Upload
trandung
View
215
Download
0
Embed Size (px)
Citation preview
TANGEDCO LTD.,
TENDER SPECIFICATION
FOR
DESIGN, ENGINEERING, MANUFACTURING, SUPPLY, ERECTION, TESTING AND
COMMISSIONING OF STACKER-CUM-RECLAIMER WITH ALLIED BELT CONVEYORS
AND COAL YARDS INCLUDING CIVIL AND ELECTRICAL WORKS AND TO CARRYOUT
OPERATION AND MAINTENANCE OF THE SYSTEM FOR A PERIOD OF THREE YEARS
FROM THE DATE OF COMMISSIONING IN EXTERNAL COAL HANDLING SYSTEM
OF NORTH CHENNAI THERMAL POWER STATION.
SPECIFICATION NO: CE/NCTPS/ACE/M.II/Sp. No.187/2013-14
DUE ON.15.03.2014
OFFICE OF THE
CHIEF ENGINEER/ NCTPS, CHENNAI – 600 120, TAMIL NADU.
2
TANGEDCO LTD.,
SPECIFICATION NO. CE/NCTPS/ACE/MII/Sp.No.187/13-14
1) Description of work : Design, Engineering, Manufacturing, Supply, Erection, Testing
and Commissioning of Stacker-Cum-Reclaimer with allied belt
conveyors including Civil and Electrical works and to Carryout
Operation and Maintenance of the System for a period of three
years from the date of its commissioning in External Coal
Handling System of North Chennai Thermal Power Station.
2) Closing date for sale of } 14.00 Hrs. on 06.03.2014
Specification }
3) Pre bid meeting : 11.00 Hrs. on 07.03.2014
4) Due date & time for receipt of } 14.00 Hrs. on 15.03.2014
tenders }
5) Due date & time for opening of } 14.30 Hrs. on 15.03.2014.
tenders }
If the due date for receiving and opening the tenders happens to be declared holiday, then
the tender will be received and opened on the next working day, for which no prior intimation shall
be given.
6) Earnest Money Deposit : Rs. 75,00,000/- (Rupees Seventy five lakhs only)
3
7) Tender outer cover should be } Chief Engineer/NCTPS, Chennai – 600 120.
addressed to } or
Chief Engineer/Mech/Th.Station/Chennai-120.
8) Method of submission of tender : Open Tender, Two part system
9) Clarification to be sought from : Chief Engineer / NCTPS/Chennai –120 .
10) Required number of tender } Two copies.
Copies (original, duplicate & Triplicate}
11) Place at which tenders will be } Chief Engineer/NCTPS,
Opened. } Chennai – 600 120.
12) Cost of tender specification :Rs.10,000/- within Tamil Nadu.
Rs.10,000/- out side Tamil Nadu
Rs.100/- to be paid extra if the tender documents are
required by post.
NOTE 1: The tender documents shall be supplied to the indenting tenderers after collecting the
amount prescribed above (item 13), fixed by the Competent Authority.
NOTE – 2:
The tender documents are available in the Tamil Nadu Electricity Board website
(“http://www.tneb.in”) or TamilNadu Govt. website (“http://www.tenders.tn.gov.in”) and the prospective
bidders may get the specification by down loading from the above websites. In such case, the cost of
tender documents has not required.
4
INDEX
S.NO.
SECTION
DESCRIPTION
PAGE NO.
1 I EARNEST MONEY DEPOSIT
5
2 II BID QUALIFICATION REQUIREMENT
6
3 III REJECTION OF TENDERS
7
4 IV INSTRUCTION TO TENDERERS
8
5 V COMMERCIAL TERMS AND CONDITIONS
13
6 VI TECHNICAL SPECIFICATION
22
7 VII GENERAL CONDITIONS
31
9 VIII SCHEDULES
A) PRICE 42
B) PAST PERFORMANCE DETAILS
44
C) UNDERTAKING FOR PAYMENT OF DUES TO TNEB
45
D) UNDERTAKING FOR LEGAL PROCEEDINGS JURISDICTION
46
E) TENDER FORM
47
10 X FORMATS
i) BANK GUARNTEE FOR COMBINED SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE
48
5
S E C T I O N – I
EARNEST MONEY DEPOSIT
Tenderer should pay the specified amount towards Earnest Money Deposit as follows.
Earnest Money Deposit: Rs. 75,00,000/- (Rs. Seventy five lakhs only)
PEMD : Rs.50,00,000/- at Headquarters.
EARNEST MONEY DEPOSIT (EMD):
An Earnest Money Deposit of Rs. 75,00,000/- (Rupees Seventy five lakhs only) shall accompany
the bid along with techno-commercial bid. The EMD shall be enclosed in a separate sealed envelope.
The EMD shall be paid through Demand Draft / Banker’s Cheque only in favour of “The
Superintending Engineer/Purchase & Administration, North Chennai Thermal Power Station, Chennai - 600
120.
The Permanent EMD holders of TANGEDCO shall also pay the above EMD in the mode specified.
EMD shall be made payable without any pre-condition to the owner.
Bidders shall not withdraw as a whole or in part, any clarification/ confirmation given by them
subsequent to submission of their bids. In the event of any such withdrawal, the owner shall have the right
to encash the EMD. Any change in the terms and conditions originally submitted by the bidder shall be
considered as withdrawal of the bid.
If the successful bidder fails to acknowledge the letter of acceptance within a week of receipt, then
the EMD will be forfeited. EMD will also be forfeited if the bidder revises or withdraws his bid at his own
instance during the period of bid validity.
The EMD of all the bidders except that of the successful bidder will be returned by the owner after
acceptance of the “Award of contract” by the successful bidder.
Bid not accompanied with EMD in accordance with the above provisions will be summarily rejected
by the owner.
No interest will be payable by the owner on the above EMD.
In the event of BQR evidence being false or non genuine, EMD shall be forfeited and the bidder will
be black listed from participating in future tenders.
6
SECTION –II
BID QUALIFICATION REQUIREMENTS The TENDERERS shall become eligible to bid on satisfying the following “BID QUALIFICATION
REQUIREMENTS”.
i) Indian manufacturers are only eligible to quote the tender.
ii) The bidder should have Design, Supply, Erection and Commissioning of Mobile type Stacker/
Reclaimer/ Wagon loader of capacity of not less than 2000 T/Hr of Coal Handling Plant within the last Ten
years from the date of tender opening in any one of the Thermal Power Station of TNEB/ TANGEDCO/
PSU/ OSEB/ Govt. Organization/ Govt. undertaking unit in India in their own name and the system should
be in satisfactory service. Attested photo copy of the purchase order and completion certificate is to be
enclosed for proof.
iii) The bidder should have minimum Three years experience in Operation, Maintenance of PLC based
coal handling plant including Mechanical & Electrical works having capacity of not less than 2000T/Hr.
conveyor system with Reclaimer/ Stacker in any one of the Thermal Power Station of TANGEDCO/ PSU/
OSEB’s/ Govt. undertaking unit in their own name for a value of not less than Rs.5.00 Crores in a single
order within the last Ten years from the date of tender opening. Attested photo copy of the purchase
order should be enclosed for evidence.
iv) The Bidder should furnish the performance certificate from the “ End User” for the above works
along with their tender. In case the work was carried out to TANGEDCO Ltd., the end user certificate shall
be obtained by the concerned tender inviting authority.
v) The bidder’s annual turnover should be not less than Rs.20.00 Crores in any one of the previous
three financial years i.e ( 2010-11,2011-12 and 2012-13)
In case of companies registered under Companies Act, the copy of the Audited Financial
Statements like P & L Account and Balance sheet may be furnished and in case of others, the Annual
Turnover certified by Charted Accountant shall be furnished.
The bidders can also furnish attested copy of the Income Tax return filed by the bidders/ attested copy
of STCC / attested copy of Enlistment certificate issued by NSIC containing turnover details towards
documentary evidence to meet Annual turnover criteria.
vi) Joint Ventures/Consortium agreement/ Sub Contract agreement are not eligible to participate in the
Tender.
The offers of the tenderers not satisfying the above “Bid Qualifiction Requirements” will be
summarily rejected.
Note: The evidences required for satisfying BQR conditions shall be furnished along with the offer,
otherwise offers will be summarily rejected. The BQR evidences submitted after the due date of submission
of tender shall not be accepted
7
SECTION – III
REJECTION OF TENDERS
I. Tender will be summarily rejected if
a) Not accompanied the EMD or proof of exemption from payment of EMD.
b) Not meeting the Bid Qualification Requirements.
II. Tenders is liable for rejection if it is
a). Not in the prescribed form of Schedules A to G enclosed in this specification.
b). Not properly signed by the tenderer.
c) Received after the expiry of the due date and time.
d) Not in conformity with the Board's commercial terms and technical specifications.
e) Received by telex or Fax or telegram or E-mail.
f) Received without superscription as prescribed in the specification.
g) Received from the tenderer who is directly or indirectly connected with Government service or
Board service or service of Local Authority.
h) Received from the tenderer whose past performance/undertaking is not satisfactory.
i) Firm/ Contractor which are Black listed/ Debarred by TANGEDCO/ TNEB/ PSU/ Other State
Electricity Boards/ Govt. Undertaking/Govt. Organizations.
j) With validity period less than that specified in the specification.
k) Incomplete and evasive offer.
8
SECTION – IV
INSTRUCTION TO BIDDERS
1.0. GENERAL:
Sealed Tenders are invited in duplicate superscribed as “NCTPS - M-II CIRCLE – ECHS – Design,
Engineering, Manufacturing, Supply, Erection, Testing and Commissioning of Stacker-Cum-Reclaimer
with allied belt conveyors and Coal yards including Civil and Electrical works and to Carryout Operation
and Maintenance of the System for a period of three years from the date of commissioning in External
Coal Handling System of North Chennai Thermal Power Station.
2.0 TENDERING PROCEDURE:
2.1 Tender should be furnished in sealed double covers. Envelope A & B along with proof towards
Earnest Money Deposit and cost of tender specification and put in a sealed cover. The tender offer shall be
addressed to
The Chief Engineer/NCTPS/Chennai-600 120
Or
The Chief Engineer/ Mech / Thermal Stations,
3rd Floor, NPKRR Maligai, TNEB,
No.144, Anna Salai, CHENNAI – 600 002, TAMIL NADU.
2.2 The sealed outer cover shall be sent by Registered Post or Courier superscribed as indicated in
clause 1.0 above.
2.3 The sealed Envelopes A and B contain the following.
i) Envelope A:
a. Commercial & Technical bids.
b. Documentary evidence in support of Bid Qualification Requirement as per Section II.
c. Any other information called for in the specification other than price.
ii) Envelope – B: The PRICE BID containing ‘Schedule of prices’.
iii) EMD / PEMD shall be placed either in Outer Cover or in Cover ‘A’
The words ‘Envelope A’ and ‘Envelope B - Price Bid’ shall be clearly written on the respective
covers to avoid accidental opening of Price bid during tender opening.
9
2.4. The Demand Draft or Banker’s Cheque in respect of EMD (OR) Proof for exemption of EMD should
be attached to the outside of the Envelope-A in a manner that it is visible immediately, once the outer
cover is opened. Offers not satisfying the above requirements will summarily be rejected.
2.5. The outer cover should be addressed to
The Chief Engineer/NCTPS/Chennai-600 120
Or
THE CHIEF ENGINEER / Mech / Thermal
3rd Floor, NPKRR Maaligai, TANGEDCO LTD.,
No.144, Anna Salai, CHENNAI – 600 002, TAMIL NADU.and reach this office not
later than 14.00 Hrs. on the due date.
2.6. The tenders will be opened at 14.00 Hrs. on the due date. The due date and time of opening of
price bids (Envelope – B) shall be intimated to the qualified tenderers later.
2.7. Bidder’s address shall be clearly indicated on the outer cover.
2.8. PLEASE NOTE THAT:
a) Tenders delivered in person/courier shall be handed over to The Chief Engineer/NCTPS / Chennai-
120 (or) The Chief Engineer/Mech/Thermal, Anna Salai, Chennai – 2 on or before the due date and
time.
b) Tenders will not be accepted after the due date and time.
c) Tenders received by post after the prescribed time and date will be immediately returned to the
tenderer.
d) Tenderers sending their tenders by post are advised to send them sufficiently well in advance so
that the tenders reach the office of the Chief Engineer/ Mechanical/Thermal Stations on or before
14.00 Hrs. on the due date. Tenders though posted in time but delayed in transit by post will not be
considered, if received late.
e) Tenders as well as the enclosures thereof shall be submitted in Duplicate and all the Two
copies shall be identical. In submitting the tender, the schedule of price and other particulars
required shall be furnished as per the format contained in the specification.
f) All information in the bid shall be in ENGLISH only. All corrections, over typing etc. in the tender
should be attested.
g) The tenderers are requested to furnish the exact locations of their office with details of address in
their tenders to enable inspection by the Board, if considered necessary. Any change in
Name/Address/Location shall be intimated immediately.
h. The joint ventures/consortiums are not eligible to participate in this tender.
10
3.0 MODIFICATIONS/CLARIFICATIONS TO TENDER DOCUMENTS:
3.1 At any time after issue of the tender documents and before the opening of the tender, the Board
may make any changes, modifications or amendments to the tender documents and shall send
information of such change to all those who have purchased the tender documents.
3.2 The offer shall be furnished as per the price schedule enclosed to this specification only.
Offers furnished in the other formats are liable for rejection.
3.3 Tenderers are advised to peruse all the clauses in the specification and
Instructions to tenderers before quoting.
3.4 If a tenderer has any doubt about the meaning of any of the clauses in the specification, he
is advised to seek clarification on the same from SUPERINTENDING ENGINEER/ M.II/ NCTPS,
CHENNAI – 600 120. The clarification if any sought for by the tenderer before 48 Hrs. of the
opening of the tender will be replied to.
3.5 The tenderer who is an Industrial Company should state clearly whether the company is potentially
sick industrial company or a sick industrial company in terms of Section 23 of Section 15 of the Sick
Industrial Companies Special Provisions Act 1985. Failure to furnish this information will make the
tender liable for rejection.
4.0 OPENING OF TENDER:
4.1. The tenders will be opened at the Office of the SUPERINTENDING ENGINEER/ M.II/ NCTPS,
CHENNAI – 600 120 & The Chief Engineer/ Mechanical/Thermal, 3rd Floor, NPKRR Maligai, TNEB,
No.144, Anna Salai, Chennai -2 on the due date and time prescribed in the presence of such of
those tenderers who may desire to be present. If the due date for tender opening happens to be a
holiday, the tenders will be opened on the succeeding working day.
4.2. The individuals attending the opening of tenders should be duly authorized by the participating
firms in the tender.
4.3. Envelope-A of those bidders who satisfy the Earnest Money Deposit requirement will only be
opened at the time notified for opening. If the bidder indicates the price in envelope-A, the bid will
not be read out and will be rejected.
4.4. The due date and time of opening of Envelope - B shall be intimated later.
5.0 ANALYSIS OF TENDERS:
5.1 Excise Duty, Customs Duty and all other levies will be included for the purpose of comparison of
prices. As the price is all inclusive, no increase in levies will be considered. The evaluation shall include all
central duties such as excise duty, freight, insurance, packing charges, etc., wherever applicable, but shall
exclude VAT alone, if the tenderers are from other States and Tamil Nadu, otherwise, all inclusive price will
be taken in to account for evaluation purpose. However the percentage and amount applicable towards ST
shall also be indicated in the tender separately in Schedule – A.
11
5.2 The stipulation no increase in price will be considered is not applicable to decrease/increase in taxes
due to statutory variation on Excise Duty, VAT, etc. But, if the tenderer comes in to different tax slab
and therefore has to pay higher taxes, they alone will have to absorb it.
5.3 You are therefore requested to give break up for ED, ST, etc., adopted by you in the offer or their
quoted rate and these rates will form the basis for regulating the variation in statutory levies
subsequent to the opening of the tender.
6.0 RIGHTS TO THE BOARD:
6.1 After negotiation with the tenderer and before passing the order accepting a tender, if the Tender
Accepting Authority decides that the price quoted by the tenderer is high, the tender is liable for
rejection.
6.2 Not to accept the lowest or any tender without assigning any reason.
6.3 Not withstanding anything contained in this specification, the Board reserves the right
a) To divide, split and award contracts to one or more contractors for the items covered by this
specification.
b) To relax or waive any of the conditions stipulated in the tender specification as deemed necessary
in the best interest of the Board for good and sufficient reasons.
c) To revise the quantum of works/materials and delivery schedule of any or all the items covered by
this enquiry during the tendency of the contract.
d) To vary the quantity finally ordered to the extent of 25% either way of the requirement indicated in
the tender document.
e) To cancel the order for not keeping up the delivery schedule.
7.0 EVALUATION AND COMPARISON OF TENDER OFFERS:
7.1 The bid evaluation shall be done as per Tamil Nadu Transparency in Tender Act 1998 and Tamil
Nadu Transparency in Tender Rules 2000.
7.2 The evaluation shall include all central duties such as excise duty, freight, insurance, packing charges,
etc., wherever applicable, but shall exclude VAT and include CST if the tenderers are from Tamil Nadu
and other states respectively. Otherwise, all inclusive price will be taken in to account for evaluation
purpose.
7.3 In case of discrepancy between the prices quoted in words and figures, the lower of the two shall be
considered.
7.4 The quoted prices shall be corrected for arithmetical errors.
8.0 VALIDITY OF TENDERS:
Tenders should be valid for acceptance for a period of at least 180 days from the date of tender
opening. However, the tenderer shall keep his offer open till such time his tender is either accepted or
rejected by the Board/Competent Authority. Any extension thereof should also be given if requested by
TNEB without revision of prices and terms.
12
9.0. The tenderers are requested to furnish the exact locations of their office with details of address in
their tenders to enable inspection by the Board, if considered necessary.
10.0. The following Schedules and Annexures are enclosed with the specification for reference and fill up
wherever necessary. The tenderer shall furnish all the required details without fail as per the schedules
enclosed.
a) SCHEDULES:
Schedule A : Price.
Schedule B : Statement of Supply/Orders Executed/
Under Execution so far during the Past Year as on the Date of Tender
Opening.
Schedule C : Undertaking for Payment of Dues to TNEB
Schedule D : Undertaking for Legal Proceedings Jurisdiction
Schedule E : Tender Form
b) Formats
(i) : Bank Guarantee for Security Deposit cum Performance
11.0. PRE-BID MEETING:
The pre-bid meeting will be held in the Office of the Chief Engineer/NCTPS, Chennai – 120 on
.02.2014.
12.0 IMPORTANT NOTE:
The tenderers shall fill up the Schedules – A to G enclosed with the specification and furnishes them
along with the tender, failing which the tender is liable for rejection.
13
SECTION – V
COMMERCIAL TERMS AND CONDITIONS
1.0. LOCATION:
Plant Information:-
The technical descriptions of the External Coal Handling System provided in Section 5.0, in this
tender specification under “BRIEF DESCRIPTION OF THE COAL HANDLING PLANT”. The site location,
approach to the site and meteorological conditions at the site are furnished below:-
i) Location : North Chennai Thermal Power Station
ii) Nearest Rly. Station/Town : Athipattu Pudhunagar/ Chennai-120.
iii) Nearest Air Port : Chennai
iv) Access Roads :Pattamandiri –5km Long Road taking off
fromThiruvottiyur,Ponneri Highway.
v) Attitude : Appox. 3M above MSL.
vi) Ambient Air Temperature :
a. Maximum : 42° C
b. Minimum : 15.6° C
c. Maximum Daily : 39.4° C
vii) Relative Humanity :
a. Max. During monsoon : 84%
b. Minimum : 58%
c. Average : 67%
viii) Rainfall :
a. Annual Average : 125 Cm.
b. Period : 75% occurs during October to December
ix) Climatic Condition : Tropical
x) Design Wind Pressure : In accordance with provisions of loading
Standards IS: 875
14
xi) Seismic Data : a) Zone as per IS:1893 Zone.II.
b) Basic horizontal seismic co-efficient 0.02
c) Importance factor: 1.5
xii) Ground Water Table : 0.5m to 1.5m below ground level.
2.0. COMPLETENESS OF TENDER:
The tender should be complete in all respects.
In order that the tenders may receive full consideration, the whole information called for in the
accompanying schedule and elsewhere together with relative leaflets, literature must be supplied by the
tenderer.
The tenders not containing the complete details as above are liable for rejection.
3.0. PRICE:
Tenderers shall quote FIRM price in Indian Rupees only as per the schedule in Section - A. No
increase in price will be admissible on any grounds. The quoted price shall include cost of labour, all
materials required for the works, such as sand, paints, compressors and other machineries whether bought
out or rental, diesel, lubricants, oil, pipes, ropes, scaffolding, cleaning materials, tarpaulins, etc., all taxes
and duties, royalties, octroi and any other levies payable on all transactions, overheads, profits of
contractor, cost of engaging 3rd agency, etc,.
4.0. PAYMENT:
1. Payment will be made by payment section of O/o SE/P&A/NCTPS, Chennai – 120, by cheque against the
bills presented by the contractor and passed by the SE/P&A/NCTPS providing all other terms and conditions
of the order are satisfied. The Bank charges involved in making the payment will be to the account of the
contractor. Bills for payment shall be furnished in quadruplicate enclosing all the required documents to the
SE/ M-II/NCTPS / Chennai 120.
Payments will not be made for equipments / materials damaged during transit. All defective
materials shall be replaced by the supplier free of charge.
The terms of payments will be as follows:
(a) Supply of material:
95% payment will be made as Pro-rata basis on receipt and acceptance of material at site in good
condition and balance 5% for the material supplied shall be made after completion of entire works.
15
(b) Works:
95% payment will be released as Pro-rata basis after satisfactory completion of work. Balance 5% will be
retained as retention amount and will be released after 3 months after satisfactory completion of entire
works.
(c) Supply and works - In case of delay: In case of delay, 95% shall be made after recovery of LD and
5% shall be made after closure of P.O.
(d) For Operation & Maintenance:
100% of the payment would be made on monthly basis for every month as per contract terms
after recovery of dues if any.
The price awarded should be kept firm for the entire period.
No interest will be paid on delayed payments, if any.
Note: 1.Necessary billing breakup for the materials and works has to be got approved before billing.
2. Applicable IT will be recovered from the respective bills.
No interest will be paid on delayed payments, if any.
5.0. TIME OF COMPLETION AND WORK SCHEDULE:
5.1. Time is the essence of award of work of this Contract. The Contractor shall, within four weeks
of award of work submit to the Owner for his approval, detailed work schedule showing how he proposes
to carry out the work, specifically mentioning time periods as well as date of commencement and
completion of work in each area and such approved schedules must be strictly adhered to by the
Contractor. The schedules are to be reviewed periodically with the Owner to ensure that the completion
date will be met or to institute corrective steps (at no extra cost to the Owner) to adhere to the completion
dates. The Owner reserves the right to revise the schedule at his discretion in order to keep up the
completion date and to suit the project requirement and such alterations shall not entitle the contractor to
any extra payment. The work covered under this contract as a whole Supply and Erection shall be
completed within 30 months (Thirty Months) from the date of taking over of site.
a) Supply and Erection testing Commissioning: The work covered under this contract as a
whole shall be completed within 30 months from the date of taking over of site depending upon the
availability of L.C work to be started within 10 days from the date of intimation regarding readiness of site.
b) Operation and Maintenance: 3 years from the date of commissioning of stacker cum reclaimer
and complete system. TANGEDCO at its discretion can extend this contract for a further of 2 years on the
same terms and condition.
5.2. Within 10 days from the date of receipt of intimation regarding readiness of site by the Engineer,
the contractor should take over the site and commence the work.
16
5.3. The whole work must be proceeded with, within such sections and at such times and in such order
and manner as described in those specifications and as directed by the ENGINEER. No extra payment or
relaxation in the rates will be permitted on account of this.
5.4. The CONTRACTOR shall make all necessary arrangements at SITE to mobilize machinery,
equipment, labour and material and maintain necessary number of machinery and equipment and
operators to guarantee such minimum rate of progress of the WORK as is required by the agreed
SCHEDULE for the timely completion of the work as per relevant clauses in GENERAL CONDITIONS OF
CONTRACT.
5.5. Extension of contract period, for completion of work shall be granted by the OWNER equal to the
period of force majeure conditions only, if were in existence as applicable to this contract.
Monsoon/inclement weather shall not be considered as a reason for extension of time.
5.6. Idle time charges for any reason including men and machinery whatsoever shall not be entertained
by the OWNER.
5.7. If the contractor fails to maintain the stipulated time of completion specified here in above, he shall
be liable to pay liquidated damages as per clause 12.0. of this Section. It shall be clearly understood that
failure to meet the completion date and/ or slow progress of work shall also attract penalty as per General
conditions of contract in Tamil Nadu Building Practice (TNBP- Volume II).
5.8. A program for executing the work should be furnished by the contractor within 15 days from the
date of taking over of SITE. The site within the agreed schedule and beyond the agreed schedule should
be borne by the contractor.
6.0 WORKS CONTRACT TAX
6.1 All works contract can be divided as one for supply of materials and the other for works.
6.2 No works contract tax could be levied on supply of materials supplied by Tamil Nadu Electricity
Board, so long as the cost of such materials is not deducted from the payment made to the contractor.
6.3 Works contract tax on taxable turn over of transfer of property involved in the execution of this
contract (i.e. The value of materials used in the works) shall be deducted from the works bills and remitted
to the commercial tax authorities. As per G.O.Ms.No.31 dt: 27-3-2002 any goods sold to Tamil Nadu
Electricity Board for use in Generation, Transmission and Distribution of electrical energy shall be eligible
for reduced rate of VAT @ 4%. Works contract tax @ 4% on the value of materials used in the work shall
be deducted and remitted to the Commercial Tax Authorities. The certificate of deduction of works
contract tax shall be issued.
6.4 No works contract tax will be recovered, if no transfer of property in goods is involved in the
works contract or the contractor produces a certificate from the Commercial Tax Authorities/Assessing
Authority concerned that he has no liability to pay or has paid the tax.
6.5 No works contract tax need be recovered if the declared goods are purchased within the state
from a registered dealer and used in the works in the same form and also in cases where the total amount
paid to the contractor during the year does not exceed Rs. 1.00 lakh.
17
6.6 In all other cases (other than those mentioned in 8 to 8.5 mentioned above), the works contract
tax at 2% of the total amount payable to the contractors in respect of civil works and at 4% of the total
amount payable to the contractors in respect of all other works contract will be recovered at source from
the contractors bills and remitted to the Sales Tax Department within 7 days in accordance with the
Section-7F of the TNGST Act 1959, with effect from 10.6.99.
7.0. INSURANCE:
7.1 It is incumbent on the part of the CONTRACTOR to see that it shall be his sole responsibility to
protect the public and his employees, against any accident from any cause and he shall indemnify the
Tamil Nadu Electricity Board against any claim for damages for injury to person or property resulting from
any such accident and shall also where the provisions of workmen’s compensation act apply take steps to
property insure against any claim there under by way of accident, risk, insurance demand for all purposes
of relief, failing the same or otherwise, CONTRACTOR alone will be responsible to meet the compensation
awarded under the said act.
7.2 The CONTRACTOR should satisfy the field Superintending Engineer that ‘Accident Risk Insurance
Policy’ is taken before taking over the site for taking up the work and also to satisfy the field
Superintending Engineer, that the policy/policies is/are kept in force till the contract is completed and the
works are taken over by the Board, on the issue of completion certificate.
7.3 Recoveries will be made from Contractor’s bill for any liability for the accidents and refund of the
same considered later after the claim is fully settled by the Insurance Authorities.
8.0 SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE:
8.1. The successful tenderer will have to furnish Security Deposit Cum performance guarantee for 5%
of the total accepted value of the contract less EMD amount, if already paid. The Security Deposit Cum
performance guarantee has to be paid in the form of Demand Draft or banker’s cheque or in the form
irrevocable Bank Guarantee (payable to the TANGEDCO LTD., Collection Account, Chennai-2) from any
Nationalized Bank or Scheduled Banks or Foreign Banks with branches in India. Alternatively, the Earnest
Money Deposit remitted by the firm will be refunded on request, if, the Security Deposit Cum performance
guarantee is paid in full without adjusting the EMD amount.
8.2 The Security Deposit Cum performance guarantee will be refunded to the contractor after 12
months from the date of completion of entire work satisfactorily. If the purchaser incurs any loss or
damages on account of breach of any of the clauses or any other amount arising out of the contract
becomes payable by the supplier to the purchaser, then the purchaser will in addition to such other dues
that he shall have under the law, appropriate the whole or part of the Security Deposit Cum performance
guarantee and such amount that is appropriated will not be refunded to the supplier.
8.3 The above Security Deposit Cum performance guarantee has to be paid within 30 days from the
date of receipt of P.O., failing which their EMD would be liable for forfeiture and cancellation of the P.O.
The Security Deposit Cum performance guarantee will not carry any interest. Alternatively, interest
charges at 22% per annum or as fixed by Board will be levied for belated payment of Security Deposit Cum
18
performance guarantee from the due date of payment till the date of receipt of DD/ Banker’s cheque
/irrevocable Bank Guarantee towards Security Deposit Cum performance guarantee plus interest up to the
date of receipt of their first bill will be deducted from their first bill(s). TANGEDCO LTD., reserves the right
to cancel the P.O. not withstanding the levy of above interest charges.
9.0. ROYALTIES FOR PATENTS: All royalties for patents or charges for the use of infringements
thereof that may be involved in the construction or use of any equipments or appliance to be supplied
against this specification is included in the above prices. The contractor shall protect the purchaser against
all claims, actions, suits and proceedings for the infringement or alleged infringement of any patent, design
or copy right protected either in the country of origin or in India by the use of any equipment supplied by
the contractor other than for the purpose indicated by or reasonably to be inferred from the specification.
10.0. LIQUIDATED DAMAGES:
If the CONTRACTOR fails in the due performance of this contract within the time fixed by the
contract or any extension thereof, and the PURCHASER shall have suffered any loss from the delay
occasioned by such failure, the CONTRACTOR is liable, at the discretion of the ENGINEER and the L.D. for
delay in execution shall be HALF PERCENT (0.5%) of the contract price of the delayed portion for each
completed week of delay and the total liquidated damages shall not exceed TEN PERCENT (10%) of the
contract price of the work portions so delayed. If the works executed in part could not be beneficially used
by the Board, the L.D. shall be worked out on the basis of the entire contract value and not on the value of
Delayed portion. In addition to this, the provision regarding levy of penalty for slow progress of work and
delay for not keeping up the interim and final completion period specified for various milestone activities as
stipulated in the General Conditions of Contract in Tamil Nadu Building Practice for civil works would apply.
In case of default in executing the work, the contractor is liable to pay to the Board in addition to
liquidated damages for delay, the actual difference in price whenever Board orders the delayed works to be
executed by other agencies at higher rate. The Engineer shall be at liberty to terminate this contract in
case the contractors slows down the works, abandons or does not use then quality materials. Seven days
notices in writing shall be served to contractor in this regards which will lead to even the termination of the
contract with out prejudice to recover the amount due either from the amount through this contract or
other contracts.
Note: Additional to the LD, due to any delay during in execution. In case of any generation loss. The
same will be recovered from the Contractor.
11.0. FORCE MAJEURE:
11.1 If at any time, during the continuance of the contract, the performance in whole or in part, in any
obligation under this contract, shall be prevented or delayed by reasons of any war, hostility, acts of public
enemy, acts of civil commotion, strikes, lockouts, sabotages, fires, floods, explosions, epidemics,
quarantine restrictions or other acts of God (herein after referred to as eventualities) then, provided notice
of the happening of any such eventuality is given by the tenderer to the Board within 15 days from the
date of occurrence thereof, neither party shall, by reasons of such eventuality, be entitled to terminate this
19
contract nor shall have any claim for damages against the other in respect of such non-performance or
delay in performance and deliveries under this contract, shall be resumed as soon as practicable after such
eventuality has come to an end or ceased to exit.
11.2 Provided that if the performance in whole or part by the supplier on any obligation under this
contract is prevented or delayed by reasons of any eventuality for a period exceeding 60 days, the Board
may at its option terminate this contract by a notice in writing.
12.0 GUARANTEE:
The works carried out shall be guaranteed for safe and satisfactory performance for a period of 12
months (Twelve Months) from the date of commissioning (or) 18 months (Eighteen Months) from the
date of supply whichever is later with a overall guarantee of 24 months (Twenty Four Months)
13.0. STCC AND PAN NUMBER:
The tenderers should enclose with the tender a copy of Sales Tax Clearance Certificate for the
previous year from appropriate authority in the prescribed forms. In the case of proprietary or partnership
firm, it would be necessary to produce the certificates mentioned for the proprietor or proprietors and for
each of the partners as the case may be. The tenederer should mention their PAN number.
14.0 SOUNDNESS OF THE COMPANY:
The tenderer who is an Industrial company should clearly state as per schedule-G in his tender
whether the company is potentially sick Industrial company or a sick industrial company in terms of
Section-23 of Section-15 of the sick industrial company act 1985.
Failure to supply this information will make the tender liable for rejection.
15.0 PAST PERFORMANCE:
The intending tenderers shall furnish the details of various orders executed by them during the past
years as on the date of tendering in the proforma enclosed to the Tender Specification and also proof for
having executed the tendered item and for their satisfactory performance. The details furnished by the
tenderers shall be in complete shape and if it is found that any information is found omitted, suppressed,
incomplete or incorrect, the same will be taken note of, while dealing with the tenderers in future. Tenders
furnished by the tenderers without these accompanying details of their past performance are liable for
rejection.
16.0 INCOMPLETE DATA:
The purchaser reserves the right to request for any additional information and also reserves the
right to reject the proposal of any bidder, if in the opinion of the purchaser, the qualification data is
incomplete or the bidder is found not qualified to satisfactorily perform the contract.
17.0 FAILURE TO EXECUTE THE CONTRACT AS PER THE P. O. CONDITIONS AND
TECHNICAL SPECIFICATION:
The tenderer is responsible, if, they fail to execute the order placed on them to the satisfaction of
the Board under the terms and conditions set forth therein will be liable to make good the loss sustained
by the Board, consequent to the placing of fresh orders elsewhere at higher rate, i.e. the difference
20
between the price accepted in the contract already entered in to and the price at which fresh orders have
been placed. This is without prejudice to the imposition of Liquidated Damages and forfeiture of Security
Deposit for the breach of contract.
The Contractor should be loaded the entire rake consisting of 59 wagons including placing, loading,
releasing and handing over to Railways within the norms of Railways (now 5 hours) during the period of
Operation and Maintenance of the system. If fails, the demurrage charged by the Railways for the
detention of rakes after completion of free time will be recovered from the Contractor.
18.0 POWERS TO TERMINATE THE CONTRACT
In the event of Non-fulfillment and lack of diligence, the contract will be terminated and the security
deposit and Earnest Money Deposit will be forfeited. In that circumstance, the Board reserves the right, to
arrange some other agency for the execution of this contract.
19.0. EFFECTING OF RECOVERIES:
Any loss, arising incident to non-fulfillment of this contract or any other contract, will be recovered
from the Security Deposit and Earnest Money Deposit held and or any other amount due to the supplier
from the Board.
20.0 RECOVERIES OF DUES:
Amount due from the supplier to the Board for the default in any other previous purchase orders
will be adjusted from the pending payments against the purchase order placed on the vendor in this
specification, which may please be noted.
21.0. JURISDICTION FOR LEGAL PROCEEDINGS AFTER AWARD OF P.0.:
No suits or any proceeding in regard to any matter arising in any respect under this contract shall
be instituted in any court save in the Civil Court of Chennai or the court of small causes in Chennai. It is
agreed that no other court shall have jurisdiction to entertain any suit or proceedings even though part of
the cause of action might arise within their jurisdiction. In case any part of the cause of action arises within
the jurisdiction of any of the courts in Tamil Nadu and not in the courts of Chennai city then, it is agreed to
between the parties that such suits or proceedings shall be instituted in a court within Tamil Nadu and no
other court outside Tamil Nadu shall have jurisdiction even though any part of cause of action might arise
within the jurisdiction of such courts.
22.0. RECTIFICATION OF DEFECTIVE WORKMANSHIP:
Not withstanding anything contained in Liquidated Damages clause of this specification, where the
whole or part of the materials supplied and workmanship by the contractor are found to be defective or
damaged or are not in conformity with the specification, such defects or damages in materials supplied and
workmanship shall be rectified within 30 days from the date of intimation of the defect/damage from the
purchaser. If the defects or damages are not rectified or replaced within this period, the supplier shall pay
a sum towards liquidated damages clause given above, for the delay in rectification/replacement of the
defects or damages.
23.0. BAR OF JURISDICTION:
21
Save as otherwise provided in Tamil Nadu Transparency in Tender Act, no order be passed or
proceedings taken by any officer or authority under this act shall be called in question in any court, and no
injunction shall be granted by any court in respect of any action taken or to be taken by such officer or
authority in pursuance of any power conferred by or under this Act.
24.0. ARBITRATION ACT NOT TO APPLY:
The Board will not accept arbitration in case of disputes arising in any respect under this contract.
Any dispute arising out of this contract shall not be subject to arbitration under the provision of Arbitration
Act 1940 or any other enactment in replacement thereof in the event of any dispute between the parties.
25.0. HANDING OVER OF THE PLANT AFTER COMPLETION OF CONTRACT PERIOD :
The entire plant shall be handed over to TANGEDCO in good working condition. The defects if any
or replacement of any worn-out parts shall be carried out by the contractor before handing over of the
plant to TANGEDCO. If the contractor fails to attend the defects or to replace the worn-out parts,
TANGEDCO shall recover the relevant cost from the payment due to the contractor.
26.0 TAXES AND DUTIES :
Any Increase/decrease in the Taxes & Duties within the delivery schedule period will be in account of
TANGEDCO and any increase due to contractor coming to different duty/tax slab will be to the account of
the contractor. If the materials/works supplied/executed beyond the schedule period taxes/duties will be
worked out both for the actual date of delivery and schedule date of delivery and the amount whichever is
less only will be allowed. However ‘Service Tax’, if applicable, will be reimbursed upon production of
documents for having paid the amount to the Service Tax Cell. Excise duty will not be paid on bought out
item.
22
SECTION – VI
TECHNICAL SPECIFICATION FOR WORKS :
The proposed Stacker Cum Reclaimer is required to meet out the coal requirement for the NCTPS
Stage.II units.
The installing Stacker cum Reclaimer with total coal yard capacity of size 400m x 35m along with
the one trunk conveyor tapping from existing ECHS conveyor BCN 46A/B, for receiving crushed coal from
SCH – II and connects directly to ACHS conveyors BCN 47A/B to feed the coal for NCTPS Stage – II (2 x
600MW) without affecting the coal loading into Railway wagons. The proposed line diagram is enclosed
herewith.
1.0 Contractor Scope of work:
1) Design and engineering, supply and erection of Stacker-Cum-Reclaimer system with allied conveyors.
2) Supply of conveyor Drive systems.
3) Providing complete conveyor technological structures
4) Providing coal feeding route with suitable arrangement for diverting the coal from the existing
conveyor BCN46 A/B.
5) Providing Stacker cum Reclaimer with provision of direct feeing to stage II unit Bunkers
6) Providing Connected Conveyors and chutes with coal flow direction control arrangements and JNT’s.
7) Providing Crushed Coal Concrete Yards (2Nos) with provision of trenches and drainage
8) Providing Fire fighting equipments required for entire yard and conveyors.
9) Providing Dust Suppression & Dust Extraction System for entire yard and conveyors.
10) Providing coal discharge arrangement and JNT’s.
11) Providing necessary Plough Feeders & sector Gate etc.,
12) Providing Electrical hoist and Required Rail for Stacker cum Reclaimer.
13) Providing Belt Weigher to check the Coal feeding Quantity.
14) Providing safety switches like Pull cord, zero speed and belt sway switches
15) Proving required floor concreting for JNTs
16) Complete set of PLC for Stacker cum Reclaimer.
17) Necessary Piling/PCC/RCC/Sheeting work etc.
18) Complete RCC structure to be provided below the rail on which the Stacker cum Reclaimer should
travel.
19) Required PLC System for the proposed Conveyor system and it should be located in LCSS (Existing
Main control room).
20) All Switchgears, panel, power and control cable etc required for the proposed system will be in
contractor’s Scope.
21) The proposed System should be integrated and interfaced with the existing PLC.
22) Providing Drive house, JNT’s for Stacker cum Reclaimer System with Connected Conveyors,
23
Floor with gladding sheet wall and widows etc.
23) Operation and Maintenance including mechanical & electrical works of the newly erected system
should be commenced from the next day of the Performance Test.
24) Providing separate LCSS Room if necessary.
25) Routine & Breakdown maintenance at the newly erected system is in contractor scope.
26) All Mechanical & Electrical spares costing Rs.25,000/- or less than Rs.25,000/- cost are in the
contractor scope.
Facility provided by Board:
1) Necessary water and air will be provided at one point for the DE/DS system.
2) Water for construction will be provided at free of cost.
3) Electricity will be at free of cost for site works. However office and stores will be on chargeable
basis.
4) Sufficient area required for construction of site office and store required for the contractor, shall
be provided at free of cost.
2.0 The Technical Specification of the Stacker Cum Reclaimer.
1) Type : Rail mounted moving Stacker Cum Reclaimer. (Rail mounted
Stacker cum Reclaimer with Bucket wheel drive, Provision to
direct feeding to bunkers in addition to stacking mode).
2) Location : Adjacent to Existing ECHS yards towards eastern side and
below the over conveyor BCN-46 A/B.
3) Material Handled : Coal (Crushed)
i) Size : Below 25 mm
ii) Bulk density : 800 kg/m3 – Volumetric
iii) Load : 960 Kg/m3
iv) Inherent Moisture : Indian coal 6 %.
And imported coal 10%
4) Capacity of the Machine : Designed : 2400 TPH
Peak : 2000 TPH
Average : 1700 TPH
5) Machine Travel length : 400 mtrs.
(operating)
24
6) Rail Centers : 7000mm
7) Travel Speed : 7.5 – 15m / min.
8) Slewing speed / Range:33m / min (Variable speed) / + 100o with
respect to track centre.
9) Luffing Speed : 5 m / min at boom tip / + 7.6o to 11.5 o
10) Operation : Continuous.
11) Trunk conveyor BCN-55A : 1600mm belt width (Steel cord Belt)
12)For other conveyors :EP Belt /FR Grade/Belt width1600mm
3.0 Technical Specification for Civil works :
i) Civil and Structural Works.
1 This specification covers the specific requirements for detailed designs, preparation of
design / drawing as well as fabrication drawings in the case of all structural steel works and
construction drawings for all other type of work covering all civil, structural, architectural, general
building works.
2 This specification also covers specific requirements for fabrication and erection in the case of
structural steel works and construction of other types of work at site for the above system.
3 Some of the important areas of work are listed below.
a) Junction Towers : Covering piling, pile caps structural steel framing, RCC grade
slab, Floor slabs and roof slabs, , cladding slabs, sheet
cladding finishes, painting of structures and all other
connected works.
b) Trestles and Conveyor galleries : Covering all piling and pile caps for trestles, structural
steel works and cladding works, for conveyor galleries.
c) Stacker and Reclaimer
System : Covering all civil and structural works including but not limited to
piling pile caps and all related civil and building works. Rail
25
track with fixtures and foundation for attacker cum
Reclaimer equipments.
d) Dust suppression
System and Dust : Covering all civil and structural works.
Extraction System Such as but not limited to RCC tanks both under ground, ground
level as well as overhead tanks, trenches, sumps, pumps,
equipment foundation, fan, houses, etc., steel pipes racks
including RCC foundation etc.,
e) Civil works for
Electrical : Covering all civil and structural works for cable racks and panel
foundation etc., as required.
4 The following IS standards / codes and technical specifications are made part 07 this
specification. The IS standard codes shall be the latest editions including all applicable
official amendment and revisions. In case of discrepancy between this specification and
those referred to herein, the former shall govern.
IS: Codes:
1) IS: 432 - Mild steel and medium tensile steel bars and hard-drawn steel
wire for concrete re-inforcement.
2) IS : 456 - Code of practice for plain and re-inforced concrete.
3) IS : 800 - Code of practice for general construction in steel.
4) IS : 808 - Dimension for hot rolled steel beam, column channel and
angle section.
5) IS : 814 - Covered electrodes for manual metal are welding of carbon
and carbon manganese steel.
6) IS : 816 - Code of practice for use of metal are welding for general
construction in mild steel.
7) IS : 875 - Code of practice for design loads ( other than earth quake) for
buildings and structures.
8) IS : 1363 - Hexagon head bolts, screw and nuts of product grade ‘C’.
26
9) IS : 1786 - High strength deformed steel bars and wires for concrete
reinforcement.
10) IS : 1893 - Criteria for earth quake resistant design of structures.
11) IS : 2062 - Steel for general structural purpose.
12) IS : 2911 - Code of practice for design and constructions of pile
foundation part – I concrete piles.
13) IS : 2974 - Code of practice for design and construction of machine
foundations.
14) IS : 3139 - Dimension for screw threads for bolts and nuts. (Dia range
M42 to M 150).
15) IS : 3370 - Code of practice for concrete structures for storage of liquids.
16) IS : 3757 - High strength structural bolts.
17) IS : 4000 - High strength bolts in steel structures code of practice.
18) IS : 7155 - Code of recommended practice for conveyor safety.
19) IS : 9595 - Recommendations for metal arc welding of carbon and carbon
manganese steels.
20) IS : 11592 - Code of practice for selection and design of belt conveyors.
21) IRC : 24 - Standard specifications and code of practice for road bridges –
section V – steel road bridges.
5.0 Loads and Load Combination:
a) Dead Loads : Dead load on the structures shall include self weight, weight of
belt, deck plates, conveyor and equipments, supporting
structural, weight of equipment, material etc., including all
likely dead loads experience by the structure during its life
time.
b) Live Loads : The following minimum live loads shall be adopted for design
of buildings / structures.
i) Flat roofs : Accessible roof : 150 kg/m2.
Non accessible roof : 75 Kg/M2.
27
ii) Slopping roofs
including roof of : As per IS : 875.
conveyors galleries
iii) Floors of junction
towers and other : 500 Kg / M2 or equipment when placed
buildings. else where whichever is higher.
iv) Walk ways of
conveyor galleries. : 400 Kg / M2 (300 Kg / M2 live loads plus 100 Kg / M2spillage
load) or a moving load (or) 300 kg. which ever is more
severe.
v) Equipment load : As per actuals.
vi) Live load on conveyor : 1.6 times (design weight a material carried over the belt plus
belt weight).
vii) Access platform stairs
(or) junction towers : 500 Kg/M2
viii) Cable rack : Load due to cable / cable trays – 150 Kg/M2 on platform
supporting beam.
ix) Dust load : Following minimum dust load shall be considered along
with live loads for design of floors and roof.
a) sloping roof (Ac/ GI sheets):50 Kg/M2
b) Flat roof :75 Kg/M2
c) Floors of JNT’s and galleries:100 Kg/M2
c) Wind Loads : Design for wind loads shall be in accordance with IS :
875 with basic wind speed of 55 M/Sec. K1, K2 and K3
factors has to be taken for calculating design wind speed
as per IS : 875 (Part III).
28
d) Seismic Loads :
i) Design for seismic loads shall be in accordance with IS : 1893.
ii) Basic horizontal seismic co-efficient (∞o) shall be 0.02 (Zone
II) importance factors (I) shall be 1:50. Foundation factor (d
p) shall be 1.0 for foundation of piles and 1:20 for open
foundations.
e) Impact factor : For design a monorails, hoists etc., and Impact factor of
1:25 shall be considered. For design of floor beams directly
supporting drive machineries like head end / tail end and
drive pulley, motors, gear boxes etc., on impact factor of
1:50 shall be considered.
f) Load Combinations : The worst load combinations due to dead load live load,
equipment load, wind / seismic load, belt tension etc., shall
be considered for the design.
i) DL + LL
ii) DL + LL + WL (or) DL + 0.5 LL + SL.
iii) 0.8 DL + WL (For maximum uplift for foundation bolts only).
g) Deflection : The deflection of various structural member shall not
impair the smooth working of the conveyor system,
junction / transfer towers etc.,
6.0 Design Criteria for foundations:
The bidder should carried-out the Geo-Technical investigation along the alignment of the conveyors and
structures, equipment JNT’s was carried out for the proposed system.
Based on the results of the investigation it is recommended that necessary pile foundations will be provided
for all heavy foundations such as, but not limited to, for junction towers, foundation for wagon loading
system tracks all trestles.
7.0 Technical Specification for Electrical works :
1. This Specification covers the required incoming 6.6 kv HT power supply and LT power supply for the
proposed stacker cum Reclaimer along with connected system will be provided at existing External Coal
Handling Load Control sub –station- 2 (LCSS – 2).
29
2. This specification also covers the required L.T. power supply for the proposed system trunk conveyor
will be provided at Load Control Sub-Station – I (LCSS-I).
8.0 Contractor Scope of Work for O & M of Stacker Cum Reclaimer along with
connected Conveyors.
1. The Contractor should operate the system as per mode of operation described in the operation
manual.
2. The Contractor should collect details from Engineer-In-charge and co-ordinate for the discharge of
coal as per TANGEDCO’s requirement.
3. The Contractor should have routine interaction with TANGEDCO authorities regarding plant
operation and maintenance and to ascertain the quantities of coal to be discharged to various destinations.
4. The Contractor shall do the routine maintenance as per maintenance manual of individual
equipment.
5. The Contractor shall do the routine inspection and periodical lubrication of individual equipment as
per maintenance manual including the supply of lubricants as specified by the manufacturer in the manual.
6. The Contractor should provide a Shift Engineer for overall co-ordination for operation and
maintenance.
7. The required technical and non-technical staffs have to be provided by the Contractor.
i) For the effective operation and maintenance of the System, which includes complete routine,
periodical and breakdown maintenance of the conveyors & equipment, for 3 years from the date of
commissioning.
8. The Contractor has to carryout the works as per the instructions of the Engineer-in-charge.
9. The Contractor has to follow all the Safety Rules.
10. The contractor has to follow the rules and regulations as per the factory act. The contractor has to
keep himself apprised and be thoroughly conversant with the rules and regulations of Pollution,
environment and other related Agencies. He should Co-ordinate with all the agencies for proper execution
of Contract.
11. All the men and materials required for the work should be arranged by the contractor.
12. All the floors and equipment at Junction Towers (JNT's) should be clean and neat.
13. No transporting facility will be provided by the TANGEDCO LTD., Transportation of materials from
stores to site is in the scope of the contractor.
14. All the required Tools & Plants are to be arranged by the contractor.
15. All breakdown works should be carried out after getting proper permission / Line Clear from the
Engineer-in-charge / Central Control Room Operator. All breakdown works should be taken up immediately
without any delay.
16. Necessary workmen's insurance and labour license has to be arranged by the contractor.
17. The devolution of scrap materials to NCTPS Stores shall be made by the Contractor immediately
after execution of works.
30
18. The workmen compensation due to any accident has to be borne by the contractor and carry out
operation and maintenance of the plant so that Board and their officials are indemnified against any lapses
on safety regulations.
19. The contractor should not engage women workers during night hours.
20. The coal to be stacked in Stockyards in such manner as prescribed by TANGEDCO so that sufficient
spare area are provided for movement of Bull Dozer to prevent any fire hazard. Any spontaneous
combustion must be sufficed and coal must be ramped and made compact. Maintenance of this coal
Stockyard and utilization of Loader/ Shovels/Dozers are to Contractor’s Account.
21. Routine and statutory maintenance required for the following Electrical Equipments shall be carried
out by the contractor.
� All HT & LT motors of newly erected system.
� All control cables, instrumentation cables of various sizes, types including cable drumming and
provision of cable clamps wherever necessary.
22. Routine & Statutory maintenance as per technical requirements for all mechanical equipment in the
System, Dust Extraction System, Dust Suppression System & Fire fighting system, Fire Alarm system, Fire
Hydrants smoke detectors (all type) Manual Call points infra red Detectors all related control panels Routine
and Statutory maintenance of All Electrical and Mechanical parts.
23. Supply of spare costing `25,000 (or) less than `25,000(inclusive of all duties & taxes) are in the
Contractor’s scope.
24. Supply of all consumables required for the plant operation given in Annexure-I are in contractor
scope.
25. All H.T motors & LT Motors up to 45KW repairs including overhauls, rewinding etc, shall be in the
contractor’s scope.
26. Fire & Safety are to be carried out in the area including yards.
27. Stockyard maintenance works in yards are to be carried out by the Contractor.
28. DE(Dust Extraction) & DS(Dust Suppression) system in ECHS are to be carried out by the
Contractor.
29. Belt Weighers are to be maintained by the contractor.
30. Electric Hoists in Junction Towers, Gantries Routine & Periodical maintenance.
Any other activity not listed above but required for safe and successful operation of the plant shall be
deemed to have been included in the Contractor’s Scope.
9.0 TANGEDCO SCOPE OF WORK: for O & M Work only after the Guarantee Period.
1. The individual spare which costs more than `25,000/-will be supplied by TANGEDCO at free of cost.
2. Structural steel plates, SS and other liner plates, all types of conveyor Idlers, frames, all type of
sleeves and bearing will be supplied by TANGEDCO.
3. All iron and steel structural materials required for O & M of the system will be arranged by
TANGEDCO.
31
4. Renovation/Replacement of worn-out conveyor belt beyond 200m length, conveyor belt joints,
pulley rubber lagging and chutes will be in TANGEDCO’s scope. In case of any improvement, modification,
renovation and additional works which are necessary to be carried out for smooth and continuous
operation of the system, will be in TANGEDCO scope.
5. The overhauling of equipments such as fluid couplings, Hydraulic Power Pack, Gear boxes, etc. will
be in TANGEDCO scope
6. The fluid coupling oil, gear box oil, hydraulic oil, transformer oil etc., required for complete
replacement will be supplied by TANGEDCO.
7. SF 6 gas for 6.6 KV SF 6 HT Circuit Breakers will be supplied by the TANGEDCO.
32
SECTION-VII
GENERAL CONDITIONS
1.0. COMPLETION OF WORKS:
The time of completion shall be as per the clause-5.0.under Section – V of this Specification
provided always that if in the opinion of the Engineer, the completion of work shall be delayed by the order
of the ENGINEER or any altered, modified, substituted or additional works or materials or by the order of
the works or materials to be omitted by any strike or lock out of any workmen employed by the
CONTRACTOR or by causes directly due to him or by the CONTRACTOR not being given the possession of
the site or any part thereof, whether under the power herein contained or otherwise or by any non-
performance or work or non-supply of materials to be performed or supplied by the PURCHASER or by
the CONTRACTOR not receiving any orders, instructions or directions in time or by the
suspension of the works, or by fire, flood, exceptionally bad weather, tempest, storm or by or from
unforeseen circumstances (and whether the same shall be due to any act or omission of the
PURCHASER or his agents or those in their respective service or not), the ENGINEER shall, if in his
uncontrolled discretion shall think whether forthwith or at any later time and from time to time not
withstanding that the prescribed or extended time for completion has expired or that the works have
been completed, by writing under his hand extend the time for the completion of works to such date as
he shall appoint. Provided always, that unless the CONTRACTOR makes a written application to the
ENGINEER on or before the time when the cause of delay is occurring or about to occur and unless the
time is extended by the ENGINEER, the prescribed time shall not be extended notwithstanding delays from
the forgoing or any other causes of whatsoever kind.
The Contractor should see that one of their sales and service technologist would be periodically
supervising and extending technical support during the course of execution of the contract.
2.0. SUB-LETTING:
No part of the contract shall be sublet without prior written permission of the Superintending
Engineer nor shall transfer to be made by Power of attorney authorizing others, to receive payment on
Contractor’s behalf.
In case of the CONTRACTOR engaging contract labourers with the prior approval mentioned above
in writing, the following should be strictly adhered to.
a) The CONTRACTOR should fulfill strictly all the conditions as stipulated in the contract labour
(Regulation and abolition) Act, 1970 and the rules made there under.
b) The CONTRACTOR should take out a licence at his cost, under section 12 of the above said act
within the specified period as mentioned by the Management/ Principal employer at the time of
awarding the contract.
3.0. SUPPLY OF COMPRESSED AIR:
The contractor has to make his own arrangement for the compressed air required for the work at his
cost.
33
4.0. POWER SUPPLY FOR WORKS:
Free power supply will be provided to the contractor from the nearest available Board’s power
supply point, for the contractor’s offices & stores. The contractor should make his own arrangement to
extend the power to the area of work and also maintain such extension lines at his cost.
5.0. ERECTION OF SHEDS:
The CONTRACTOR will be permitted to erect their own sheds for offices at the place approved by
the Board FREE of ground rent with intercom facility. The Board will not allow any land for putting up
labour sheds and living quarters for their working staff and the CONTRACTOR has to arrange for
the same. On completion of work, the contractor shall demolish his office and stores shed at his own
cost.
6.0. LIABILITY FOR ACCIDENTS TO PERSONS:
The CONTRACTOR shall indemnify and save harm to the PURCHASER against all sections, suits,
claims, demands, cost of expenses arising in connection with injuries suffered, prior to the date when the
works or plant shall have been taken over, by person employed by the CONTRACTOR or his SUB-
CONTRACTOR on the works whether under the general law or under the workmen’s compensation Act,
1923, or any other statute in force on the date of the contract, dealing with question of liability of employer
for injuries suffered by employees and to have taken steps properly to insure against any claims there
under.
On the occurrence of an accident which results & in the death of the workmen employed by the
CONTRACTOR or which is due to the contract work and of so serious as to be likely to result in the death
of any such workmen, the CONTRACTOR within 24 hours of happening of such accident intimate in writing
to the concerned ENGINEER and such officers required by the provision of the workmen’s compensation
Act the fact of such accident. The CONTRACTOR shall indemnify the Board against all loss or damage
sustained by the Board resulting directly or indirectly from his failure to give intimation the manner
aforesaid including the penalties or fines, if any payable by the Board as a consequence, of the Board's
failure to give notice under the workmen's Compensation Act or otherwise to conform to the provisions of
the said Act in regard to such accident.
In the event of any claim being made, or action brought against the PURCHASER involving the
CONTRACTOR and arising out of the matters referred to and in respect of which the CONTRACTOR is liable
under clause, the CONTRACTOR shall be immediately notified thereof, and he shall with the assistance, if
he so require, of the PURCHASER but at the sole expense of the CONTRACTOR, conduct all negotiations for
the settlement of the same or any litigation that may arise there from. In such cases, the PURCHASER
shall, at the expense of the CONTRACTOR, afford all available assistance for any such purpose.
In the event of an accident in respect of which compensation may become payable under
workmen’s Compensation Act VII of 1923 and any subsequent amendment thereof whether by the
CONTRACTOR, or by the Board, as principal it shall be lawful for the ENGINEER to retain out of money due
and payable to the CONTRACTOR such sum or sums of money as may be in the opinion of the said
34
ENGINEER be sufficient to meet such liability. The opinion of the ENGINEER shall be final in regard to all
matters arising under this clause and will not be subject to any arbitration.
Liability for damage or loss to third party including inspection officers due to act of the
CONTRACTOR or his SUB-CONTRACTOR connected with the execution of the contract shall be fully borne
by the CONTRACTOR. The CONTRACTOR shall maintain such detailed records to furnish information
regarding entertainment and discharge of all workmen employed under this contract as to be adequate
for the timely and full settlement of claims under the Workmen's compensation Act. All cases of accidents
or injuries shall be reported to the ENGINEER with all the full details required for the settlement under the
workman’s compensation Act.
The CONTRACTOR should report about all accidents within 24 hours to the Assistant Engineer of the
Board in the preliminary accident form. He should furnish other particulars such medical certificates, wage
particulars, fitness, etc., in due course without delay.
7.0. LIABILITY FOR DAMAGE TO WORKS OR PLANTS:
The CONTRACTOR shall during the progress of the work properly cover up and protect the work and
plant from injury by exposure to the weather and shall take every reasonable proper, timely and useful
precaution against accident or injury to the same from any cause and shall be and remain answerable and
liable for all accidents or injuries there to which until the same, be or be occasioned by the acts or
omissions of the CONTRACTOR or his workmen or his sub-contractors and all losses and damages to the
works or plant arising from such accidents or injuries as aforesaid shall be made good in the most
complete and substantial manner by and at the sole cost of the CONTRACTOR and to the reasonable
satisfaction of the ENGINEER. Such loss or damage happen to units of works or plant or materials failing
outside the scope of this contract and due to the contract, those shall be replaced or compensated for by
the CONTRACTOR to the satisfaction of ENGINEER.
In the case of loss or damage to any portion of the work occasioned by other causes, the same
shall, if, required by the PURCHASER be made good by the CONTRACTOR in like manner but at the cost of
the PURCHASER at a price to be agreed between the contractor and the PURCHASER and the PURCHASER
shall pay to the CONTRACTOR the contract value of the portion of the work so lost or damaged or any
balance of such contract value remaining unpaid as the case may be.
Until the work shall be deemed to be taken over as aforesaid, the CONTRACTOR shall also be liable
for and shall indemnify the PURCHASER in respect of all damage or injury to any person or to any property
of the PURCHASER or of others occasioned by Act of the CONTRACTOR or his work men or his sub-
contractors or by defective design, work or material but not due to cause beyond his reasonable control.
Provided that the CONTRACTOR shall not be eligible under the contract for any loss of profit or loss of
contracts or any claims made against the PURCHASER not already provided for in the contract, nor for any
damage or injury caused by or arising from acts of the PURCHASER or of others (save as to damage by
fire, as hereinafter provided) due to the circumstances over which the CONTRACTOR has not control nor
shall his total liability for loss, damage or injury exceed the total value of the contract.
35
8.0. CONTRACTOR TO INFORM ENGINEER FOR ARRANGEMENTS FOR EXECUTION OF WORK:
The CONTRACTOR shall from time to time, as and when required by the ENGINEER, furnish the
Engineer with a statement in writing of the arrangements he proposes to adopt for the execution of this
contract, and in case the ENGINEER shall at any time or times consider any alteration in the same
desirable, the CONTRACTOR shall on notice thereof adopt such alteration. A detailed programmed on the
project for execution of the different items or work shall be prepared by the CONTRACTOR immediately
after commencing the work. Those when accepted by the PURCHASER, shall be kept up till the completion.
9.0. SUNDAY WORK:
No work of any description shall be carried out on Sundays and other important National Holidays
without the knowledge and formal sanction in writing of the ENGINEER.
10.0. SUSPENSION OF WORK:
The ENGINEER may from time to time by direction in writing for any valid reasons, without in any
way vitiating this contract, direct the CONTRACTOR to suspend the work or any part thereof at such time
or times and for so long as the ENGINEER may deem desirable, and the CONTRACTOR shall not, after
receiving such written notice proceed with the works therein ordered to be suspended until he shall have
received written notice or authority to the effect from the ENGINEER. The CONTRACTOR shall not be
entitled to claim from the PURCHASER compensation for any loss or damage sustained by him by reason of
the suspension of works as aforesaid.
No compensation shall be payable for idle labour, staff and machinery (hired or otherwise) due to
occasional power failure or any causes beyond the control of the Board and for pre-arranged shutdowns in
electricity supply for which prior notice may be given.
11.0. INSPECTION OF WORKS:
All requisite scaffolding, shoring, timbering and pathways shall have perfect supports. Care
must be take to ensure the safety of work, people and the CONTRACTOR shall comply with
such instructions as the ENGINEER may issue to ensure such safety. The CONTRACTOR will be
responsible for any damage or injuries to persons and properties resulting from ill erected
scaffolding defective pathways and ladders or during under water exploration and erection or
otherwise arising out of his default in this respect.
12.0. REDOING OF IMPERFECT WORK:
If, it shall appear that work has been executed with unsound, imperfect or unskilled workmanship
or with materials of any imperfect or any inferior quality or otherwise not in accordance with the
contract documents, the CONTRACTOR shall at his own cost rectify the same, either in the whole or in
part, as may be directed by the ENGINEER, whether or not the value of any such work or materials shall
have been included in any payment made to the CONTRACTOR.
13.0. MATERIALS BROUGHT TO THE SITE WORKS:
13.1. All materials, tools and tackles brought to and delivered upon the site for the purpose of the work
shall from the time of their being so brought vest in and be the property of PURCHASER but may be used
36
for the purpose of the work but for the purpose only and shall not any account be removed or taken away
by the CONTRACTOR or any other person without the express permission in writing of the ENGINEER but
the CONTRACTOR shall nevertheless be solely liable and responsible for any loss or destruction thereof or
damage thereto unless resulting from causes beyond the Contractor’s control.
13.2. The PURCHASER shall have a lien on such materials tools and tackles for any sum or/sums which
may at any time prior to the completion of the works be due or owing to him by the CONTRACTOR under
in respect of or by reason of the contract and PURCHASER shall be at liberty to sell and dispose off any
such materials, tools and tackles and in such manner as he so thinks fit and to apply the proceeds in or
towards the satisfaction of such sum or sums so due or owing as aforesaid.
14.0. CONTRACTOR TO KEEP INVENTORY OF PLANT ETC:
The CONTRACTOR shall prepare and maintain an inventory of all materials, temporary rolling stock,
plant purchased or hired for employment or for any of the purposes of this Contract and such inventory or
a copy there of shall at all times be available for inspection by the ENGINEER, on the completion of the
contract, all such materials, rolling stock and plant as shall have been hired shall be removed forthwith by
the CONTRACTOR and returned to the parties from whom the same have been hired.
15.0. TOOLS AND PLANTS FOR THE EXECUTION OF THE CONTRACT:
All tools and plants, equipments and tackle required for the complete execution of the contract shall
be arranged for by the CONTRACTOR only at his own cost. The CONTRACTOR, may however, specify in his
tender the terms under which or concessions, if any, that would require for procuring and using the tools
and plant and equipment on the work except those that are to be supplied on hire or free of charge.
16.0. MAINTENANCE:
16.1. For a period from the date of issue of completion certificate under clause Completion Certificate,
below till the expiry of 2 years commencing from the date of Issue of the completion certificate the
CONTRACTOR shall be liable for the replacement materials or redoing of works found to be defective
from causes arising from faulty materials, or workmanship and for making good any damage
arising there from.
16.2. Issue of the ‘Final Certificate’ and the payment thereby of the balance of the contract sum before the
expiry of the maintenance period shall in no way absolve the CONTRACTOR from his obligations
under the contract in respect of the un-expired portion of the period and to this extent the Bond entered
into for the due performance of this contract shall remain in full force and effect until the end of the
maintenance period.
17.0. COMPLETION CERTIFICATE:
As and when the whole of the work shall have been completed to the satisfaction of the
ENGINEER and in accordance with this contract, he shall give to the CONTRACTOR the `Completion
Certificate' and thereupon the PURCHASER shall take over the work. Provided always that the ENGINEERS
shall in his discretion be at liberty from time to time certify, that a part of the work has been completed to
37
his satisfaction and in accordance with this contract and there upon the PURCHASER shall take over that
part of the works included in such certificates.
18.0. FINAL CERTIFICATE:
The contract shall not be considered as completed until a certificate (herein referred to as the final
certificate) shall have been signed by the ENGINEER to the effect that the CONTRACTOR has carried out all
his obligations under. `MAINTENANCE' and in the manner provided by this contract notwithstanding any
previous entry upon the works or taking possession, working or using any part thereof by the PURCHASER,
but the issue of the final certificate as aforesaid shall be without prejudice to the rights, duties, obligations
of the parties, during any part of the maintenance period which has not expired at the time of the issue of
the final certificate.
19.0. CERTIFICATE TO BE PROVISIONAL AND SUBJECT TO CORRECTION:
Every certificate for payment on account of work, materials or things shall be regarded as only
provisional and approximate and all payments made on such certificates shall be regarded as being open
payments and shall respectively be subject to revision and settlement by the ENGINEER and in the event of
his deciding that from any circumstances the measurements of work executed, returns of materials
provided and used for the estimates of value previously made, did not truly represent the portion of works
executed and materials provided and used having reference to the amount of the contract sum and the
work remaining to be executed by the CONTRACTOR, the ENGINEER shall have power from time to
time to correct the total results by adding thereto or deducting there from such sum as, after
communication with the CONTRACTOR or his duly authorized agent, the ENGINEER may deem to be just
and such addition or deduction shall be credited to or (as the case may be) debited against the
CONTRACTOR at such time as the ENGINEER may think fit.
20.0. NEGLIGENCE:
If the CONTRACTOR shall neglect to execute the work with due diligence and expedition, or shall
refuse or neglect to comply with any reasonable orders given to him in writing by the ENGINEER in
connection with the work, or shall contravene the provision of this contract, the PURCHASER may give
seven days notice in writing, to the CONTRACTOR to make good the failure, neglect or contravention
complained of any should the CONTRACTOR fail to comply with the notice within the reasonable time from
date of service thereof in the case of failure, neglect or contravention capable of being made good
within that time or otherwise within such time as may be reasonably necessary for making it good, then
and in such case, the PURCHASER shall be at liberty to employ other workmen and forthwith perform
such work as the CONTRACTOR may have neglected to do, or if the PURCHASER shall think fit, it shall be
lawful for him to take the work, wholly or in part off the Contractor’s hands and re-contract at a
reasonable price with any other person or persons or provide any other materials, tools and tackles or
labor for the purpose of completing the work or any part thereof and in that event the PURCHASER shall,
without being responsible to the CONTRACTOR for the fair wear and tear of the same, have the free use
of all the materials, tools, tackles, or other things which may be on the site for use at any time in
38
connection with the work to the exclusion of any right of the CONTRACTOR over the same and the
PURCHASER shall be entitled to retain and apply and balance which may be otherwise use to the
contract by him to the CONTRACTOR or such part thereof as may be necessary to the payment of the
cost of executing such work as aforesaid.
If the cost of executing the work as aforesaid shall exceed the balance due to the CONTRACTOR
and the CONTRACTOR fails to make good the deficit, the said materials, tools, tackles, construction plant,
or other things which are the property of the CONTRACTOR may be seized and sold by the PURCHASER
and the proceeds applied towards the payment of such differences and the cost of and incidental to such
sale. Any outstanding balance existing after crediting the proceeds of such sale, shall be paid by the
CONTRACTOR on the certificate of the ENGINEER, but when all expenses, costs, and charges incurred in
the completion of the work are paid by the CONTRACTOR, all such materials, tools tackle, or other things
remaining unused to be removed by the CONTRACTOR. The actual difference in price where ever the
Board gets executed through other agencies at a higher rate is payable by the contractor to Board.
21.0. DEATH, BANKRUPTCY ETC:
If the CONTRACTOR, shall die or commit any act of bankruptcy or being a Corporation commence
to be wound for reconstruction purposes or carry on its business under a receiver, the executors,
successors or other representatives in law of the Estate of the CONTRACTOR or any such receiver,
liquidator or any person in whom the contract may become vested, shall forthwith give notice thereof in
writing to the PURCHASER and shall for one month, during which he shall take all reasonable steps to
prevent a stoppage of the works, have the option of carrying out this contract subject to his or their
providing such guarantee as may be required by the PURCHASER but not exceeding the value of
the work for the time being remaining un-executed. In the event of stoppage of the works, the period of
the option under this clause shall be fourteen days only. Provided that, should the above option be not
exercised, the contract may be terminated by the PURCHASER by notice in writing to the CONTRACTOR,
and the same power and provisions reserved to the PURCHASER in the proceeding clause on the taking of
the work out of the Contractor’s hands shall immediately become operative.
22.0. MEASURING, VALUING AND VERIFYING BY ENGINEER:
In measuring, valuing, deciding or certifying, the Board’s ENGINEER is intended to act by his skill
and from his knowledge of the facts and incidents connected with the works and in so far as any facts are
not within his own knowledge the ENGINEER shall be at liberty to inform himself by enquiry of such person
or persons as he may consider necessary. The ENGINEER shall at all times be considered seized of all the
facts necessary for him to form his own opinion, make his measurements or valuations give his decision
and order, make his requisition, or give or refuse his certificate and he shall be at the liberty to certify at
such time and in such manner as in his discretion he may think proper and he shall not be bound to give
any reason for or any particulars of his certificate or any reasons for his not certifying.
23.0. CLEANING UP:
39
Upon completion of the work, the CONTRACTOR SHALL remove from the vicinity of the work all,
rubbish, unused materials, and other materials, belonging to him or used under his discretion, during
painting and in the event of his failure to do so, the same will be removed by the PURCHASER, and the
relevant expenditure recovered from the CONTRACTOR.
24.0. WASTE MATERIALS:
All waste materials as decided by the site ENGINEER should be lift out of the compound at
Contractor’s cost and the CONTRACTOR should keep the site always clean during progress of work.
25.0. WEEKLY PROGRESS REPORTS:
The CONTRACTOR shall furnish to the Board weekly progress report in triplicate on Saturday of
every week indicating the following: -
Item of
work
Schedule of
progress for the
week
Actual
progress
Reasons for
shortfall if
any.
Steps taken to
meet the
shortfall.
(SIGNATURE OF THE CONTRACTOR)
26.0. NOTICES: HOW TO BE GIVEN:
Where as legal or other notice or any other documents is to be given to or served up to the
CONTRACTOR it shall be deemed to be duly given or served, if it shall have been either delivered to him
personally or to his recognized agent (including in the case of the company the Secretary of such
company) or delivered at, or, sent, through the post addressed to the contractor at the contractor's office
in the site or sent through the post addressed to the last known place of business or abode of the
CONTRACTOR or in the case of a Company to its Registered Office and in the case of a firm of
CONTRACTOR notice or other documents, which shall be so given to or so served on any one of the
partners in such firm, shall be deemed to have been given to or served on all of them.
27.0. FENCING AND LIGHTING:
Except as hereinafter provided, the CONTRACTOR shall unless otherwise specified be responsible
for the proper fencing, guarding, lighting around the works area avoid accidents. Similarly proper watching
arrangement shall be made by the contractor during stormy weather and high tide conditions of the sea to
avoid any loss of property and life. Necessary temporary road ways, foot ways and guards for the above
shall be provided by the contractor.
28.0. HEALTH AND SANITARY RULES FOR WORKERS:
The Contractor’s special attention is invited that he is required to provide at his own expenses the
following amenities to the satisfaction of the ENGINEER at site.
29.0. FIRST AID:
At the work site there shall be maintained in a readily accessible place, first and appliances and
medicines including adequate supply of sterilized dressing and sterilized cotton wool. The appliance should
40
be kept in good order. They shall be placed under the charge of a responsible person who shall be readily
available during working hours.
30.0. DRINKING WATER:
Water of good quality fit for drinking purposes shall have to be provided for the workers on a scale
of not less than 100 liters per head per day.
31.0. CANTEEN:
The canteen facility already available in NCTPS on chargeable basis may be utilized.
32.0. PRECAUTION DURING WORKING:
The contractor should take all precautions necessary and as specified by the Engineer for works.
He should at his expenses provide helmets for all the workmen working. Any special precautions that may
be required by the Acts of Rules of the Tamil Nadu Government from time to time shall also be taken by
the contractor at his own cost. During inclement weather, the contractor shall protect from injury all
works already in progress, just then completed. Should the work be suspended by reason of rain,
strikes lockouts or any other cause, the contractor shall take all precautions necessary for protection of
works and make good, at his own expense, any damage arising from any of these causes.
33.0. DEDUCTION FOR LABOUR WELFARE FUND:
Towards contribution to Manual Labour Welfare Fund an amount of 0.3% will be deducted from
each running bill and the recovery will be remitted to Tamil Nadu Construction Workers Welfare Board,
Chennai- 600 018.
34.0. EMPLOYMENT OF CONTRACT LABOUR:
The contractor should fulfill strictly all the conditions as stipulated in the contract labour (Regulation
and Abolition) Act 1970 and the rules made there under. The CONTRACTOR should take out license under
Section – 12 of the above said Act, within the specified period as mentioned by the Management /Principal
Employer at the time of awarding the contract.
The contract shall be terminated if the CONTRACTOR fails to obtain a license under Section – 12 of
the contract labour (Regulation and Abolition) Act 1970 within 30 days of award of contract.
As per the Contract Labour Rules 1975, the CONTRACTOR should disburse the wages of the
contract labours in the presence of authorized representative of the Principal Employer and it should be
certified that the amount so paid as wages by such representatives as furnished below:
“Certified that the amount shown in Column No. … has been paid to workmen concerned in my
presence.”
The wages of contract labour should not be less than that of minimum wages prescribed by the
Minimum Wages Act for Contract labour.
35.0. ILLUMINATION: Adequate illumination using electric or acetylene lamps is to be provided by the
CONTRACTOR at his cost. Where any works is carried out at night the site of such of works to be
illuminated adequately by flood lights. At the drilling faces at the heading, the voltage of lamps, if of AC
41
current is to be reduced to 55 volts, and suitable transformers have to be installed at the Contractor’s
expenses.
For electric current for work sites, Contractor’s offices and stores, the CONTRACTOR has to put in
his own distribution system at his own cost from the points of take off from the nearest mains provided by
the PURCHASER.
The CONTRACTOR shall construct and maintain at his own expenses the necessary circuit for
distributing the power in order to provide voltages regulations.
36.0. COMMUNICATION FACILITIES:The CONTRACTOR shall install, maintain and operate such other
communication and signal facilities as are necessary for the safe and efficient execution of the work. All
such communication and signal facilities shall be subject to the approval of the ENGINEER; Authorized
employees of the PURCHASER shall have free use of such facilities installed by the CONTRACTOR for the
transmission of official messages.
37.0. SPECIAL CONDITIONS TO BE FOLLOWED REGARDING ENVIRONMENTAL ANGLE:
The labourers should be instructed to follow Thermal Station rules. Any failure to observe and obey
these rules will be a serious offence and the labour will be expelled from worksite.
42
SECTION – VIII ( SCHEDULES)
SCHEDULE – A- PRICE
NAME OF WORK: Design, Engineering, Manufacturing, Supply, Erection, Testing and Commissioning of
Stacker-Cum-Reclaimer with allied belt conveyors and Coal yards including Civil and Electrical works and
to Carryout Operation and Maintenance of the System for a period of three years from the date of
commissioning in External Coal Handling System of North Chennai Thermal Power Station.
SPECIFICATION No. CE/ NCTPS/ACE/M.II /Sp.No. /2013-14.
Sl.
No.
Qty. Description Unit Price
(Rs. P.)
1. LS Design, engineering, manufacturing, supply, erection, testing
and commissioning of Stacker cum Reclaimer with allied Belt
Conveyors along with coal yards. The following conveyors and
equipments, all the materials required, electrical equipments
and accessories for the above work are under contractor’s
scope.
1) Stacker cum Reclaimer-1No.
(Rail mounted Stacker cum Reclaimer with Bucket wheel drive,
Provision to Operate in Bunker mode in addition to stacking
mode)
a) Rated capacity 2000TPH,
b) Design capacity 2400TPH.
2) Connected Conveyors
a) Trunk Conveyor 1600mm B/W (Steel cord belt)/ Speed-
3.44m/sec.
b) Elevated Intermediate conveyor 1800mm B/W (EP belt)/
Speed- 3.44m/sec.
3) Crushed Coal Yard- 2Nos.
Minimum Coal Yard Size- 400m x 30m with a Total Stacking
Capacity- 2 Lakhs tones.
4) Fire fighting equipments required for entire yard and
conveyors.
5) Dust Suppression & Dust Extraction systems for entire
yard and conveyors.
2. LS All Civil works for Erection of Stacker cum Reclaimer System and
allied equipments at JNT’s, Drive House for Trunk Conveyor and
tail end house including piling foundation flooring, Concrete
43
Yards with provision of Drainage & Trenches connecting to main
trenches and Control rooms, etc.,
3. 36
Months
Operation and Maintenance of New Stacker cum Reclaimer with
Connected Conveyors, equipments and coal yards for the period
of three years
Total (Excluding all taxes and duties)
Note: The taxes and duties involved for item 1,2 and 3 shall be stated separately with
percentages of it on the value of such works.
DATE : SIGNATURE :
PLACE : NAME :
SEAL : DESIGNATION:
44
SCHEDULE – B
SPECIFICATION No. CE/NCTPS/ ACE/M.II/Sp.No. 187/2013-14
STATEMENT OF SUPPLY/ ORDERS EXECUTED/UNDER EXECUTION
SO FAR DURING THE PAST YEARS AS ON THE TENDER OPENING
Sl.
No.
Name &
Address Of The
Organization
Including Other
State EB's
Name Of
The Work
P.O. No.
And Date
Value Of
Order In
Rs. in
Lakhs (K)
Scheduled
Date Of
Completion Of
Order
Actual Date
Of
Completion
Of Order
NOTE: 1) (K) Split up details such as price, may be enclosed separately.
2) Copies of orders received shall be enclosed.
COMPANY SEAL SIGNATURE :
NAME :
DESIGNATION :
DATE :
45
SCHEDULE – C
UNDERTAKING FOR PAYMENT OF DUES TO TNEB
THIS DEED OF UNDERTAKING EXECUTED AT CHENNAI ON THIS THE
By Messers.
Hereinafter called the “TENDERER” (Which expression where the context so admits mean and include their
agents, Representatives, Successors – in – office and Assigns).
TO AND IN FAVOUR OF
The TAMIL NADU ELECTRICITY BOARD a body corporate incorporated under Companies Act 1956, having
its office at NPKRR Maaligai, 800, Anna Salai, Electricity Avenue, Chennai – 600 002, hereinafter called the
“BOARD” (Which expression shall where the context so admits mean and include the successors – in –
office and assigns).
WHEREAS the Board has called for an undertaking from the Tenderer empowering the Board to recover the
dues if any.
NOW THIS UNDERTAKNG WITNESSETH the Board is empowered to recover any dues against this contract
in any bills/security deposit/E.M.D. due to the Tenderer either in this contract or any other contracts with
the Board. Further, the Tenderer hereby authorizes the Board to recover, any dues against any other
contract of the Tenderer with the Board with the available amount due to the Tenderer against this
contract.
IN WITNESS WHERE OF Thiru. Acting for and on behalf
of the Tenderer has signed this deed on the day, month and year herein before first mentioned.
- COMPANY SEAL - SIGNATURE OF THE TENDERER.
NAME :
DESIGNATION :
DATE :
46
SCHEDULE – D
UNDERTAKING FOR LEGAL PROCEEDINGS JURISDICTION
THIS DEED OF UNDERTAKING EXECUTED AT CHENNAI ON THIS THE
By Messers.
Hereinafter called the “TENDERER” (Which expression where the context so admits mean and include their
agents, Representatives, Successors – in – office and Assigns).
TO AND IN FAVOUR OF
The TAMIL NADU ELECTRICITY BOARD a body corporate incorporated under Companies Act 1956, having
its office at NPKRR Maaligai, 800, Anna Salai, Electricity Avenue, Chennai – 600 002, hereinafter called the
“BOARD” (Which expression shall where the context so admits mean and include the successors – in –
office and assigns).
WHEREAS the Board has called for acceptance of jurisdiction of legal proceedings.
NOW THIS UNDERTAKING WITNESSETH that no suit are any proceedings in regard in any matter arising in
any respect under this contract shall be instituted in any court, save in appropriate Civil court of Chennai
are the court of small causes Chennai. If it is agreed that no other court shall have the jurisdiction to
entertain any suit or proceedings, even though, part of the cause of action might arise within the
jurisdiction of any of the courts in Tamil Nadu and not in the courts in Chennai City, then it is agreed
between parties that such suits or proceedings shall be instituted in court within Tamil Nadu and no other
court outside Tamil Nadu shall have jurisdiction, even though any part of the cause of action might arise
within the jurisdiction of such
IN WITNESS WHERE OF Acting for and on behalf
of the Tenderer has signed this deed on the day, month and year herein before first mentioned.
COMPANY SEAL SIGNATURE OF THE TENDERER.
NAME :
DESIGNATION :
DATE :
47
SCHEDULE – E
SPECIFICATION No. CE/NCTPS/ ACE/M.II/Sp.No.187/2013-14
TENDER FORM
To
The Chief Engineer,
North Chennai Thermal Power Station, TANGEDCO,
Chennai –120.
Dear Sir,
1. Having examined the above specification together with the accompany schedules etc., we hereby
offer to execute work with supply of the materials covered in this specification at the rates entered in the
attached schedule of prices.
2. We hereby guarantee the particulars entered in the schedules attached to the specification.
3. In accordance with security deposit clause, Section-II of the specification we agree to furnish
security to the extent of 5% of the total value of the contract.
4. Our company is not a potentially Sick Industrial Company or a sick Industrial Company in terms
of Section-23 of section-15 of the Sick Industrial Companies (Special Provisions) Act, 1985.
Yours Faithfully,
PLACE : SIGNATURE :
DATE : DESIGNATION:
COMPANY SEAL : COMPANY :
48
SECTION– IX
BANK GUARNTEE FOR COMBINED SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE
(In Non - Judicial - Rs.80/- Stamp Paper)
THIS DEED OF GUARANTEE made on this ............... day of .......................................... only by the Bank
of............................................................. (Branch name & address) (hereinafter called "the Bank") to
and in favour of the Tamilnadu Generation and Distribution Corporation Limited, a company registered
under company act 1956 having its office at NPKRR Maaligai, Electricity Avenue, 144 Anna Salai, Chennai-
2, herein after called the “ Corporation” ( Which expression shall where the context so admits mean and
include the successors in office ans assigns) having its Registered Office at Anna Salai, Chennai - 2
represented by the CHIEF ENGINEER / ___________ / __________ / __________ (hereinafter called "The
Purchaser").
WHEREAS Messrs. ..................................................................
...................................................(hereinafter called "The Contractor") have by virtue of the contract
entered into with the purchaser as per P.O. No. ............ Dt. .......... agreed with the purchaser to
........................................... In accordance with the terms and conditions contained therein:
AND WHEREAS in accordance with the terms of the contract in P.O. No. .................... dt. ............... The
contractor has to pay a sum of Rs................/-(Rupees...................................................................only)
towards combined security deposit cum Performance Guarantee from a Nationalized Bank.
AND WHEREAS the contractor has requested the purchaser to accept bank guarantee lieu of combined
security deposit cum Performance Guarantee for a sum equivalent to 5% (Five percent) of the Value of the
Contract for the satisfactory performance of the Contract and Performance Guarantee till the end of
Guarantee period.
AND WHEREAS the Bank has at the request of the Contractor agreed to guarantee the payment of the said
sum in case the contract is not performed in accordance with the specifications indicated in the terms and
conditions in P.O. No......... dt. ........................ or in the letter ............................ Dt..................
NOW THIS DEED WITNESSES AS FOLLOWS:
1. In consideration of the purchaser having agreed to accept the Bank guarantee from a Nationalized Bank
towards combined security deposit cum Performance Guarantee for a sum equivalent to Rs..........
(Rupees..................................................... only) the Bank do hereby guarantee that if the contractor fails
to perform the contract in accordance with the specifications and conditions of the contract as
49
subsequently amended, the Bank shall pay forthwith merely on demand without any demur to the
purchaser such amount or amounts, as the Bank may be called upon to pay be the purchaser:
PROVIDED that the liability of the Bank under this deed shall not at any time exceed the said amount of
Rs............./- (Rupees................................. .................................... only)
PROVIDED further that the guarantee hereunder furnished shall be released as soon as the contractor has
performed his part of the contract in accordance with the terms of the contract and the period of
performance guarantee is over and a certificate to that effect is issued by the Purchaser.
2. The Bank further undertakes to indemnify the purchaser against any loss or damage that may be
caused or suffered by the purchaser by reason of any breach of the terms and conditions in the said P.O.
No............................ dt.............................
3. The guarantee herein contained shall remain in force till the terms and conditions of the P.O.
No.................................. dt................. have been fully and properly carried out by the said contractor
and in any case, the guarantee shall not hold good after expiry of.......................
6 The bank further agrees with the purchaser that the purchaser shall have the fullest liberty (without
the consent of the Bank and without affecting in any manner the obligations of the bank hereunder) to
vary any of the terms and conditions of the contract or to extend the time of performance of the
contract by the said contractor from time to time or to postpone from time to time any of the powers
exercisable by the purchaser against the said contractor and to forbear or to enforce any of the terms
and conditions relating to the said contract and the Bank shall not be relieved of its liability by the
reason of any such variations, or extension being granted to the reason to the said contractor or by
reasons of any for - bearance, act or omission on the part of the purchaser or any indulgence by the
purchaser to the said contractor or by any such matter or thing what - so - ever which under the law
relating to sureties would, but for these provisions have the effect of so relieving than bank.
5. Any account settled between the purchaser and the contractor shall be the conclusive evidence against
the bank for the amount due and shall not be questioned by the Bank.
6. The expressions 'Bank', 'Contractor' and 'purchaser' herein before used shall include their respective
successors and assigns.
IN WITNESS WHERE OF THIRU..................................................... acting for and on behalf of the Bank
has signed this deed on the day, month and year first above written.
In the presence of witnesses:
50
1. Signature with seal of the Bank
(Name in Block letters)
2.
(Name in capitals to be subscribed with Designation, office address or residential
Address)
51
SECTION X
SCHEDULES
1) Schedule - I - Structure and organization of the bidder
2) Schedule - II - Financial capability of the bidder
3) Schedule - III - Technical competence
4) Schedule - IV - Man Power
5) Schedule - V - Experience of the bidder
6) Schedule - VI - Price Schedule
52
SCHEDULE – I
STRUCTURE AND ORGANISATION
I Name of the Company :
II Address :
III Telephone No. :
IV Telex No. /E-mail :
V Description of the Company : For Engg. General, Mechanical /
Elecstrical Engineering Contractor,
Supplier of Equipment, etc.,
VI Classification of Registration :
VII Name and address of Bankers :
VIII Number of years of experience as
a General Contractor :
IX Number of years of experience a
Sub-contractor :
X Name and address of Partners or
Associated Companies to be
involved in project and whether
Parent / subsidiary / other :
XI Name and Address of
Companies who will be involved
in the Electrical Works :
XII Organiasation Chart showing the
Structure of the company
including names and positions of
directors and key personner
to be attached :
Place : SIGNATURE OF BIDDER
Date :
53
SCHEDULE – II
FINANCIAL CAPABILITY
1. Name of the firm :
2. Financial Position :
a) Cash :
b) Current Assets :
c) Current Liabilities :
d) Working Capital :
e) Net Worth :
3. Income Tax Permanent No. :
GIR No.
4.Annual Income as per Income
Tax Returns
a) During 2010 – 2011 :
b) During 2011 – 2012 :
c) During 2012 – 2013 :
Place :
Date : Signature of the Bidder
with Seal
54
SCHEDULE – III
TECHNICAL COMPETANCE
Sl.
No Designation Name
Qualifica
tion
Professional
Experience and
Details of
Works carried
out
Remarks
01 PROJECT MANAGER
02 WORKS MANAGER (ELECTRICAL)
03 WORKS MANAGER (MECHANICAL)
04 ENGINEER INCHARGE OF
CORRESPONDANCE OFFICE
Signature of Bidder with seal
Place :
Date :
55
SCHEDULE – IV
MAN POWER
THE STAFF THAT WILL BE MADE AVAILABLE FOR THE WORK.
01. No. of Engineering Graduates :
02. No. of Diploma Holders :
03. No. of Skilled Employees :
04. No. of Unskilled Employees :
Signature of Bidder with Seal
Place :
Date :
56
SCHEDULE – V
EXPERIENCE
Sl.
No
Name
of work
and its
location
Name of
the
Customer
who
awarded
the work
Contract
Value
Scheduled
time for
Completio
n
Date of
Commencement
of Work
Date of
Completion
of Work
Remarks
(1) (2) (3) (4) (5) (6) (7) (8)
NOTE : Certificate from the Customers for the completion of respective works should be enclosed.
Place : Signature of Bidder
Date : With Seal
57
ANNEXURE – I
A). CONSUMABLES
1. Lubricating Oil.
2. Grease.
2. All Welding Electrodes.
3. Cotton Waste, Dungy Cloth, Gada Cloth.
4. Gland Ropes.
5. Spider element for coupling.
6. Cutting Gases.
7. Sealing Components.
8. All Fasteners.
9. Rubber bushes for Half Couplings.
10. Asbestos Ropes.
11. Oil Seals & Gaskets..
12. Wire brushes.
13. Emery Sheet.
14. Oil Stones.
15. Safety appliances such as Facemask, Earplug, Dust Respirator, Gloves, Rain Coat, Gaggles and First
Aid box with Medicines.
16. Stainless steel Shim Sheets.
17. Anti-corrosive, Anti-wear components.
Other consumables if any, but not covered in the above list should also be arranged by the
contractor.
B). TOOLS AND TACKLES
The arrangement of tools and tackles required for the execution for this contract are covered in the
contractor’s scope.