-C and shall be superscribed with Tender Notice No., Due date and the words “Techno-Commercial Bid/ Part –I”. Envelope – C: The envelope shall contain the Price Bid (Annex-P) along with the withdrawal prices for deviation as declared as per format given in Annexure –D and shall be superscribed with the Tender Notice No., Due date and the words “Price Bid/ Part –II”.This envelope will be opened only for technically accepted bidders at a date to be intimated later on. All the above three envelopes marked “A”, “B” & “C” are to be kept in sealed condition inside the main envelope superscribed on it the Tender Notice No., Due date and the words “Round the clock Annual Operation & Maintenance and Removal of technological waste and Upkeepment of Coal Handling Plant of DSTPS, Andal ( 2 x 500 MW).” 2. Before filling the offers, bidders are requested to go through the Other Terms & Conditions/General Conditions of Contract , DVC in order to familiarize with DVC’s Commercial Terms & Conditions, Cost of compensations for deviations. 3. The Bidder is also advised to visit and examine the site and will obtain on its own responsibility, all information that may be necessary for preparing the bid and entering into a contract for the subject AMC. The cost of visiting the site shall be at the bidder’s own expense. 4. On receipt of formal LOI/W.O in duplicate, one copy shall be returned to the Order issuing authority duly acknowledged with signature, seal of the firm with date as a mark of acceptance of the contract. 5. Unsigned offer submitted by any bidder will not be considered valid. 6. Modification and Withdrawal of Bids: The bidder may modify or withdraw its bid after submission, provided that written notice of the modification or withdrawal is received by the owner prior to the deadline prescribed for bid submission. In no case cost of the bidding documents will be refunded. The bidder’s modifications shall be prepared, sealed, marked and despatched as per original offer with superscribing the bid envelopes “BID MODIFICATIONS-ORIGINAL” and “BID MODIFICATIONS – COPIES”.
  • 61.
    61 | Pa g e 7. Self certified Xerox copies of all relevant documents, wherevever needed are to be enclosed with the offer. However, DVC reserves the right to call for original document, if needed failing which the offer is liable for rejection. 8. DVC shall not be responsible in any way for any delay / difficulties/ inaccessibility of the downloading facility from the website for any reason whatsoever. 9. The tenderers who are found to be indulging in changing/ adding or deleting the contents of the downloaded tender documents will be liable to face necessary action as deemed fit including banning, suspension of business dealings etc. 10. In case of any discrepancies found between the down loaded tender documents from the website and the master copy available in the office of the Tender Inviting Authority, the latter shall prevail and will be binding on the tenderer(s). No claim / appeal on this account will be entertained or given cognizance. 11. Tenderers will be solely responsible for the correctness / genuineness of the downloaded tender documents from the website. If the offer submitted through the down loaded tender documents which are incomplete, or with changed contents, the offer will summarily be rejected. 12. Quotation submitted by the tenderers through Fax/ Tele-g rams will not be considered valid. 13. Settlement of disputes and Arbitration: As detailed in Commercial Terms & Conditions Please go through the relevant Clause of “General Conditions of Contract”. N.B i) Bidders are requested to offer their pricing as per Annexure – B attached herewith. ii) Deviations specifically declared by the bidders in the respective Deviation Schedules as per Annexure C (to be submitted along with the techno-commercial offer) and respective cost of withdrawal of such deviation as per Annexure D(to be submitted along with the price bid) will be taken into account for the purpose of evaluation.
  • 62.
    62 | Pa g e ALL RELEVANT FORMATS
  • 63.
    63 | Pa g e FORMAT FOR COMMERCIAL TERMS & CONDITIONS DAMODAR VALLEY CORPORATION 1. Enquiry / NIT No. ________ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ _ __ _ Date __ _ _ _ _ _ _ _ Date of Opening_ _ _ __ _ 2. Name of the Firm M/s. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Phone No.___ _ _ _ _ _ __ _Fax No._ _ _ _ _ _ _ _ E-Mail_ _ __ _ _ _ _ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ 3. Address of the Firm a) Head Office b) Registered Office c) Local/Branch Office d) Works _ _ _ _ _ _ __ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ 4. Whether Certified by ISO YES/NO 5. Agreed to accept DVC’s Security Deposit-Cum-Performance Guarantee Clause 6. Agreed to accept DVC’s Penalty Clause YES /NO YES /NO YES / NO 7. Agreed to accept DVC’s LD Clause YES / NO. 8. Payment Terms 9. Any other Statutory Taxes or Duties like Service tax etc DVC’s payment Term / Any other Date : Signature of the bidder along with seal ANNEXURE- A
  • 64.
    64 | Pa g e Round the clock Annual Operation & Maintenance and Removal of technological waste and Upkeepment of Coal Handling Plant of DSTPS, Andal ( 2 x 500 MW). Sl. No. Description of job Lump sum monthly rate (Rs.) Lump sum Yearly Amount (Rs.) 1 Round the clock Annual Maintenance (Mechanical, Electrical and Control & Instrument) of Coal Handling Plant of DSTPS, Andal ( 2 x 500 MW) excluding stacker cum Reclaimer & associated system. 2 Operation of Entire CHP including Operation of Stacker-cum-Reclaimer (2 Nos.), Paddle Feeders(04 Nos.), operations & its allied system operation like Conveyor Belts, Operation of Mobile Tripper Cars at Bunkers both sides of Unit 1&2 & also their allied system operation like Conveyor Belts, etc. 3 Maintenance of 2 nos. stacker-cum-Reclaimer along with its auxiliary system and associated Rail Tracks as well as other associated system. Sub total of Part-A Sub total in words of Part-A: Sl. No. Description of job Lump sum monthly rate (Rs.) Lump sum Yearly Amount (Rs.) 1 Removal of technological waste & Up- keepment (Housekeeping) of Coal Handling Plant of Unit# No. 1 & 2 ANNEXURE- B
  • 65.
    65 | Pa g e Zone# 1 Zone# 2 Zone# 3 Zone# 4 Zone# 5 Zone# 6 Sub total of Part-B: Sub total in words of Part-B: Sl. No. Description of job Lump sum Unit rate per MT (Rs.) Tentative qty. in MT/ year Total Amount (Rs.) per year 1 Loading of Stones & Boulders/ Coal/Coal dust and unloading to a suitable place inside Power House as per direction of EIC after weighment in designated weigh bridge within DVC premises/outside (4 km away). 36000 MT Sub total of Part-C: Sub total in words of Part-C: Sl. No. Description of job Lump sum Unit rate (Rs) Tentative frequency/ no per year Amount (Rs)/Year 1 H.T. Motor, 3.3Kv, 50Hz, 500Kw for Crusher & Conveyor as per scope mentioned under sl. no. 1.1 & 1.2 of Electrical scope. 3 2 H.T. Motor, 3.3Kv, 50Hz, 350Kw for Conveyor as per scope mentioned under sl. no. 1.1 & 1.2 of Electrical scope. 2 3 H.T. Motor, 3.3Kv, 50Hz, 250Kw for Conveyor as per scope mentioned under sl. no. 1.1 & 1.2 of Electrical scope. 1
  • 66.
    66 | Pa g e 4 H.T. Motor, 3.3Kv, 50Hz, 200Kw for Conveyor as per scope mentioned under sl. no. 1.1 & 1.2 of Electrical scope. 1 5 Oil Filtration for the Transformers of rating 11/3.3KV, 7.5MVA of CHP as per scope mentioned under sl. no. 17.1 of Electrical optional scope. 4000 ltr. Lump sum Unit rate (Rs) Tentative Qty per year Amount (Rs)/Year 6 Replacement in Mtr of Conveyor Belt in excess of 40 Mtr. as per scope mentioned under II of Mecanical optional scope. Per Mtr. 3600 Mtr. 7 Fabrication in MT of GMS gratings & fixing and installation of coal chutes as per scope mentioned under II of Mechanical optional scope. Per MT. 120 MT. Sub total of Part-D: Sub total of Part-D in words: Total amount= Sub total of Part A + Sub total of Part B + Sub total of Part C + Sub total of Part D= Rs. Total amount in words: N.B.:- Before quoting, Bidders may visit DSTPS on their own cost to assess the site condition and local environment & rules, regulations etc. 1. The frequency/quantity mentioned under Part C & Part D is tentative which may vary as per requirement or may not be required. The frequency/quantity has been mentioned for Bid Evaluation purpose. But payment will be made as per actual execution basis. 2. Rate should be quoted both in figure & words. If there is a discrepancy between words & figures, the amount in words will prevail. If there is any discrepancy between Monthly lumpsum rate and Yearly lumpsum amount, the monthly lumpsum rate will prevail and yearly lumpsum price shall be corrected accordingly. If the bidder fails to quote against a particular item or the quoted item description is not as per NIT, the respective bid will be evaluated by loading the highest quoted price of the particular item of other eligible bidders. 3. Service Tax will be paid extra at actual against documentary evidence. 4. Bid evaluation shall be made on overall yearly lowest basis considering main scope & optional scope together i.e. (Part A + Part B +Part C + Part D). 5. The rate shall be inclusive of all taxes excluding service tax. 6. The above price shall remain valid during the contract period.
  • 67.
    67 | Pa g e 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 STEEL 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
  • 68.
    68 | Pa g e Cost of withdrawal of deviations NAME OF THE PROJECT : DURGAPUR STEEL 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 failing which our bid may be rejected and Bid Security forfeited. SL.NO. CLAUSE NO. DEVIATION COST OF WITHDRAWAL 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
  • 69.
    69 | Pa g e ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE PURCHASED IN THE NAME OF THE EXECUTING BANK. PROFORMA OF BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT To The Damodar Valley Corporation, DVC DSTPS, Andal. 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 BIDDER) 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 bidder 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 bidder 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 Bidder 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 Bidder before proceeding against the Bank and the Guarantee ANNEXURE- E
  • 70.
    70 | Pa g e herein contained shall be invoked against the bank, notwithstanding any security which the Corporation may have obtained or shall be obtained from the Bidder 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. __________________ (bidder) and/or dispute or disputes are pending before any authority, officer, tribunal, arbitrator(s) etc. Notwithstanding anything stated above, our liability under this Guarantee shall be restricted to Rs._________________(Rupees________________________) only and our Guarantee shall remain in force up to ________________ 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 there under.***** Date______________________________ (Signature)_____________________________ Place_____________________________ (Print Name ) _________________________ (Designation _________________________________ ( BANK’S COMMON SEAL ) WITNESS ( WITH FULL NAME, DESIGNATION, ADDRESS & OFFICIAL SEAL, IF ANY ) 1.________________________________________ ________________________________________ 2. ________________________________________ _________________________________________ **** The EMD should valid for a minimum period of six months plus three months claim period thereafter totaling to nine months from due date of opening of tender to be extended suitably till finalization of the order.
  • 71.
    71 | Pa g e BANK GUARANTEE VERIFICATION CHECKLIST CHECKLIST YES NO 1. Does the Bank Guarantee compare verbatim with standard DVC Proforma for BG? 2. A) Has the executing Officer of BG indicated his name, designation & Power of Attorney No. / Signing Power number etc. on BG? B) Is 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 of appropriate value? B) 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 of India (the applicability of the Bank should be in line with the provisions of bidding Documents) (on non-judicial stamp paper of appropriate value to be purchased in the name of the executing bank) ANNEXURE- F ANNEXURE- F