WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF...

23
WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s, replacement of RTD , overhauling of HP/IP control valves of 200/210 MW LMZ Turbine-Generator of stage- II.Units No.3, 4& 5 at UTPS during AOH 2012-2013.

Transcript of WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF...

Page 1: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288

TECHNICAL BID

RFQ No:21366

WT- 2288

NAME OF WORK : Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s, replacement of RTD , overhauling of HP/IP control valves of 200/210 MW LMZ Turbine-Generator of stage- II.Units No.3, 4& 5 at UTPS during AOH 2012-2013.

Page 2: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288 GUJARAT STATE ELECTRICITY CORPORATION LIMITED

THERMAL POWER STATION UKAI DAM – 394 680

PRE-QUALIFICATION CONDITIONS FOR TECHNICAL BID: 01 The bidder shall have an experience of AOH works (amounting appropriate amount to

estimated tender cost) & who have done such type of overhauling work (i.e. “Inspection & replacement of TG Bearings / Generator seal liners & overhauling of HP/IP control valves etc.) of 200/210 MW LMZ/LMW Turbine-Generator of 200/210 MW TG LMZ design set during last five years satisfactorily at thermal power station, GSECL, NTPC and power generating station of other Electricity Boards /corporations. Documentary proof of having executed such work will have to be produced along with quoted tender documents. However, issue of limited tender documents to any party will not automatically qualify as to its capacity to execute this work. GSECL shall assess the capacity of the contractor at the time of evaluation of bids.

02 Contractors have to produce following documents along with Technical Bid. a. Past executed order copies / Experience certificate of the work carried out for subject

work having appropriate amount to estimated tender cost in GSECL, other State Electricity Board and NTPC etc.

b. Latest bank Solvency certificate of minimum@ 20% of estimated value from any Nationalized Bank.

c. Copy of separate P. F. Code Number & PAN Number d. Service tax Registration certificate. e. Schedule-A, Schedule-B (without quoting rates), Terms & conditions duly signed on

each page, deviation if any clearly are brought out. f. List of tools and tackles lying with them for carry out the work.

03 The offer without any of the above documents or non acceptance of any clause shall be liable for rejection in this regard the decision of CE (G), Ukai, TPS shall be final & binding to bidder.

04 Tenderer should also certify that the tender submitted is unconditional tender and specifically remarks “Unconditional Tender” on cover itself.

INSTRUCTION TO BIDDER: 01 Earnest Money Deposit @ 01% of estimated cost which will be accepted by

crossed demand draft on Bank of Baroda / SBI, Ukai Branch in favor of GSECL. Enquiry submitted without EMD will not be accepted.

02 Each Enquiry duly offered in sealed super scribed with Enquiry No. and due date of opening shall be received by RPAD. The GSECL will not take any responsibility of the Enquiry not received on or before due date of submission by RPAD.

03 The undersigned reserves the right to accept / reject any or all Enquiries without assigning any reason thereof.

04 Any alteration / addition / deletion will not be considered after opening of Enquiries, unless called for by the GSECL for negotiations.

05 Subletting of Enquiry is not permitted, however sub-contracting is permitted with the consent of Chief Engineer (Gen.), GSECL Ukai.

06 Being an e-tender party has to submit Technical bid both in soft copy and in hard copy. Price bid is to be submitted in soft copy only. Technical Bid envelope should be submitted in sealed super- subscribed mentioning tender number, name of work, due date of opening, photocopy of DD of EMD shall be received by RPAD only.

07 The Enquiries will be opened in the presence of bidders who wish to remain present at the time of date of opening of the tender enquiry.

08 Service or Any Other Taxes-Applicable - must be mentioned in PRICE BID ONLY and if mentioned in Technical Bid or elsewhere is liable to be IGNORED.

SIGN OF CONTRACTOR CHIEF ENGR. (GEN)

WITH SEAL AND DATE. GSECL: TPS: UKAI

Page 3: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288

GUJARAT STATE ELECTRICITY CORPORATION LIMITED UKAI THERMAL POWER STATION

SCHEDULE - A

Name of work: The work of “Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s, replacement of RTD , overhauling of HP/IP control valves of 200/210 MW LMZ Turbine-Generator of stage- II units No.3, 4& 5 at UTPS during AOH 2012-2013.”

The type of the machine: Condensing, tandem compound, three cylinder, horizontal disc and diaphragm type, Speed: 3000 RPM, Output: 200 / 210MW, Steam Pressure: 130 Kg/cm2, Temp.:535 C.

[I] SCOPE OF WORK:

The scope of the work of “inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s, replacement of RTD , overhauling of HP/IP control valves of 200/210 MW LMZ Turbine-Generator of stage- II units No.3, 4& 5 at UTPS during AOH 2012-2013.”The work enumerated below and the work mentioned here under is only for guide lines. The actual work to be carried out at site will be specified by the Engineer-in-charge of the work after opening the equipment. All such jobs, which are connected with works but are not specified in the scope of work, are deemed to be included in the scope of work. During inspection/checking of any TG bearings, seal liners & HP/IP control valves, if found any damaged or unserviceable, the same should be replaced by new/repaired one at an extra time mutually agreed by GSECL & contractors as per quoted rates of mandatory works.

Detailed item wise Scope of work:

Work of dismantling, inspection for replacement of RTD & refitting of LMZ Turbine - Generator bearings:

1. Bearing No 1: a. Removal of vibration detector from top cover. b. Opening of P/P studs, dowel pin for opening of top cover. c. Opening of top cover of FP and front cover. d. Opening of top half bearing and dismantled JOP line in unit No.5. e. Checking and correction (if required) of top & side oil clearance. f. Provide tackles on FP for lifting of the rotor shaft. g. Dismantling of bottom bearing from position for checking & RTD replacing work as per EIC. h. Checking of white metal bearing by DPT & UT. If found any damaged in white metal it shall be replaced by new /re-babbitted Journal bearing & necessary clearances are to be maintained as

per BHEL protocols. i. Replacement of RTD as per EIC. j. Cleaning of Rotor journal & bearing. k. Cleaning of parting plane of FP & bearing Housing. l. Checking of MOP float & minor correction (if required).If the float found more than permissible

limit, it should be maintained to desired value by dismantling of MOP, oil lines, replacement of MOP bearings etc. at an extra Cost & time mutually agreed by GSECL & as per quoted rates for mandatory works as per sr. No.13.

m. Checking and correction (if required) of interference between top half bearing and top cover of front pedestal.

n. Re-assembling of bearing and cover. Bearing No 2: a. Dismantling and removal of vapor extraction line. b. Removal of vibration detector from top cover. c. Opening of P/P studs, dowel pin for dismantling of top cover.

Page 4: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288 d. Opening of top cover of bearing Housing. e. Opening of bearing yoke (liner) top half. f. Opening and dismantling of top half bearing. g. Checking and correction (if required) of bearing float, top oil clearance and side oil clearance. h. Dismantling of thrust pad and surge pad from top and bottom half. i. Dismantling of amotizor from bottom half. j. Dismantling of JOP line in unit No.5. k. Dismantling of bearing bottom half. l. Checking of white metal bearing by DPT & UT. If found any damaged in white metal it shall be replaced by new /re-babbitted Journal bearing & necessary clearances are to be maintained as

per BHEL protocols. m. Replacement of RTD as per EIC. n. Cleaning of Rotor journal, bearing, liner & Housings. o. Checking of bearing Babbitt contact of bottom half if it is taper, scrapped (if required), bedding

checking/correction. p. Bearing No.2 pad top cover parting plane blue matching to be carried out for oil leakage with

bearing interference. q. Resetting of amotizer. r. Checking and correction (if required) of interference between top half bearing and yoke (Liner)

& Yoke (liner) to top cover. s. While assembling bearing, float of bearing to be checked with bottom half and top half. Float

reading should be matched with top and bottom. t. Re-assembling of bearing and cover.

2. Bearing No 3: a. Removal of vibration detector from top cover. b. Opening of P/P studs, dowel pin for dismantling of top cover. c. Opening of top cover of bearings. d. Opening of top half of bearings. e. Checking/correction (if required) of side oil clearance and top oil clearances. f. Dismantling of JOP line (Unit # 5) and coupling guard. g. Providing tackles for lifting rotors for dismantling of bearing bottom half. h. Dismantling of bearing bottom half from position to check and replace the RTD as per EIC. I Checking of white metal bearing by DPT & UT. If found any damaged in white metal it shall be replaced by new /re-babbitted Journal bearing & necessary clearances are to be maintained as

per BHEL protocols. j. Replacement of RTD as per EIC. k. Cleaning of Rotor journal, bearings, bearing Housing & coupling gaurd. l. Checking and correction (if required) of interference between top half bearing and top cover of

bearing. m. Re-assembling of bearing and cover. 3. Bearing No 4: a. Removal of vibration detector from top cover. a. Dismantling of Gland sealing (LPT Front side) lines, total 4 Nos. b. Opening of P/P studs, dowel pin for dismantling of top cover. c. Dismantling of Bearing No.3 and 4 top half covers. d. Dismantling of bearing top half. e. Checking/correction (if required) of side oil clearance and top oil clearances. f. Dismantling of JOP line in unit No.5. g. Dismantling of coupling guard. h. Providing tackles for lifting the rotor. i. Dismantling of bottom half of bearing to check and replace the RTD as per EIC. j Checking of white metal bearing by DPT & UT. If found any damaged in white metal it shall be

replaced by new /re-babbitted Journal bearing & necessary clearances are to be maintained as per BHEL protocols.

k. Replacement of RTD as per EIC.

l. Cleaning of Rotor journal, bearings, bearing Housing & coupling guard.

Page 5: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288

m. Checking and correction (if required) of interference between top half bearing and top cover of

bearing. n. Re-assembling of bearing and cover. 4. Bearing No 5 & 6 : a. Dismantling of vapour extraction line, barring gear, lube oil line. b. Dismantling of gland sealing (LPT Rear side) lines, total 4 Nos. c. Opening of shaft sealing ring (turbine end) from bearing No.6. d. Opening of hydrogen cooler bends. e. Opening of P/P studs, dowel pin for dismantling of top cover of bearing No.6 & barring Gear. f. Opening of bearing No.6 top cover. g. Opening of bearing No.5 top cover (Barring Gear). h. Dismantling of coupling guard. i. Dismantling of barring gear and its auxiliaries. j. Opening of top half of bearings. k. Checking/correction (if required) of side oil clearance and top oil clearances. l. Providing tackles for lifting the rotor. m. Dismantling of JOP line from bottom half in unit No.5. n. Dismantling of bottom half bearing to check & replace the RTD as per EIC. o. Checking of white metal bearing by DPT & UT. If found any damaged in white metal it shall be replaced by new /re-babbitted Journal bearing & necessary clearances are to be maintained as

per BHEL protocols. p. Replacement of RTD as per EIC. q. Cleaning of Rotor journal, bearings, bearing Housing & coupling guard. r. Checking and correction (if required) of interference between top half bearing and top cover

(barring Gear) of bearing. s. Re-assembling of bearing and cover. 6. Bearing No 7: a. Opening of shaft sealing ring (Exciter end) from bearing No.7. b. Opening of (Exciter end) oil guard ring. c. Opening of P/P studs, dowel pin for dismantling of top cover of bearing No.7. d. Opening of top cover of bearing No.7 e. Opening of top half of bearing. f. Checking/correction (if required) of side oil clearance and top oil clearances. g. Dismantling of JOP line in unit No.5. h. Providing sling on rotor for lifting the rotor. i. Dismantling of bottom half bearing to check & replace the RTD as per EIC. j. Checking of white metal bearing by DPT & UT. If found any damaged in white metal it shall be

replaced by new /re-babbitted Journal & necessary clearances are to be maintained as per BHEL protocols.

k. Replacement of RTD as per EIC. l. Cleaning of Rotor journal, bearings, bearing Housing & coupling guard. m. Checking and correction (if required) of clearance between top half bearing and top cover of

front pedestal. n. Re-assembly of above. 8. Seal Liner Turbine End: a. Opening of shaft sealing rings. b. Opening of bearing No.6 top cover c. Opening of P/P studs, dowel pin for dismantling of seal body. d. Opening of seal body top half. e. Dismantling of seal liner rubber cord and replaced by new one if found damaged. The rubber

cord is given by GSECL on free of cost. f. Dismantling of top & bottom half seal liner to check & replace the RTD as per EIC. g. Checking seal liner white metal by DPT & if found damaged, the same shall be replaced by new

Page 6: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288 one / re-babbitted at an offered rates. No extra Cost & time will be given by GSECL for this work.

h. Replacement of RTD as per EIC. i. Cleaning of seal liner, seal body. j. Blue matching of seal liner with surface plate to achieve 100% blue contact. k. Seal liner oil packet / slope to be maintained by scrapping as per design. l. Re-assembly of above. 9. Seal Liner Exciter End: a. Opening of shaft sealing rings. b. Opening of Bearing No.7 top cover. c. Opening of P/P studs, dowel pin for dismantling of seal body. d. Opening of top half of seal body. e. Dismantling of seal liner rubber cord and replaced if found damaged. The rubber cord is given by GSECL on free of cost. f. Dismantling of top & bottom half seal liner to check & replace the RTD as per EIC. g. Checking seal liner white metal by DPT & if found damaged, the same shall be replaced by new

one / re-babbitted at an offered rates. No extra Cost & time will be given by GSECL for this work.

h. Replacement of RTD as per EIC. i. Cleaning of seal liner, seal body. j. Blue matching of seal liner with surface plate to achieve 100% blue contact. k. Seal liner oil packet / slope to be maintained by scrapping as per design. l. Re-assembly of above with IR value of seal body and all seal liners. If IR value shows `0',then

opening of all pipes and bottom seal body, cleaning of all nuts and bolts, sleeves and Re-assembly by centering with IR value, to be maintained above 50 M ohms.

10. Work for servicing / overhauling of all HP and IP top control valves. a. Removal of split pin & stem nut. b. Removal of insulation from steam chest / valve as per work requirement. c. Loosening and dismantling of column nuts. Removed it. d. Cutting and opening of spindle leak-off lines & nipples. e. Opening of steam chest cap nuts/bolts by externally heating (if required). f. Dismantling of valve chest by jacking (if required ) g. Dismantling of valve seat and stem from chest & replaced its if required. h. Removal of strainer for HP C/V No.2. i. Damaged/Worn-out parts should be replaced by new one such as liner, body seat, valve

assembly etc. j. For re-inserting of new liner in steam chest, the necessary Nitrogen gas will be arranged by

party on his own cost. k. Cleaning of studs, nuts and P/P joint with top steam chest. l. Dismantling, Servicing and Assembling of column by opening of bearing lever, liner, spring. m. Maintain thermal clearance of steam strainer as per permissible limit. n. Reassembly of strainer, valve, seat and stem. o. Reassembly of steam chest and tightening of bolts and cap nuts. p. Welding of leak-off lines. q. Assembly of column. r. Setting of gap of cam and roller and governing characteristic is in party's scope as per EIC

instructions. 11. Scope of work for servicing / overhauling of IP side control valves No. 3 & 4: a. Removal of required insulation around the valves as per requirement. b. Removal of split pins and stem nut. c. Dismantling of tie rod, turn buckle. d. Opening / removal of column nuts. e. Opening/dismantling of elbow chest. f. Cutting and opening of spindle leak-off lines & nipples. g. To arrest the steam chest/pipe with fix support before opening of work to avoid shifting of lines. h. Opening of vertical and horizontal joint by removal of studs.

Page 7: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288 i. Blue Matching of steam chest elbow flanges with corresponding matching flanges to achieve

about 100% blue contact.

j. For re-inserting of new liner in steam chest, the necessary nitrogen gas will be arranged by party on his own cost.

k. Cleaning of studs/nuts and tapping of tapped holes in IP steam chest. l. Reassembly of steam chest elbow by keeping equal gaps between the flanges. m. Reassembly of entire control valve assembly. n. Setting of gap of cam and roller and governing characteristic is in party's scope as per EIC

instructions. SIGN OF CONTRACTOR CHIEF ENGR. (GEN)

WITH SEAL AND DATE. GSECL: TPS: U KAI

Page 8: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288 MANDATORY REPLACEMENT WORKS:

(a) During checking of Journal Bearings no. 1 to 7 by DPT & UT, if any damage/defect is noticed in white metal of journal bearing beyond permissible limit or any defect in bearing shell, the same shall be replaced by new / re-babbitted Journal Bearing as per the instruction of Engineer In-charge.

(b) L1 party for the works as per Sch.B will be decided on the basis of the price offered for the works mentioned in Schedule-B only.

(c) Party has to mention their item vise rates for mandatory works in following table. These rates will not be considered / accounted for Price Bid scrutiny for the works mentioned in Schedule-B, as the Quantity of mandatory work is uncertain, and works are to be carried out if required basis only. (d) If the rates mentioned for mandatory works by FIRST LOWEST party (for the works

mentioned in Schedule-B) are found higher than the rates mentioned for mandatory works by any other party (L2,L3 parties for the works mentioned in Schedule-B); in such case the prices for the mandatory works will be decided by negotiation between GSECL & First Lowest party (for the works mentioned in Schedule-B) OR by matching the lowest rates offered by other party for mandatory works and same will be incorporated while placing the order to avoid any future dispute. Party has to carried out mandatory works as per plant requirement as an extra works.

1. The following mandatory works are to be carried out at an EXTRA TIME & COST mutually

agreed by party & GSECL as per requirement.

LIST OF MANDATORY WORKS TO BE CARRIED OUT BY PARTY (IF REQUIRED) SR Particulars Size Qty Unit Rate to be

Quoted by party in Rupees

1 Replacement of Journal Bearing No: 1 300 MM 01 No.

2 Replacement of Journal Bearing No: 2 330 MM 01 No.

3 Replacement of Journal Bearing No: 3 360 MM 01 No.

4 Replacement of Journal Bearing No: 4 430 MM 01 No.

5 Replacement of Journal Bearing No: 5 430 MM 01 No.

6 Replacement of Journal Bearing No: 6 400 MM 01 No.

7 Replacement of Journal Bearing No: 7 400 MM 01 No.

8 Maintaining of MOP float by dismantling of MOP, oil lines, replacement of MOP bearings etc as per detail scope of work.

- 01 No.

2. EXTRA WORKS FOR REPLACEMENT OF BEARINGS: a. Blue matching of top & bottom half parting plane. b. Blue matching of Bearing bottom pads with bottom housing with respect to seal bore, Bridge

heights & slop of journal. c. Bedding of Rotor. d. Blue matching Top pad with Top housing. e. Maintaining of side & Top oil clearances.

SIGN OF CONTRACTOR CHIEF ENGINEER (GEN) WITH SEAL & DATE GSECL: TPS: UKAI

Page 9: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288

GUJARAT STATE ELECTRICITY CORPORATION LIMITED INTEGRITY PACT DATE :

OUR ENDEAVOUR

To create an environment where Business Confidence is built through Best Business Practice and is fostered in an atmosphere of trust and respect between providers of goods and services and their users for the ultimate benefit of society and the nation. GSECL’S COMMITMENT PARTY’S COMMITMENT ♦ To maintain the highest ethical standards in

business and professions. ♦ Not to bring pressure recommendations

from outside GSECL to influence its decision.

♦ Ensure maximum transparency to the satisfaction of stakeholders.

♦ Not to use intimidation, threat,

inducement or pressure of any kind on GSECL or any of it’s employees under any circumstances.

♦ To ensure to fulfill the terms of agreement/contract and to consider objectively the view point of parties.

♦ To be prompt and reasonable in fulfilling the contract, agreement, legal obligations.

♦ To ensure regular and timely release of payment on due dates for work done.

♦ To provide goods and/or services timely

as per agreed quality and specifications at minimum cost to GSECL.

♦ To ensure that no improper demand is made by employees or by anyone on our behalf.

♦ To abide by the general discipline to be

maintained in our dealings. ♦ To give maximum possible assistance to all the

vendors/Supplier/Service Provider and other to enable them to complete the contract in time.

♦ To be true and honest in furnishing information.

♦ To provide all information to suppliers/ contractors relating to contract/job which facilitate him to complete the contract/job successfully in time.

♦ Not to divulge any information, business details available during the course of business relationship to others without the written consent of GSECL.

♦ To ensure minimum hurdles to vendors/suppliers/contractors in completion of agreement/contract/work order.

♦ Not to enter into carter/syndicate/understanding whether formal/non-formal so as to influence the price.

Seal & Signature (GSECL Authorized Signatory)

Seal & Signature (GSECL Authorized Signatory)

Name : Name : Designation : Chief Engineer(GEN) JE DE EE SE ACE

Page 10: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288 Annexure

Tender for Supply/ Work of________________________________________________

____________________________________________________________________

____________________________________________________________________

On Firm’s Letter Head

CERTIFICATE- “A”

I/We _________________________________________________authorized signatory of M/s

_________________________________________here by

Certify that M/s _______________________________________________is not related with

other firms who have submitted for the same items under this inquiry/ Tender.

Seal of the Firm Signature of the Tender ed Place: With Designation . Date:

Page 11: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288 1. GENERAL SCOPE OF WORK:

1.1 The work covered under this specification is of highly sophisticated nature, requiring best quality precision workmanship, engineering & overhauling management. The contractor should ensure successful and timely completion of work.

1.2 The contractor shall take care of safe handling of GSECL equipment, piping, instrument pick-up of differential expansion and axial shift, spares, tools, tackles and other materials given to the contractor. In case of damages and/or losses, the same will be recovered from the contractor.

1.3 The contractor shall perform any services, tests etc. although not specified but required for the completion of the work at no extra cost.

1.4 All the work shall be carried out as per the instruction of GSECL Engineer or his representatives. GSECL Engineer’s decision regarding the correctness of the work and method of working shall be final and binding to the contractor.

1.5 The work may require to be carried out at any time (day and night) or in shift duties to ensure completion of work within stipulated time.

1.6 AOH work of TG bearings and Seal liner is precise and accurate work. The contractor shall have to log/note down all parameters before shut down of Unit before starting of work and will restore the design parameters after work. For which contractor may required to carry out certain works which is not specified in detail scope of work but necessary for safe/stable operation of unit will be carried out by contractor at no extra cost.

1.7 Scaffolding if required for this job is in party's scope. However scaffolding material if available will be issued to party on returnable basis at free of cost.

1.8 The contractor shall carry out all necessary checks such as accuracy of levels, centre line, bolt position, clearances etc.

1.9 Replacement of RTDs of Journal Bearing No. 1 to 7 & Gen seal liners will be done by GSECL's Instrument Maintenance Department or as per instruction of Engineer-in-Charge. However journal Bearings & seal liners are to be dismantled & re-assembled/refitted after RTD replacement will be done by contractor.

1.10 Vibrations on T G Bearings and temperature of bearings 1 to 7 and seal liners for which the job carried out should remains normal / within allowable limits.

1.11 The contractor shall carry out air tightness test on generator stator rotor and gas system to the satisfaction of GSECL. Any leakage to be attended is in the scope of work.

1.12 All dismantled pipes / tubes shall be cleaned as instructed by GSECL Engineers and shown to GSECL Engineers before assembly. All flange joints of pipes & openings are to be blanked temporarily by contractor. All pipes are to be cleaned by pressurized air.

1.13 The contractor will have to depute the sufficient, skilled, adequate man powers while executing the job during overhauling.

1.14 All consumable namely cotton waste, O2-DA cylinder, Nitrogen gas cylinder, Rustolene, diesel, adhesives compound, general purpose welding rod etc. and tools-tackles required for above job are in the scope of contractor. Only parting plane jointing compound, spares of C/V for replacement, Bearings will be provided by GSECL. Any work related to contract awarded is not mentioned in the scope and is required to be carried out then the same will be in the party’s scope at no extra cost.

1.15 Contractor has to follow labour laws and safety rules as per GSECL's procedure.

1.16 Air, water, electricity will be provided by GSECL.

Page 12: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288 1.17 Contractor will have to provide all necessary tools, tackles, plants, measuring

instruments and handling equipments for overhauling of 210/200 MW TG set in the scope of work

1.18 Scaffolding if required for this job is in party's scope. However scaffolding material if available will be issued to party on returnable basis at free of cost.

1.19 Specialized turbine spanners (above 40 mm size) will be provided by GSECL if available. However necessary tools & tackles, lifting devices are to be arranged by contractor.

1.20 Shifting of material from main store to site store is in party's scope.

1.21 For the work of any of HP/IP C/V, removal of thermal insulation is in party's scope; however re-insulation work will be carried out by agencies fixed by GSECL re-insulation.

1.22 The contractor will have to depute the sufficient, skilled, adequate man powers while executing the job during overhauling

TECHNICAL TERMS & CONDITIONS: 1.1 TIME LIMIT FOR COMPLETION OF WORK:

The time limit for the work of Sr. No.1 to 11 of Sch. `B' shall be 15 days for each unit # No.3, # No.4 & # No.5. [The time limit for the work of Sr. No. 1 to 9 of Sch. `B' shall be 10 days after stopping of Barring Gear & 5 days for Servicing / Overhauling of HP-IP control valves (as per required) from the stopping of machine] during shutdown (AOH) period.) However any mandatory works shall be carried out by party at an extra time mutually a greed by GSECL & contractors as per quoted rates of mandatory works.

1.2 No price escalation will be entitled during contract period.

1.3 Party has to arrange for `To & Fro' transportation of their man-power at their own cost.

1.4 This work contract is valid for a period of 24 months & party shall have to carry out the work during AOH / Planned Shut down. The GSECL reserve the right to extend this work contract for further period of Six months as deemed suitable, considering the work yet to be completed and it will be binding to the party. The rates and other terms and conditions will remains same as per original order for the extended period.

Rates are quoted to be firm. Hence no price escalation will be applicable.

SALES TAX AND OTHER TAXES:

Service Tax will be paid extra on producing the documentary evidence. No sales tax, professional tax or any other taxes, Cess or levy, Excise, VAT, octroi, royalty or other duties will be payable by GSECL.

1.5 INSURANCE AND SECURITY:

Contractor shall have to arrange for the insurance for their manpower and equipment during the period of overhauling. GSECL will not be responsible for any loss or damage to contractor’s personnel and equipments.

1.6 CONTRACTOR RESPONSIBILITY: You shall have to assure that the repairs to the equipment covered the scope and will be conducted with the best of skill and know-how with you and the clearances and adjustment set forth in manufacture’s drawings/instruction and other information furnished by BHEL. The contractor has to take care for the safe handling of GSECL equipments given to them.

1.7 UNSATISFACTORY PROGRESS OF WORK: If the work under the contract is found unsatisfactory or not progressing according to the requirements the GSECL may take such action as deemed fit to see that the

Page 13: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288 work is completed in time at the contractor’s risk and cost, including termination of contract.

1.8 PERFORMANCE GUARANTE:

The performance guarantee against workmanship shall be 60 days for each Unit from the date of synchronization of the machine. Any defect developed / observed within guarantee period shall be attended by the party free of cost at the earliest available opportunity / shutdown suitable to GSECL & up to 120 days from the first synchronization of the unit after completion of annual overhauling.

1.9 The contractor representatives, having thorough knowledge of such type of job work & shall

remain present during overhauling and commissioning activities. 2.0 The contractor will have to execute an indemnity bond on non-judicial stamp paper of Rs.

100/- prescribed format after receipt of the order. The cost of the stamp fee shall be born by the contractor.

2.1 The tender with specifications, schedules, drawings and the contract booklet is to be signed by the contractor which will form part of the contract, subsequent correspondence shall be deemed to be part of the contract.

2.2 PAYMENT TERMS: Payment shall be made as per actual work carried out as per

schedule-B & foot note Sr.No.1 of schedule-‘B’. However party is entitle to produce the Bill partially & payment will be made by running account bills as per actual work done only.

2.2(A) Following items / facilities will be provided by GSECL at free of cost. (a) Electricity and service air at single point nearer to work site.

(b) Workshop facility for machining/modification work only that may be possible in the workshop.

(c) Open space/plot area for storing the spares & site office purpose. (d) EOT crane with operator will be provided at free of cost. (e) Die Penetrant (DP) Test, Ultrasonic (UT) Test of white metal bearings are carried

out by GSECL Metallurgical Laboratory, however required man power is to be provided by party.

(f) Accommodation will be given by GSECL on chargeable basis if available. (g) Medical facility is provided by GSECL on chargeable basis

2.3.1 Maintaining good housekeeping during the complete work tenure.

2.4 All safety precautions are to be taken by the contractor for safety of their personnel & nearby equipments. GSECL will not be held responsible in any way for accident/damage to the personnel as well as equipment of contractor.

2.5 At any instant / incident, the contractor’s staffs is / are not available for the works, GSECL has every right to carry out these works, either departmentally or by deploying other agency at all risks and cost of contractor.

2.6 Contractor has to handle the GSECL’s equipments carefully and take all precautions while carry out the overhauling work, otherwise the cost of the damaged / shortage equipment will be recovered from the party’s bill.

2.7 As per the amendment of Provident Fund Act, all the workers from the day, they join, are eligible for becoming a Member of Provident Fund. The contractor shall submit along with his statement regarding deductions against employees Provident Fund at the rate made applicable by the Government from time to time of the wages. The contractor’s contribution and worker’s contributions towards P.F. shall be deposited by contractor with Regional P.F. Commissioner, Ahmedabad.

Page 14: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288 2.8 Under the contract the contractor should nominate a person in writing who must be

available at site and also should be authorized to make decision and about the work and receive the instruction from Engineer-in-charge of the work at any time. In absence of any responsible man of contractor at the time of emergency, decision of Engineer in charge will be binding to the contractor.

2.9 As per clause of EPT & MP Act 1952 contractor must have separate P.F. code number and proof of separate P.F. code No. are invariably submitted with their offer otherwise offer may be ignored.

2.10 CLEANLINESS:

The contractor is responsible to keep the work area cleaned day to day. No separate payment shall be made for keeping the work area clean. However an additional penalty on delays at 2 % of the total value of work executed shall be levied, if the contractor fails to keep the work area clean and at least three warnings shall be issued to the party by GSECL In-charge Engineer in this regard.

2.11 AGREEMENT:

As per GSECL’s rules, the successful Bidder shall have to enter in to an agreement with the GSECL on stamp paper of appropriate value Rs. 100/- in the prescribed form within one month of receipt of this A.T. or before starting the work. The cost of the stamp paper shall be born by contractor.

2.12 SECURITY DEPOSIT:

2.12.1 The successful Bidder will have to pay Security Deposit 10 (Ten) % of the order value. Half of the amount shall be paid within 10 days from the date of intimation of acceptance of order by Demand draft. The remaining half of the Security Deposit shall be recovered from first R.A. Bill, failing which the SD shall be forfeited and contract will be treated as cancelled.

2.12.2 The Company reserve the right to forfeit the Security Deposit incase if any breach of contract and incase of dispute, the decision of CE (G) GSECL, TPS UKAI shall be final and binding to the contractor.

2.12.3 The amount of Security Deposit will be refunded after satisfactory completion of work and after deducting any dues of the Company.

2.13 If the work is not completed during the time limit, the penalty at the rate of ½% of the order value per day to extent of 10% of order value will be levied and recovered from the bill.

2.14 DISPUTE:

In case of any dispute, the decision of the Chief Engineer, GSECL, UTPS shall be final and binding to the contractor.

The GSECL reserves the right to split each item in to more than one agency and place the order accordingly. All parties should therefore, carefully evaluate and fill up the rate, keeping themselves ready to execute order for any one item or more, allotted to them by the GSECL.

2.15 STATUTORY VARIATION:

Any statutory increase or decrease in the taxes and duties subsequent to your offer if it takes place within the original contractual delivery date will be paid / recovered subject to the claim being supported by documentary evidence. However, if any decrease takes place after the contractual delivery date, the advantage will have to pass on to the GSECL.

2.16 VALIDITY: The tender shall remain open for acceptance for a period of at least 120 days from the date of price bid opening. The date of price bid opening will be intimated by Company.

Page 15: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288

2.17 H & S Management System Requirement : It is to be noted that GSECL, Ukai TPS is establishing and implementing Occupational Health & Safety Management System complying with OHSAS 18001:2007.

You as a part of the GSECL Ukai team and as defined by the scope of mentioned standard, all contractors are required to comply with and participate to prevent the occupational Health and safety hazards and risks including observation of safety rules. Further you are also to comply with all applicable legal requirements while executing the work, in case the job is assigned to you.

2.18 ARBITRATION CLAUSE:

“All questions, disputes, OR difference, whatsoever which may at any time arise between the parties to this contract in connection with the contract or matter arising out of or in relation thereto, shall be referred to the Gujarat Public Works Contract Dispute Arbitration Tribunal as per the provisions of the Gujarat Public Works Contract Dispute Arbitration Tribunal Act, 1992”.

2.19 The”General Terms and Conditions” are as per enclosed sheet. SIGN OF CONTRACTOR CHIEF ENGR. (GEN) WITH SEAL AND DATE. GSECL: TPS: UKAI

Page 16: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288 GUJARAT STATE ELECTRICITY CORPORATION LIMITED

UKAI THERMAL POWER STATION

GENERAL TERMS & CONDITIONS :

01. The ‘contractor’ means the documents forming tender and the subsequent agreement that may be entered in to.

02. The general rules and regulations of the Corporation for tender and contract for works will apply to the extent the same are not modified herein. Any other rules and regulations, conditions etc. that are in force at present and that may be framed by the Corporation from time to time in connection with contracts will be binding and acceptable to the contractor.

03. Sub-letting or tradable of contract without prior written approval of Corporation will be treated as a breach of contract and it will be punishable by forfeiting the security deposit as well as termination of contract.

04. The successful Tendered will have to pay total 10% of the order value as security deposit out which 5.0 % is to be paid by D.D. and remaining 5.0 % will be recovered from 1st R.A. bill.

05. The contractor shall hold the Corporation indemnified against and in respect of any claims arising out of injury to any persons (s), loss of life; workman’s compensation and any other thieve The Bidder claims whatsoever. The contractor shall be responsible for any damages to any property of the Corporation due to negligence of the contractor on his employees. The Corporation will be entitled to recover the damages from the contractor and it shall be final and binding to the contractor.

06. The contractor shall submit his sales tax registration number and same should be quoted on all his bills.

07. The contractor will have to enter in to an agreement with the corporation and the cost of the stamped paper shall be borne by the contractor, the contractor shall also have to execute an indemnity bond on required value of stamped paper as per Corporation’s rules. The cost of the stamped paper will be borne by the contractor.

08. Arbitration Clause : All questions, disputes, or difference, whatsoever which may at any time arise between the parties to this contract in connection with the contract or any matter arising out of or in relation thereto, shall be referred to the Gujarat Public Works Contract Dispute arbitration as per the provision of the Gujarat Public Works Contracts Disputes Arbitration Tribunal Act-1992.

09. The Bidder shall strictly observe all the Labour laws and Factory acts in existence and amendments made from time to time.

10. The work shall be completed within stipulated time. If required, The Bidder will have to work round the clock to maintain the work schedule.

11. Payments shall be made as per actual work done only.

12. The contractor shall have to take all necessary precautions to avoid fire during cutting welding etc. in case of any smoldering fire, the same should be extinguished by contractor immediately using their own labour tools water and buckets etc.

13. Party shall arrange is own adequate tools and tackles welding accessories drilling machine, grinders, scaffolding/lighting materials including lighting transformers as per IS-1416 etc. required for the work included in Schedule-A.

14. Party has to carry out the work at site only. If work is found unsatisfactory or not progressing according to the schedule given by the GSECL, then the GSECL reserves rights to terminate the contract without assigning any reasons thereof and the remaining work can be allotted to same other agencies at your risk & cost.

Page 17: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288 15. Before starting the contract, the party has to furnish the documents for insurance of

workers, failing which the contractor shall not be allowed to commence the work.

16. An authorized technically qualified representative of the contractor must be available at site while the work is going on. The address of the representative should be submitted to this office so that The Bidder’s representative can be contacted whenever, required in connection with execution of the work.

17. Scaffolding material, if available with GSECL, will be issued on chargeable basis otherwise contractor will have to arrange for the same at his own cost. After completion of work scaffolding is to be removed immediately.

18. After completion of work, working area and surrounding area should be made clean by removing M.S. debris & all types of scrap etc. scrap should be credited to main store only & it should be dumped at place shown by EE (Store).

19. The Bidder shall submit daily progress report for the work carried out by them.

20. The contractor if desires can see the plant and site of work with permission of under signed on any working day during working hours.

21. The contractor shall have to submit their own P. F. Code number if allotted by RPF Commissioner / P.F. Authority. In case the P.F. Authority has not issued. Allotted P.F. Code number to you then you shall have to comply with the provision of the P. F. Act and submit the P.F. Contribution of your Employees and Contribution of yourself to the P.F. Trust of the Corporation.

22. All the employees engaged by you will be covered under P. F. Act and if you are denied the separate P. F. Code number by the P.F. Authority than you will have to submit the P.F. Contribution along with administrative charges to GSECL P.F. Trust without fail. If you will not comply this condition the final bill will not be released.

23. This contract or any part thereof shall not be sublet to or assigned to any other party/ contractor without written permission of the GSECL.

24. The party has to arrange for the accommodation for their all staff at his own cost.

25. Income tax will be deducted as per prevailing rate.

26. The tender should be submitted along with EMD, without which no tender will be accepted.

27. The details of payment of EMD & Tender fee shall be clearly indicated and furnishing of MR / DD no. on technical bid of tender covers itself.

28. Conditional tender will not be accepted, withdrawal of condition unilaterally after opening of tender will not be permitted.

29. Contractor shall submit tender along with detailed list of similar works carried out by him indicating place of work, contract values and names of organizations along with certificates for satisfactory performance of work.

30. The contractor shall quote only in single percentage of rate above or below the estimated rates i.e. contractor should quote either say percentage above estimated cost for the item or say below the estimated cost for the item detailed at schedule-B.

31. After completion of contract work the work completion certificate is required to be produced before the DGM / IRO for the purpose of no dues certificate and cancelation of gate passes issued to the contractors work men at the time of execution of the contract work.

SIGN OF CONTRACTOR CHIEF ENGR. (GEN) WITH SEAL AND DATE. GSECL: TPS: UKAI

Page 18: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288

UTP – SAFETY - 001 REV:00 15/12/2008 Ukai - TPS

“GENERAL SAFETY RULES / NORMS” TO BE OBSERVED BY THE CONTRACTORS

All the contractors working at Ukai Thermal Power Station shall have to strictly observe the following Safety Rules. The Contractors shall be responsible for informing & observing these rules by their supervisors / employees / labours as well as the supervisors / employees/ labours of their sub-agencies / sub-Contractors engaged, if any. Prior to commencement of the work, Contractor shall have to submit a written assurance on their letterhead to the concerned Sectional Head / Engineer-in-charge that they have thoroughly gone through these Rules, have educated their employees / employees of their sub contractor and will strictly observe the said Rules while execution of work under work contract awarded to them. They will have to indemnify the Corporation for any loss or damage / accident / injury to the Corporation‘s property / employee or employee of their own in default of non - observing these rules.

01 Persons to be employed for carrying out the work shall possess required qualification, be fully trained and conversant for works to be done. All persons should have gate pass. Register consisting the full details (i.e. address, phone no, details of nearest relative, etc.) of all persons is to be maintained. During the work execution, one trained & competent supervisor should always remain present at site.

02 The contractor shall take all the required safety measures prior to commencement of work on dangerous substances, machineries or area at which cautionary notice is displayed and obtain —Line Clear“ or —Work Permit“ through the concerned Department / Section.

03 Prior to carrying out welding, gas cutting, furnace heating or any other hot work job, the contractor shall remove all the inflammable material lying at or nearby worksite or cover it properly by suitable protective covering. Also, special care shall be taken before carrying out such job & see that all possible contributing factors to set fire shall be removed / vanished prior to commencement of the work. Advance intimation shall be given to concerned section / fire section to commence the work in fire prone areas. They should also keep ready all the First Aid Fire Extinguishers / equipments & fire extinguishing media / material like sand / water buckets or other appropriate equipment at such place.

04 While carrying out work in confined space or inside vessel, the contractor shall obtain necessary —Confined Space / Vessel Entry Permit“ from concerned department prior to commencement of the work.

For lighting in such areas, only 24-volt (ISI certified & with proper guard) hand lamp shall be used.

For taking care of the persons working inside the confined space / vessel, a supervisor / person capable to keep continuous watch on person(s) working inside, assist them incase of emergency or arrange to get immediate outside help, shall remain present at entry point and shall use full body safety belt without fail.

While working inside sewage, trench or in-depth, a person to warn outsiders / entrants / passers etc shall remain available near entry point or the entry point shall be cordoned by a barricaded tape with a cautionary notice. After completion of the works, all the lids / covers / grills / grits opened, shall be re-fixed / re-placed in the original position as it were prior to commencement of the work and leave the work place in safe condition in all respect, so as to prevent accident to fellow workers.

05 The contractor shall see that he / his persons do not block (by stacking material, spare parts, tools-tackles, equipments etc), any passages / walkways / gangways / aisles / staircases / ladders / lifts or any other approaches / roads leading to plants or its auxiliaries, on which there is a traffic movement or possible traffic movements

Page 19: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288 in case of emergency. Such passages are meant for safe escape in the event of emergency. If it is utmost necessary to carry out work in such area with blocking of passage, prior permission of Competent Authority or the Engineer-In-Charge shall be obtained. To demarcate / declare the area as UNSAFE, cordon it using barricading tape & display suitable caution notice or keep a person to restrict / divert the traffic on this route through other safe passage.

06 Prior to use power / electrically operated hand tools / equipments / machines / gadgets like welding machine, hand grinder, hand drill etc, ensure for its safe operation & use it only if it is found safe to use. Do not use defective, unsafe or improperly maintained equipments. The electrical power supply required to run such equipments shall not be taken directly at their own but shall be obtained through concerned Electrical Maintenance Departments or their authorized persons or under their observations / guidance only. The Electrical Section shall provide temporary electrical connection up to contractor‘s Mains Board on which it is compulsory to install mains switch, ELCB & fuses of adequate capacity. All such equipments shall invariably be earthed adequately to prevent electrical shock, sparking, short circuit etc. Power cord to be used shall be of adequate capacity, without any joint & shall consist of earth wire also. Hence, it is necessary to use adequate capacity 3-wire power cord for single & 5-wire power cord for three phase power connections. The plugs, receptacles, pins, holders etc shall be of adequate capacity & safe to use. All electrical & mechanical equipments / tools-tackles viz. welding machine, cutting machine, Grinder, Drill, Chain Pulley Blocks, Hook chooks etc required to be used during work execution shall be of standard make & bear ISI certification mark on it. The consumables like welding electrodes, grinding wheels / discs etc which has specific prescribed life span shall not be used in any case if its expiry date is over.

07 It is compulsory to use standard make Personal Protective Equipments (P.P.Es.) as per the job requirement. Do not work without use of required P.P.Es. Contractor is responsible to provide standard make (ISI approved) Personal Protective Equipments / Safety Gadgets suitable to give sufficient protection against hazards involved in their work / job to their staff, as per the job requirement and insist / enforce their staff to put on the same while at works. The ongoing work is liable to be stopped at any time if the contractors‘ staff is found working without P.P.Es. Following is the list of various P.P.Es. to be used for various works / worksites.

List of safety equipments

01 Industrial Safety Helmet For protection of head against falling objects or during fall of person from height.

02 Safety Goggles (Grinding, Welding, etc).

For protection of eyes against flying particles / dust, chemical splash, spark, arc, flashover etc.

03 Face shield (Half or full). For protection of face against flying particles / dust, chemical splash, spark, arc, flashover etc.

04 Earplug / Ear muff For ear / hearing system protection while working in high noise level area.

05 Apron (Rubber / PVC / Asbestos / Leather / Cotton).

For body protection against chemicals, oils, sharp edged objects, heat, hot objects etc

06 Gloves (Rubber/PVC, Asbestos, Leather, Electrical shock proof).

For protection of hands against chemicals, oils, sharp edged objects, heat, hot metals/objects, electricity etc.

07 Safety / Leather / Asbestos shoes, Gum Boots etc.

For protection of leg/feet against falling objects, sharp edged objects, heat, hot metals/objects, electricity etc.

08 Safety Belt(full body) / Rope / Life line / Fall prevention system etc.

For fall prevention while working at heights or in depth, working in vessel or in confined space.

09 Dust Respirator / Scarf. Protection of respiratory system against dust. 10 Chemical Cartridge Respirator Protection against chemical fume / vapor etc. 11 Canister Gas mask. Protection against toxic/poisonous fumes/gases. 12 Air supply respirators Working in oxygen deficient zone.

Page 20: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288

08 Before using lifting machines / tackles (like C.P.Bs., Hook chooks, winch, forklift, mobile crane, EOT crane etc) & its attachments (like D-shackles, slings, U-clamps, Eye bolts or any fixtures), it shall be checked and used only if found safe to use. Also, ensure that these are tested, examined & certified in form no 9 / 10 by Competent Person as per the Factory act-1948 and its validity is not expired. Further, it shall be fixed properly and firmly prior to lifting the weight.

09 Scaffoldings to be used for working at height shall be of adequate size & capacity. Obtain the work permit when working at height. While climbing on such scaffolding or working on any structure at height, use of full body safety belt & Helmet is compulsory. It is also necessary to fasten chinstraps of the helmet.

10 Contractor or their employee shall not interfere in day-today routine plant activities / works except the work assigned to them, shall not loiter in the areas other than their work jurisdiction, as well as shall not temper / operate / touch the machineries / equipments / auxiliaries with which they are not concerned. Also, the contractor shall strictly instruct their staff not to sit or take rest at / near / below running plants, auxiliaries, systems or any place which is risky, hazardous & prone to accident.

11 The cylinders containing poisonous / toxic or inflammable / explosive gas like Oxygen, Acetylene, LPG, Hydrogen, Ammonia, Chlorine, CO2 etc shall be handled safely taking due care. To handle / shift such cylinders a special trolley / cage meant for it must be used but in no case it should be rolled. Domestic LPG cylinder shall not be used / permitted.

12 On completion of the work, cotton waste, spilled oil / grease, pieces of welding rod & other waste material shall be removed from work site and the area shall be left safe, neat & clean.

13 In case of any injury / accident while working, it shall immediately be reported to Safety Department through concerned Sectional Head / Engineer. The prescribed Form No. 21 may be obtained from concerned section or Safety Officer. [[

For any incident occurred but have no injury to any persons should also be informed to Safety Officer as —Near Miss Incident.“

14 In all risky jobs, before starting the work, contractor should obtain General Safety Work Permit from concerned section well in advance.

15 In case of noticing smoke or fire during their work execution, they shall make immediate efforts to extinguish / control it and simultaneously inform the Fire Brigade on phone No. 4444 or 4344 or 5555 or 02624-290049, shall shift the casualty to nearby hospital after rendering first aid in case of accident.

16 Over & above these, contractor shall have to follow all the safety requirements / rules & regulations / norms and legal provisions laid down in various statutes, particularly the provisions of The Factories Act-1948 & The Gujarat State Factories Rules-1963 (Amended up to date) shall be followed strictly. The contractor shall also obey the rules / regulations / instructions of the local Competent Authority for safety requirements.

17 No women or young person shall be allowed to clean, lubricate or adjust any part of a prime mover or of any transmission machinery while the prime mover or transmission machinery is in motion. Examination or operation of motion machinery shall be made or carried out only by a specially trained adult male worker wearing tight fitting clothing as per section 22 of factories act 1948.

18 No women or young person shall be employed or permitted to work in Lead-compound area

like battery room etc. as per schedule VI of GFR 1963. 19 All the relevant labour and industrial laws shall also be followed compulsorily. 20 It is felt necessary to deploy safety officers / Safety supervisors by contractors / Agencies

involved in carrying out hazardous activities / operations inside TPS to have better and

Page 21: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288 constant supervision in terms of Health Safety and Environment activities.

21 In case, it comes to the notice of GSECL UTPS management that the safety guidelines / safety rules / safety norms are not being followed then a minimum sum of Rupees One Thousand shall be penalized on the contractor / Agency and for subsequent such violation, a severe penalty / action as deemed fit shall be imposed, which may please be noted.

22 The above rules shall be scrupulously followed and where required, they may contact the

Safety Officer for any ambiguity / further guidance in this regard. 23 For performance evaluation of contractor, safety factors of work accident, fire incident

& near miss accident will be considered. Steps can be taken to review the job assignment up to cancellation for negligence.

SIGN OF CONTRACTOR CHIEF ENGR. (GEN) WITH SEAL AND DATE GSECL: TPS: UKAI:

Page 22: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288

PRICE BID

RFQ No:21366

WT- 2288

NAME OF WORK : Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s, replacement of RTD , overhauling of HP/IP control valves of 200/210 MW LMZ Turbine-Generator of stage- II.Units No.3, 4& 5 at UTPS during AOH 2012-2013.

Please submit price bid duly signed & stamp (without stating above/below rates) along with Technical Bid.

Page 23: WT-2288 Tender Documents - GUVNL Office...WT - 2288 TECHNICAL BID RFQ No:21366 WT- 2288 NAME OF WORK: Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s,

WT - 2288

SCHEDULE-B

PRICE BID

NAME OF WORK : works of “ Inspection of Turbine-Generator bearings No.1 to 7 , Generator seal liner’s, replacement of RTD , overhauling of HP/IP control valves of 200/210 MW LMZ Turbine-Generator of stage- II units No.3, 4& 5 at UTPS during AOH 2012-2013.”

NAME OF PARTY:

Sr. No Description Size Qty.

in Nos. Unit rate per Rs. Ps.

Total Amount Rs. Ps.

Lump sum labor charges for dismantling, inspection , replacement of RTDs & refitting of LMZ Turbine -Generator bearings as per detail scope of work mention in annexure A and as per instruction of EIC 01 Bearing No: 1 300 MM 03 28708.00 86124.00 02 Bearing No: 2 330 MM 03 74640.00 223920.00

03 Bearing No: 3 360MM 03 43060.00 129180.00 04 Bearing No: 4 430 MM 03 68897.00 206691.00

05 Bearing No: 5 430 MM 03 68897.00 206691.00 06 Bearing No: 6 400 MM 03 60285.00 180855.00

07 Bearing No: 7 400 MM 03 40189.00 120567.00

08 Seal Liner Turbine End - 03 28708.00 86124.00

09 Seal Liner Exciter End - 03 57415.00 172245.00

10 Servicing/overhauling of HP control valves. - 08 59035.00 472280.00 11 Servicing/overhauling of IP control valves. - 08 59035.00 472280.00

Total estimated cost in Rs.

23,56,957.00

Total es timated amount Rupees: Twenty three lacs fifty six thousands nine hundred - -fifty seven only (Exclusive of service Tax).

My offer is _____________________________________________________ % HIGHER OR ________________________________________________________________ % LOWER (%age should be written in figure as well as in words.) than above stated estimated rates for the items of schedule - B. Note:

01 Payment will be made monthly as per actual work done only after measurement within 30 days.

02 The above rates are exclusive of service tax. 03 Service tax, if applicable will be paid extra on works portion only at prevailing rates as per rule

against Service tax Regi.no.of your firm. 04 In-complete offers are liable for rejection & decision of Chief Engineer (Gen.); Ukai TPS are

final & binding to the contractor. 05 The work tenure for execution of above quantities is 24 months period. 06 The above estimated cost is exclusive of works mentioned in Clause mandatory replacement

works of tender. SIGN OF CONTRACTOR CHIEF ENGINEER (GEN) WITH SEAL & DATE GSECL: TPS: UKAI