You are on page 1of 27

1

ANNEXURE-A
(FOR GANDHINAGAR STAGE -I)
TECHNICAL SPECIFICATION FOR 220VOLTS, 800AH CAPACITY BATTERY SET
MAKE: EXIDE,UNION,STANDARD, AMARARAJA, AMCO ONLY.
Bidders shall ensure that the offered battery set shall have long life and trouble free
maintenance.
(1)
Most versatile in discharge, which requires that it can supply very high current on instant
demand and at same time are capable of providing low current for extended periods.
(2)
Mainly stored energy of battery is released on failure of main power supply, therefore
extremely high standard of reliability and its safety is required over an extended period of useful
life.
(3)
High pressure spine casting of Electrodes to ensure uniform and consistent grain
orientation and no voids in spine.
(4)
High quality lead (99.97 % pure).
(5)
Less Antimony content (Less than 3 %) to ensure low float charges current and therefore
low electrical consumption throughout its service life on float operation.
(6)
Polyethylene envelope separator to eliminate the possibility of side short circuit.
(7)
Global quality standard as per ISO:9001 is preferable.
(8)
Type Test approved by ERTL or such Govt. recognized Lab.
(9)
AH Efficiency at rated load should be more than 90% & WH Efficiency should be more
than 75%.
(10) Gasification Voltage per cell should be 2.36 V.
(11) Initial & Rated Capacity of Battery at 27 degree Centigrade should be 800 AH.
(12) Chemical composition of positive plate is lead alloy spine surrounded by Pb O2.
(13) Chemical composition of negative plate is spongy lead.
(14) Containers material should be hard rubber.
(15) Vent plug material should be dome type ceramic.
(16) Working height of the battery set along with stand should be 1000 mm (plus or minus
10 mm) from ground level.
(A)
FOLLOWING LIST OF STANDARD ACCESSORIES TO BE SUPPLIED WITH
TUBULAR TYPE BATTERY SET.
(1)
Inter cell & Inter raw connectors-Connectors should be suitably coated to withstand
corrosion, adequate thickness of coating must be necessary-1 Set
(2)
Fasteners - Nut, Bolts, etc shall be effectively lead coated to prevent corrosion-1 Set
(3)
Cell supporting insulators-1Set
(4)
Float level indicators-1 Set
(5)
Micro porous ceramic Vent plugs-1 Set
(6)
Acid resisting funnel-2 nos.
(7)
Acid resisting jugs-2 nos.
(8)
Sufficient Electrolyte quantity for commissioning of Battery set plus 10% extra in
separate container.
(9)
Cell number plate with fixing pins-1 set.
(10) Single tier FRP stand with end height 1000 mm after putting cell on FRP rack & support
insulators -1 set
(11) Syringe Hydrometer (1100-1300) in step of 0.005 with wall mounting teak holder-2 nos
(12) Thermometer (0-100 c) with gravity correction scale-1 no.
(13)
Rubber syringes -1no.
(14)
Related spanners-2 set.
(15)
Rubber Hand gloves-5 pairs
(16)
Rubbers mat 1 MTR x 0.5 MTR x 10 mm thick- 2 no.
(17)
Acid Resisting Apron-2 no.

2
(18)

10% of installed quantity vent plug

(19)
50 % of installed quantity of inter cell connector with nut, bolt and washer
(20) Any items not specified above, but which is required for commissioning & efficient
working of the batteries may be supplied without any extra cost.
APPLICABLE STANDARD (LATEST REVISION):
IS 1885 : Electrical vocabulary, secondary cells and batteries.
IS 1651 : Lead acid batteries with High Discharge Performance Tubular cells.
IS 1069 : Water for storage Batteries.
IS 266 : Sulphuric acid for storage batteries.
IS 8320 : General requirement for methods of test for lead acid storage batteries.
IS 1146 : Specification for rubber and plastics container for lead acid storage batteries.
IS 6071 : Synthetic Separator for lead acid Batteries. .
IEEE 485 : IEEE Recommended practice for sizing of large lead acid storage batteries for
generating
station.
IEEE 484 : Recommended practice for design and installation of storage batteries.
IEC 896-1: Stationary Lead acid batteries.
: DESIGN & CONSTRUCTIONAL FEATURES OF BATTERY:
(i) Type:
The battery shall be Lead Acid Tubular HDP Type.
Sealed maintenance free VRLA type/Nickel Cadmium type batteries are not acceptable .
(ii) Positive Plate:
The positive plate shall be of Tubular gauntlet type. Plates shall be made of high pressure cast
special Lead Antimony alloy spines in complete contact with superior active material,
effectively retained in multi-tube woven gauntlet of high tensile acid-resistant polyester & shall
be free from any kind of manufacturing defects. It shall be electrochemically formed & shall be
capable of operating under normal working condition without buckling or cracking.
Welding together of smaller size lead casting/plates to form larger sizes will not be acceptable. It
should be genuine Tubular type of plate only & not so called equivalent type.
(iii) Negative Plates:
The negative plate shall be of flat past ed type & made of. Special Lead Antimony alloy. It
should have adequate mechanically strength & should be so designed that active material is
maintained in intimate contact with the grid under normal working conditions throughout life of
battery.
(iv) Se parators:
The separators should be of High Porosity polyethylene envelope form permanent insulating
diaphragms between the plates. It should be acid resistance, chemically inert & should have
excellent oxidation resistance & high degree of porosity to ensure low electrical resistance. It
should not exhibit any tendency to swell or shrink at temperature encountered during operation.
(v) Container:
The container of cell should be moulded from hard rubber or polypropylene confirming to the
requirement of IS: 1146 are used with outstanding chemical resistance, rigidity and toughness
with very high insulating qualities, which eliminate the need for separate cell insulator. It should
have adequate Mechanical strength to prevent buckling, cracking etc. during the life span of
battery when operating under expected temperature range and due to action of static and
dynamic loads and the action of electrolyte. .
(vi) Heavy Duty Terminals.
It should be made of antimonial lead are suitable for bolted connections to facilitate easy
installation at site and sealed to the container. It should be easily removable if the need arises.
(vii) Type test approved by ERTL or such Govt. Recognized Lab.

3
: ANNEXURE: B:
Description :
Details
Capacity :
Type Of Battery : Lead Acid Tubular HDP-II Type Stationery Lead Acid Battery
Battery suitable for discharge at :
Capacity of battery at rated discharge to standard end voltage and at 27 degree
Centigrade as per relevant IS
(a) Initial Capacity :
(b) Rated Capacity :
(c) End of life Capacity :
05 No. of Cells in series in each battery bank:
06 Design margin considered during sizing :
07 Temperature correction factor considering for 10 Degree Celsius to 45 Degree Celsius
variations in
Ambient temperature:
08 Ageing margin considered at end life (Over specified current with design margin &
temperature:
Correction factor)
09 Specific gravity of electrolyte at 27 Degree Celsius under fully charged condition:
10 Specific gravity of electrolyte under fully discharged condition(C-10 discharge) at 27 Degree
Celsius
11 Specific gravity of electrolyte under fully discharged condition (Half an Hour discharge) at
27 Degree
Celsius:
12 Terminal Voltage of the battery & cell after high rate specified discharge of 30 minutes:
13 Recommended charging current (Initial rate) after high rate & C -10 discharge :
14 Recommended charging current (Finishing rate) after high rate & C-10 discharge :
15 Maximum voltage & current ripple to the battery without any adverse effects :
16 Internal resistance of the cell:
17 Maximum short circuit current:
18 Ampere Hour Capacity:
19 Watt-Hour efficiency:
20 Amount of Hydrogen liberated per hour during
(a) Float Charging :
(b) Equalizing Charging :
(c) Boost Charging :
21 Details of Battery Cell
i) Dimensions of cell:
ii) Weight of cell:
iii) Material for container:
iv)Material for separator:
v) Material for vent plugs:
vi) Nos. of positive plates:
vii) Nos. of negative plates:
viii) Thickness of plates before forming:
ix) Cell terminal material:
Sr.No
01
02
03
04

22 Battery Stand Details


a. Material for stand:
b. Nos. of cells per stand :
c. Type of Inter cell connectors:
d. Type of Inter raw connectors:
23 Material for insulating covers for inter cell, inter raw, inter tier & take off terminals:

4
SCHEDULE-C
SCHEDULE OF TESTING
(A) Routine Test: To be carried out at manufacturer?s works
(i) Dimensional Test
(ii) Efficiency Test
(iii) Visual Test
(iv) Capacity Test
(v) High Discharge Test on 2 Hrs. Bases as per relevant Standard.
(vi) Sulphuric Acid Test at Govt. Testing Lab.
(B) Acceptance Test: To be conducted at site on completion of installation & commissioning &
prior to put battery in service.
(i) Dimensional Test
(ii) Visual Test
(iii) Full Capacity Test
(C) Type Test:
If decided by GSECL, Bidder has to take following test.
Retention of change test.

5
ANNEXURE-C
TECHNICAL SPECIFICATION FOR 220 V FLOAT & FLOAT CUM BOOST
BATTERY CHARGER
AC input : Voltage 415 +15%
Frequency 50 Hz + 3%
Phase 3-Ph., 3 wire
DC outputs in Float mode : Output Volts 220-247 V
Output currents 70 Amp.
Ripple content < 1%
Stability (of set value) + 1%
Controls by SCR ( FWHC)
DC outputs in Boost mode : Output Volts 203-302 V
Output currents 105 Amp.
Ripple content < 1%
Stability (of set value) + 2%
Controls by SCR ( FWHC)
Enclosure for charger :
(1) Cubicle:
?
?
?
?

Cubicle location
: Indoor
Degree of protection : IP 42
Mounting
: Floor
Cooling
: Natural air

(2)Construction:
?
Material
: Sheet Steel
?
Thickness : 1.6/2.0 mm
?
Louvers with fine wire mesh
?
Cable Entry : Bottom
?
Gland Plate : Un drilled
(3) Paint :
?
Exterior and interior : Light grey 631 as per IS : 5
?
Mounting plate
: Glossy white
?
No. of coats
: Two
Window type Annunciation facility should be provided for following abnormalities :
?
?
?
?
?
?
?
?
?

AC mains fail
AC input fuse fail-For Float Charger & Float Cum Boost Charger
Semiconductor Fuse fail for Float Charger & Float Cum Boost Charger
Filter capacitor fuse fail for Float Charger & Float Cum Boost Charger
Earth leakage
Charger fail
DC O/P fuse fail for Float Charger & Float Cum Boost Charger
Load DC under voltage
Load DC over voltage

Following indication reqired :


?
AC power supply ON (R+Y+B)
?
Float charger DC ON

6
?
?

Boost charger DC ON
Control supply ON

Following metering facility required : (Analog type, Accuracy Class: 1.5)


?
Moving iron type AC voltmeter with selector switch
?
Moving coil type DC output voltmeter with 4 position selector switch to read Float,
Boost load and battery voltage
?
Moving coil type DC output ammeter to read output current of the charger
?
Moving coil type DC Ammeter to read Char ge/Discharge current (narrow range)
?
Moving coil type center zero mili ammeter for Earth Leakage
ANNEXURE - I
Scope of work and Terms and condition for Erection, testing and commissioning of 220 Volts
D.C. Float/ Float-cum-Boost charger and battery set at Unit no. 2 , Stage-I, Gandhinagar TPS.
Scope of Work :
(A) Dismantling of existing 220 Volts D.C. battery charger no. 2 (Unit no.2 ) which involve
following work :
1.
Contractor has to completely dismantle the existing 220 Volts D.C. battery charger no. 2
located at turbine floor.
2.
Before starting of dismantling work, necessary clearance for carrying out said work will
be given by EMD-1 engineer after confirming proper isolation from system. However contractor
has to confirm proper isolation from system prior to start of work.
3.
Necessary power and control cables are to be disconnected. While disconnection, proper
marking is to be carried out so that same can be re-commissioned with the new battery charger.
4.
All inter connection / links which are connected to existing 220 Volts D.C. battery
charger no.1 are to be disconnected safely without affecting the D.C. system of unit No.1
5.
After complete disconnection of charger from system (A.C & D.C. System), the charger
is to be dismantle from the foundation. Proper care is to be taken while dismantling the charger
so that integral part of the charger may not get damaged. If necessary, integral part may be
removed separately for the safe handling.
6.
The dismantled charger is to be shifted to the main store by the contractor. Crane facility
will be provided by GSECL free of charge as per availability. Contractor has to arrange for the
same if not available with GSECL.
7.
Contractor has to clean the site after complete dismantling of existing charger so that
work of erection of new charger can be started without any delay.
(B) Erection, Testing and Commissioning of New 220 Volts D.C. battery charger No. 2
1.
Contractor has to arrange for shifting of newly supplied 220 Volts D.C. battery charger
from Main Store to the site. Crane facility will be provided by GSECL free of charge as per
availability. Contractor has to arrange for the same if not available with GSECL.
2.
Contractor has to fabricate new base frame as per new battery charger foundation details
drawing. New base frame grouting work is to be carried out after proper leveling with the help
of spirit level.
3.
After curing of base frame grouting, new battery charger is to be erected on the base
frame. Due care is to be taken while erecting the new charger so as to prevent any external or
internal damage to charger.
4.
Proper fastening of battery charger is to be done with the base frame as per OEM
recommendation.

7
5.
Complete charger is to be inspected thoroughly externally and internally for any visual
damage. All internal connection tightness is to be checked. Necessary checking / testing of
charger critical parts as per OEM recommendation before first charging. i.e. checking IR
measurement of float and boost charger transformers, IR measurement of power circuits etc.
6.
Reconnection of all power (A.C. & D.C. Power cables) and control cable as per existing
system schemes. Necessary supporting system drawings or guidance (where drawing is missing)
will be provided by GSECL.
7.
Testing and commissioning of new charger is to be carried out as per OEM
recommendation/ instruction.
8.
All the tests are to be carried out for protection scheme, control scheme and annunciation
scheme of float charger & float-cum-boost charger in presence of E.I.C.
9.
After complete testing and commissioning of battery charger, the new battery set may be
commissioned with the new 220 Volts D.C. charger.
10.
Contractor has to submit detailed testing and commissioning report in duplicate after
successful commissioning of new charger. The report should include test reports for protection
relay with setting, Annunciation scheme, logic scheme etc.
( C ) Dismantling of existing 220 V DC battery set No. 2
1.
Contractor has to completely dismantle the existing 220 Volts D.C. battery set no. 2
located at turbine floor.
2.
Before starting of dismantling work, necessary clearance for carrying out said work will
be given by EMD-1 engineer after confirming proper isolation from system. However contractor
has to confirm proper isolation from system prior to start of work.
3.
Necessary power and control cables are to be disconnected. While disconnection, proper
marking is to be carried out so that same can be re-commissioned with the new battery set.
4.
All inter connection / links which are connected to existing 220 Volts D.C.battery set,
disconnected safely.
5.
After complete disconnection from the system, the battery set is to be dismantle from the
foundation.
6.
The dismantled battery set is to be shifted to the main store by the contractor. Transport
facility will be provided by GSECL free of charge as per availability. Contractor has to arrange
for the same if not available with GSECL.
7.
Contractor has to clean the site after complete dismantling of existing battery set so that
work of erection of new battery set can be started without any delay.
(D)

Erection, Testing and Commissioning of New 220 V DC battery set

1.
Arrangement of FRP stand & locating cells on stand etc. work is to be arranged by party.
2.
Shifting of cells, Electrolyte, standard accessories etc. and unpacking of cells, physical
verification of cells etc. is to be carried out by party.
3.
1st Charging of cells is to be carried out as per standard procedure for installation and
commissioning of OEM and taking rea ding thereof.
4.
Checking of charger healthiness, connection of Nuts and bolts, filling of Electrolyte etc
work is to be arranged by party.
5.
Adjusting of Sp gravity/voltage and levels as per requirement.
6.
Submission of record and report of charging-in duplicate.
7.
Special end connector of suitable size to terminate cable at battery end is to be provided
by the party without any extra cost.
8.
Required Man power and other materials are to be arranged by party at his own cost. No
material will given by GSECL.

8
9.
10.
11.
12.

Electrical supply and Air pipe connection will be given for above work free of cost at
one point.
Tools and special arrangement required for the job will be arranged by the contractor.
The work has to be done and completed as per full satisfaction of EIC i.e. Ex. Engineer
(EMD-I).
The bidder should have to submit ANNEXURE - B & SCHEDULE - C

TERMS AND CONDITION :


1.
Supplier has to give guarantee against defective material/ workmanship for 18 month
from the date of supply or 12 months from the date of commissioning whichever is earlier.
2.
Buy-back offer from the bidders are invited for existing 220 Volt, 800 AH exide
make, 108 nos. of cells each having 2 Volt. Bidder may visit GTPS site, IF REQUIRED, on
any working day between 15.00 to 17.00 Hrs. with prior permission of competent
authority.
3.
The Bidders who have experience in design, manufacture, supply, erection of Tubular
batteries for at least 10 years and whose equipment is in successful operation in at least 2 similar
kind of projects for minimum 5 years as on the date of bid opening are eligible to submit the
bids.
4.
The equipment covered by this specification is a very important source of power supply
for a power plant & hence should be of high quality & reliability. The bidder shall preferably be
ISO-9001 & ISO -14001 approved.
5.
The bidder shall be financially stable & the following documents shall be submitted by
the bidders with the bid.
a.
Last three years annual reports
b.
List of plants & machineries installed in the works of bidder relevant to equipment in the
bid
c.
Details and range of product manufactured.
d.
List of past supplies of similar products.
6.
Contractor has to arrange necessary man power for dismantling of old battery charger
and battery set and erection, testing, commissioning of new battery charger and battery set.
Contractor has to depute trained and experienced commissioning engineer and employee for the
subject work. GSECL will depute one Engineer for supervision of work.
7.
Contractor has to arrange all necessary tools & tackles for erection, testing and
commissioning work. If any special testing kit is required, than contractor has to arrange the
same on its own. Necessary tools for lifting & shifting will be provided by GSECL free of cost
as per availability. Contractor has to ar range for the same if not available with GSECL.
8.
All Materials and consumable items required for subject work has to be arranged by the
contractor at his own cost.
9.
The contractor has to complete dismantling of old battery charger and battery set,
erection, testing & commissioning work of new battery charger and battery set within 15 days.
As this work can be carried out during AOH of unit no. 2, the contractor will be intimated for
AOH shut down period well in advance.
10.
Contractor has to complete the subject work within stipulated time limit. Any delay that
may take place in supply and/ or erection, testing, commissioning activities beyond contractual
cut off date / stipulated period in the order shall be subjected to penalty (not liquidated damages)
at the rate of 0.5 % of the contract price/ order price per week or part there of subject to a
maximum of 10 % of the total contract value / order value(i.e. end cost including taxes and
duties).
11.
If at any stage, contractor fails to arrange for car rying out the work within notice period,
the same will be carried out through outside agency at the risk and cost of the contractor &
payment will be deducted from contractor bill.

9
12.
The payment will be made after successful erection, testing and commissioning of 220
Volts charger and battery set. The contractor will have to submit the bill in triplicate. Payment
will be released as per GSECL`s rules & regulation after satisfactory completion of work.
13.
For any ambiguity or conflict the decision of Chief Engineer, Gandhinagar TPS shall be
final and binding to the contractor.
14.
Interested parties may visit the site to access the existing system before submitting their
offer.
15.
All the General Terms and Conditions of the works contract of GSECL are applicable to
this contract and binding to the contractor.
16.
Contractor shall comply with the factory act/labor laws and safety law in force from time
to time.
17.
Contractor persons shall strictly observe all safety norms and safe methods of working.
Contractor shall take care to prevent any type of accident for safety of his persons. GSECL will
not be responsible for any fatal or nonfatal accident to contractor's person and for any legal
complications thereafter during work.
18.
GSECL will provide following facilities of Electrical power at one point free of cost.
19.
Lodging, Boarding and local transportation to be arranged by the contractor.
20.
Contractor has to take all necessary precaution during subject work so that no damage to
the GSECL property takes place. GSECL shall recover the cost in the event of any damage to its
property.
21.
Bidder has to submit complete technical details of quoted battery charger which includes
Complete bill of material, Protection scheme includes over voltage, under voltage, earth fault
etc., Auto change over scheme, Annunciation scheme, Indication details, Details of spare
potential free contacts for remote annunciation,
22.
Bidder has to supply two year spares for charger as per OEM recommendation.
23.
Bidder has to supply following measuring electrical equipments with the charger.
Multimeter- 2 nos.(Motwane make Type:-.DM3750-D), D.C. Clip-On meter with narrow range 02 Nos. (Motwane make Type:-.DCM 39-A ) for measurement of battery charging current in
Float mode).
24.
If any additional features is included in quoted battery charger other than tender
specifications, than bidder has to highlight the same in technical bid for consideration

Contractor's Signature
With stamp and date

10
ANNEXURE-D
(FOR GANDHINAGAR UNIT #3 )
MAKE: EXIDE,UNION,STANDARD, AMARARAJA, AMCO ONLY.
STRINGENT SPECIFICATIONS FOR 360 VOLT 500 AH BATTERY SET:
BIDDERS SHALL ENSURE THAT THE OFFERED TUBULAR BATTERY SHALL HAVE
LONG LIFE & TROUBLE FREE MAINTENANCE
(1) Most versatile in discharge requires, they can supply very high current on instant demand
and at same time are capable of providing low current for extended periods.
(2) Mainly battery stored energy is released on failure of main power supply, therefore
extremely high standard of reliability and its safety is required over an extended period of useful
life.
(3) Long life satisfactory performance of equal rating Battery in any 210 MW BHEL Units will
be preferable.
(4) High pressure spine casting of Electrodes to ensure uniform and consistent grain orientation
and no voids in spine.
(5) High quality lead (99.97 % pure).
(6) Less Antimony conte nt (Less than 3 %) to ensure low float charges current and therefore
low electrical consumption throughout its service life on float operation.
(7)
Polyethylene envelope separator to eliminate the possibility of side short circuit.
(8)
Global quality standard as per ISO: 9001 is preferable.
(9)
Type Test approved by ERTL or such Govt. recognized Lab.
(10) AH Efficiency at rated load should be more than 90% & WH Efficiency should be more
than 75%.
(11) Gasification Voltage per cell should be 2.36 V.
(12) Initial & Rated Capacity of Battery at 27 degree Centigrade should be 500 AH.
(13) Resistance of Battery is to be IR *no. of cells+ 0.1 Ohms up to 30 cells or + 0.2 Ohms up
to 54 cells or +0.3 Ohms above 54 cells.
(14)Maximum Interna l resistance of the cell 0.420 Milliohm
(15) Chemical composition of positive plate, lead alloy spine surrounded by Pb O2.
(16) Chemical composition of negative plate, spongy lead.
(17) Containers material should be hard rubber.
(18) Vent plug material should be dome type ceramic.
(19) Working hieght of the battery set along with stand should be 1000 mm (plus or minus 10
mm) from ground level.
(A) FOLLOWING LIST OF STANDARD ACCESSORIES TO BE SUPPLIED WITH
TUBULAR TYPE BATTERY SET.
1. Inter cell & Inter raw connectors-Connectors should be suitably coated to withstand corrosion,
adequate thickness of coating must be necessary-1 Set
2. Fasteners - Nut, Bolts, etc shall be effectively lead coated to prevent corrosion-1 Set
3. Cell supporting insulators-1Set
4. Float level indicators-1 Set
5. Micro porous ceramic Vent plugs-1 Set
6. Acid resisting funnel-2 nos.
7. Acid resisting jugs-2 nos.
8. Sufficient Electrolyte quantity for commissioning each Battery set plus 10% extra in separate
container for each set.
9. Cell number plate & fixed with cell-1 set.
10. Single tier FRP stand with end height 1070 mm after putting cell on FRP rack & support
insulators -1 set
11. Any items not specified above, but which is required for commissioning & efficient working
of the batteries may be supplied without any extra cost.

11
(B) FOLLOWING LIST OF ACCESSORIES TO BE SUPPLIED WITH EACH BATTERY
SET .
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.

Syringe Hydrometer (1100-1300) in step of 0.005 with wall mounting teak holder-2 nos
Multimeter- 2 nos.(Motwane make Type:-.DM3750-D)
Thermometer (0-100 c) with gravity correction scale-1 no.
Rubber syringes -1no.
Related spanners-2 set.
Rubber Hand gloves-5 pairs
Rubbers mat 1 MTR x 0.5 MTR x 10 mm thick- 2nos.
Acid Resisting Apron-2 no.
10% of installed quantity s vent plug
50 % of installed quantity of intercell connector with nut,bolt and washer

(C) : TECHNICAL SPECIFICATION FOR TUBULAR TYPE LEAD ACID STATIONERY


BATTERIES:
1. The Bidders who have experience is design, manufacture, supply, erection of Tubular
batteries for at least 10 years and whose equipment is in successful operation in at
least 2 similar kind of projects for minimum 5 years as on the date of bid opening are
eligible to submit the bids.
2. The equipment covered by this specification is a very important source of power
supply for a power plant & hence should be high quality & reliability. The bidder shall
preferably ISO-9001 & ISO-14001 approved.
3. The bidder shall be financially stable & the following documents shall be submitted by
the bidders with the bid.
(i)
Last three years annual reports
(ii)
List of plants & machineries installed in the works of bidder relevant to
equipment in the bid
(iii)
Details and range of product manufactured.
(iv)
List of past supplies of similar products.
4. The bidder should have to submit ANNEXURE - E & SCHEDULE - C
5. Buy-back offer from the bidders are invited for existing 360 Volt, 500 AH exide make,
180 nos. of cells . each having 2 Volt. Bidder may visit GTPS site, IF REQUIRED, between
15.00 to 17.00 hours on any working day with prior permission of competent authority.
6. Bidder shall offer the price for supply with Erection, Testing & Commissioning of the battery
set
(D) : APPLICABLE STANDARD (LATEST REVISION):
IS 1885 : Electrical vocabulary, secondary cells and batteries.
IS 1651 : L ead acid batteries with High Discharge Performance Tubular cells.
IS 1069 : Water for storage Batteries.
IS 266 : Sulphuric acid for storage batteries.
IS 8320 : General requirement for methods of test for lead acid
storage batteries.
IS 1146 : Specification for rubber and plastics container for lead acid
storage batteries.
IS 6071 :
Synthetic Separator for lead acid Batteries.
.
IEEE 485 : IEEE Recommended practice for sizing of large lead acid
storage batteries for generating station.
IEEE 484 : Recommended practice for design and installation of
storage batteries.
IEC 896-1: Stationary Lead acid batteries.

12
(E) : DESIGN & CONSTRUCTIONAL FEATURES OF BATTERY SET:
(i) Type:
The battery shall be Lead Acid Tubular HDP Type.
Sealed maintenance free VRLA type/Nickel
Cadmium type batteries are not
acceptable .
(ii) Positive Plate:
The positive plate shall be of Tubular gauntlet type. Plates shall be made of high
pressure cast special Lead Antimony alloy spines in complete contact with superior active
material, effectively retained in multi-tube woven gauntlet of high tensile acid-resistant polyester
& shall be free from any kind of manufacturing defects. It shall be electrochemically formed &
shall be capable of operating under normal working condition without buckling or cracking. No
of positive plate per cell required is 13. Welding together of smaller size lead casting/plates to
form larger sizes will not be acceptable. It should be genuine Tubular type of plate only & not so
called equivalent type.
(iii) Negative Plates:
The negative plate shall be of flat pasted type & made of. Special Lead Antimony
alloy. It should have adequate mechanic ally strength & should be so designed that active
material is maintained in intimate contact with the grid under normal working conditions
through out life of battery.No of negative plate per cell required is 14.
(iv) Separators:
The separators should be of High Porosity polyethylene envelope form
permanent insulating diaphragms between the plates. It should be acid resistance, chemically
inert & should have excellent oxidation resistance & high degree of porosity to ensure low
electrical resistance. It should not exhibit any tendency to swell or shrink at temperature
encountered during operation.
(v) Container:
The container of cell should be moulded from hard rubber or polypropylene
confirming to the requirement of IS: 1146 are used with outstanding chemical resistance, rigidity
and toughness with very high insulating qualities, which eliminate the need for separate cell
insulator. It should have adequate Mechanical strength to prevent buckling, cracking etc. during
the life span of battery when operating under expected temperature range and due to action of
static and dynamic loads and the action of electrolyte. .
(vi) Heavy Duty Terminals.
It should be made of antimonial lead are suitable for bolted connections to facilitate easy
installation at site and sealed to the container. It should be easily removable if the need arises.
(vii) Type test approved by ERTL or such Govt. Recognized Lab.
: ANNEXURE: E:
Sr.No .
Description
: Details
01
02
03
04
(a)
(b)
(c)

Capacity
Type Of Battery

:
: Lead Acid Tubular HDP-II Type Stationery Lead
Acid Battery
Battery suitable for discharge at
:
Capacity of battery at rated discharge to standa rd end voltage and at 27 degree
Centigrade as per relevant IS
Initial Capacity
:
Rated Capacity
:
End of life Capacity
:

13
05
06
07

No. Cells in series in each battery bank:


Design margin considered during sizing
:
Temperature correction factor considering for 10 Degree Celsius to 45 Degree Celsius
variations in ambient temperature:
08
Ageing margin considered at end life (Over specified current with design margin &
temperature: correction factor)
09
Specific gravity of electrolyte at 27 Degree Celsius under fully charged condition:
10
Specific gravity of electrolyte under fully discharged condition(C-10 discharge) at 27
Degree Celsius
11
Specific gravity of electrolyte under fully discharged condition (Half an Hour discharge)
at 27 Degree Celsius:
12
Terminal Voltage of the battery & cell after high rate specified discharge of 30 minutes:
13
Recommended charging current (Initial rate) after high rate & C-10 discharge
:
14
Recommended charging current (Finishing rate) after high rate & C-10 discharge :
15
Maximum voltage & current ripple to the battery without any adverse effects
:
16
Internal resistance of the cell :
17
Maximum short circuit current
:
18
Ampere Hour Capacity
:
19
Watt-Hour efficiency
:
20
Amount of Hydrogen liberated per hour during
(a) Float Charging
:
(b) Equalizing Charging :
(c) Boost Charging
:
21
i
ii
iii
iv
v
vi
vii
viii
ix
22
a
b
c
d
23

Details of Battery Cell


Dimensions of cell :
Weight of cell
:
Material for container :
Material for separator:
Material for vent plugs:
Nos. of positive plates:
Nos. of negative plates:
Thickness of plates before forming:
Cell terminal material
:
Battery Stand Details
Material for stand
:
Nos. of cells per stand
:
Type of Inter cell connectors :
Type of Inter raw connectors :
Material for insulating covers for inter cell, inter raw, inter tier & take off terminals
:
SCHEDULE-C
SCHEDULE OF TESTING

(A) Routine Test: To be carried out at manufacturers works


(i) Dimensional Test
(ii) Efficiency Test
(iii) Visual Test
(iv) Capacity Test

14
(v) High Discharge Test on 2 Hrs. Bases as per relevant Standard.
(vi) Sulphuric Acid Test at Govt. Testing Lab.
(B) Acceptance Test: To be conducted at site on completion of installation & commiss ioning &
prior to put battery in service.
(i) Dimensional Test
(ii) Visual Test
(iii) Full Capacity Test
(C) Type Test:
If decided by Board, Bidder has to take following test.
Retention of change test.
ANNEXURE-F
Name of work: Installation and commissioning of battery set #3
Terms and conditions:
1. Charging of cells is to be carried out as per standard procedure for installation and
commissioning of OEM.
2. Shifting of cells, Electrolyte, standard accessories etc. and un packing of cells, physical
verification of cells etc. is to be carried out by party.
3. Dismentling and shifting of existing cells and battery stand as per instruction of EIC is to be
carried out by party.
4Cleaning of battery room, Arrangement of FRP stand & locating cells on stand etc.work is to
be arranged by party.
5. Checking of charger healthiness, connection of Nuts and bolts, filling of Electrolyte etc work
is to be arranged by party.
6. Ist charging of cells as per OEM guide line and taking reading thereof.
7. Adjusting of Sp gravity/voltage and levels as per requirement.
8. Submission of record and report of charging-in duplicate.
9. Special end connector suitable to terminate 185 sq. mm size cable lug at battery end is to be
provided by the party without any extra cost.
10. Man power and required other materials is to be arrange by party at his own cost. No
material will given by GSECL.
11. Time limit for the completing the job is 15 days form date of commencement.
12. One point electrical supply/DM water/Air pipe connection will be given for above work free
of cost at one point.
13. Tools and special arrangement required for the job will be arrange by the contractor.
14. The work has to b e done and completed as per full satisfaction of EIC i.e. Ex. Engineer
(EMD II).
15. Payment will be made after completing the job as per order. The contractor will have to
submit the bill in triplicate after complication of the work.
16. Contractor shall comply with the factory act/labour laws and safety law in force from time to
time.
17. All Materials and consumable items has to be arranged by the contractor at his own cost.
18. For any ambiguity and conflict the decision of Chief Engineer,Gandhinagar shall be final
and binding to the contractor.
19. Contractor shall take care to prevent any type of accident for safety of his parsons.GSECL
in no case shall have any responsibility for any fatal or non fatal accident occurred to contractor
s persons while working at site and for any legal complication thereafter.

Contractor's Signature
With stamp and date

15
ANNEXURE-G ( FOR UTRAN)
SCOPE OF SUPPLY:
MAKE: EXIDE,UNION,STANDARD ONLY.
: STRINGENT SPECIFICATIONS FOR 125 VOLT/430 AH BATTERY SET:
BIDDERS SHALL ENSURE THAT THE OFFERED BATTERY SHALL HAVE LONG LIFE
& TROUBLE FREE MAINTENANCE
(1) Most versatile in discharge requires, they can supply on instant demand and at same time are
capable of providing current for extended periods.
(2) Mainly battery stored energy is released on failure of main power supply, therefore
extremely high standard of reliability and its safety is required over an extended period of useful
life.
(3) Long life satisfactory performance will be preferable.
(4) High pressure spine casting of Electrodes to ensure uniform and consistent grain orientation
and no voids in spine.
(5) High quality lead (99.97 % pure).
(6) Less Antimony content (Less than 3 %) to ensure low float charges current and therefore low
electrical consumption throughout its service life on float operation.
(7) Polyethylene envelope separator to eliminate the possibility of side short circuit.
(8) Global quality standard as per ISO: 9001 preferable.
(9) Type Test approved by ERTL or such Govt. recognized Lab.
(10) AH Efficiency at rate d load should be more than 90% & WH Efficiency should be more
than 75%.
(11) Gasification Voltage per cell should be 2.36 V.
(12) Initial & Rated Capacity of Battery at 27 degree Centigrade should be 430 AH.
(13) Resistance of Battery is to be Ir *no. of cells+ 0.1 Ohms upto 30 cells or + 0.2 Ohms upto
54 cells or +0.3 Ohms above 54 cells.
(14) No. of positive plate/cell & No. of negative plate/cell should not be less than 06 & 05
respectively.
(A) LIST OF STANDARD ACCESSORIES TO BE SUPPLIED WITH TUBULAR TYPE
BATTERY SET.
1. Inter cell & Inter raw connectors-Connectors should be suitably coated to withstand corrosion,
adequate thickness of coating must be necessary-3 Set
2. Fasteners - Nut, Bolts, etc shall be effectively lead coated to prevent corrosion-3 Set
3. Cell supporting insulators-3Set
4. Float level indicators-3 Set
5. Microporous ceramic Vent plugs-3 Set
6. Acid resisting funnel-2 nos.
7. Acid resisting jugs-2 nos.
8. Sufficient Electrolyte quantity for commissioning Battery set plus 10% extra in separate
container.
9. Cell number plate & fixed with cell-3 set.
10. Single tier wooden stand with end height 1070 mm after putting cell on wooden rack &
support insulators -3 set
11. Any items not specified above, but whic h is required for commissioning & efficient working
of the batteries may be supplied without any extra cost.

16
(B) LIST OF ACCESSORIES TO BE SUPPLIED WITH BATTERY SET.
1.
Syringe Hydrometer (1100-1300) in step of 0.005 with wall mounting teak holder-2 nos.
2.
Multimeter-2 nos.(suitable for measuring battery volts.)
3.
Thermometer (0-100 c) with gravity correction scale-1 no.
4.
Rubber syringes -1no.
5.
Related spanners-2 set.
6.
Rubber Hand gloves-5 pairs
7.
Rubbers mat 1 mt x 0.5 mt x 10 mm thick-2nos.
8.
Acid Resisting Apron-1 no.

: PRE QUALIF ICATION FOR BIDDER:


1.
The Bidders who have experience is design, manufacture, supply, erection of tubular
batteries for at least 10 years and whose equipment is in successful operation in at least 2 similar
kind of projects for minimum 5 years as on the date of bid opening are eligible to submit the
bids.
2.
The equipment covered by this specification is a very important source of power supply
for a power plant & hence should be high quality & reliability. The bidder shall preferable be
ISO-9001 & ISO -14001 approved.
3.
The bidder shall be financially stable & the following documents shall be submitted by
the bidders with the bid.
(i)
Last three years annual reports
(ii)
List of plants & machineries installed in the works of bidder relevant to equipment in the
bid
(iii)
Details and range of product manufactured.
(iv)
List of past supplies of similar products.
4. The bidder should have submitted ANNEXURE - H & ANNEXURE I.
5.
Buy-back offer from the bidders are invited for existing three sets of 125 Volt, 430
AH, AMARA RAJA make, Maintenance free VRLA battery set having 60 nos. of cells
each having 2 Volt and three nos. of SAB NIFE POWER SYSTEM LTD. make Charger
type: SCB 300 - 125 - 50
Bidder shall offer the price for supply with Erection, Testing & Commissioning of the
Battery set.

: APPLICABLE STANDARD (LATEST REVISION):


IS 1885: Electrical voculabulary, secondary cells and batteries.
IS 1069: Water for storage Batteries.
IS 8320: General requirement for methods of test for lead acid
storage batteries.
IS 1146: Specification for rubber and plastics container for lead acid
storage batteries.
IS 6071: Synthetic Separator for lead acid Batteries.
IEEE 485: IEEE Recommended practice for sizing of large lead acid
storage batteries for generating station.
IEEE 484: Recommended practice for design and installation of
storage batteries.
IEC 896-1: Stationary Lead acid batteries.

17
: DESIGN & CONSTRUCTIONAL FEATURES OF BATTERY:
(i)
Type:
The battery shall be lead acid Tubular type.
(ii)
Positive Plate :
The positive plate shall be of tubular type. Plates shall be made of 99.99% pure
lead & shall be free from any kind of manufacturing defects. It shall be electrochemically
formed & shall be capable of operating under normal working condition without buckling or
cracking. Welding together of smaller size lead casting/plates to form larger sizes will not be
acceptable. It should be genuine type of plate only & Not so called equivalent type.
(iii)
Negative Plates :
The negative plate shall be of flat pasted type. It should have adequate
mechanically strength & should be so designed that active material is maintained in intimate
contact with the grid under normal working conditions throughout life of battery.
(iv)
Separator :
The separators should be of sintered PVC providing a complete diaphragm
between the plates. It should be acid resistance, chemically inert & should have excellent
oxidation resistance & high degree of porosity to ensure minimum resistance. It should not
exhibit any tendency to swell or shrink at temperature encountered during operation.
(v)

Container:
The container should be molded from transparent Styrene Acrylonitrile (SAN)
giving excellent clarity, outstanding chemical resistance, rigidity and toughness with very high
insulating qualities, which eliminate the need for separate cell insulator. It should have adequate
Mechanical strength to prevent bulging, cracking etc. during the life span of battery when
operating under expected temperature range and due to action of static and dynamic loads and
the action of electrolyte. Transport SAN container enables the electrolyte level and the cell
condition to be monitored at a glance.
(vi)
Cell Lids .
It should be molded from opaque SAN and sealed to the container. It should be
easily removable if the need arises.
(vii) Type test approved by ERTL or such Govt. Recognized Lab.
(vi) Containers :
The container should be molded from transparent Styrene Acrylo Nitrile (SAN) giving
excellent clarity, outstanding chemical resistance, rigidity & toughness with very high insulating
qualities which eliminate the need for separate cell insulators. It should have ade quate
Mechanical strength to prevent bulging, cracking etc. during the life span of battery when
operating under expected temperature range and due to action of static and dynamic loads and
the action of electrolyte. Transport SAN container enables the ele ctrolyte level and the cell
condition to be monitored at a glance.
(vii) Cell Lids :
It should be molded from opaque SAN and sealed to the container. It should be easily
removable, if the need arises.
(ix) Type Test Approved by ERTL or such Government Recognized Lab.

18
ANNEXURE: H

Sr.
No.
1
2
3
4
(a)
(b)
(c)
5
6
7
8
9
10
11
:
12
13
14
15
16
17
18
19
20
a
b
c
21
i
ii
iii
iv
v
vi
vii
viii
ix
22
a
b
c
d
23

Description

Details

Remarks

Capacity
Type Of Battery

:
: Sealed lid (Vented) Tubular type Lead Acid
Battery
Battery suitable for discharge at
:
Capacity of battery at rated discharge to standard end voltage as per relevant IS
Initial Capacity
:
Rated Capacity
:
End of life Capacity
:
No. Cells in series in each battery bank:
Design margin considered during sizing
:
Temperature correction factor considering for variations in ambient temperature:
Ageing margin considered at end life (Over specified current with design margin &
temperature: correction factor)
Specific gravity of electrolyte at under fully charged condition:
Specif ic gravity of electrolyte under fully discharged condition(C-10 discharge):
Specific gravity of electrolyte under fully discharged condition (Half an Hour discharge)
Terminal Voltage of the battery & cell after high rate specified discharge of 30 minutes:
Recommended charging current (Initial rate) after high rate & C-10 discharge
:
Recommended charging current (Finishing rate) after high rate & C-10 discharge :
Maximum voltage & current ripple to the battery without any adverse effects
:
Internal resistance of the cell :
Maximum short circuit current
:
Ampere Hour Capacity
:
Watt-Hour efficiency
:
Amount of Hydrogen liberated per hour during
Float Charging
:
Equalizing Charging :
Boost Charging
:
Details of Battery Cell
Dimensions of cell
:
Weight of cell
:
Material for container :
Material for separator:
Material for vent plugs:
Nos. of positive plates:
Nos. of negative plates:
Thickness of plates before forming:
Cell terminal material
:
Battery Stand Details
Material for stand
:
Nos. of cells per stand
:
Type of Inter cell connectors :
Type of Inter raw connectors :
Material for insulating covers for inter cell, inter raw, inter tier & take off terminals

19
: ANNEXURE - I

SCHEDULE OF TESTING
(A) Routine Test: To be carried out at manufacturers works
(i) Dimensional Test
(ii) Efficiency Test
(iii) Visual Test
(iv) Capacity Test
(v) High Discharge Test on 2 Hrs. Bases as per relevant Standard.
(vi) Sulphuric Acid Test at Govt. Testing Lab.
(B) Acceptance Test: To be conducted at site on completion of
installation & commissioning & prior to put battery in service.
(i) Dimensional Test
(ii) Visual Test
(iii) Full Capacity Test
(C) Type Test:
If decided by Board, Bidder has to take following test.
Retention of change test.

X..

20

ANNEXURE - J
FOR UTRAN
TECHNICAL SPECIFICATION FOR BA TTERY CHARGER
125V 70Amp BATTERY CHARGER:

MAKE: CHHABI ELECTRICALS, SERVILINK ENGINEERS, HBL MAKE ONLY.


Rating

125V, 70 Amp

Type

To be mentioned by party
AC INPUT
DC OUTPUTS
Float & FLOAT CUM BOOST
CHARGER
Voltage
415V 15%
Float Mode
Boost Mode
Frequency 50 Hz 3%
Output Volts
125 -142V
117-175V
Phase
3 -Ph., 3 -wire Output currents
70 Amp.
70 Amp.
Ripple content (%)
<1%
<1%
Stability (of set value) 1 %
2%
Controls
SCR (FWHC)
SCR (FWHC)
ENCLOSURE FOR CHARGER:
Cubicle:
Construction:
Paint:
Cubicle Location
Indoor Material
Sheet Steel
No. of coats
Degree of Protection IP 42
Thickness
1.6/ 2.0 mm
Two
Mounting
Floor
Louvers
With fine wire Mesh
Exterior &
Cooling
Natural Air
Cable Entry
Bottom
Light Grey.
Gland Plate
Un -drilled
Interior
631 of IS:5
Mounting Plate
Glossy white

BILL OF MATERIAL OF BATTERY CHARGER


Description
AC incoming Switch for AC incoming of the charger
HRC fuses suitable for the above switch with fuse fail detection ckt.
LED type lamp to indicate AC mains ON condition (R+Y+B) with fuse
protection.
AC Contactor with thermal overload relay & on/off switch and HRC fuse
Double wound impregnated naturally air cooled three phases
transformer with 5% taps on primary side of the transformer
Three phase full wave, half controlled rectifier bridge comprising of
silicon controlled rectifiers & diodes, liberally rated mounted on heat
sinks and complete with resistor / capacitor network for surge
suppression together with semiconductor HRC fuses with fuse fail
detection ckt.
Filter circuit comprising of smoothing choke and HRC fuses with fuse fail
detection ckt.
Electronic controller to stabilize the DC output voltage of charger
Auto / Manual selector switch for selecting the mode of operation of
charger
Float/Boost mode selector switch for selecting the mode of operation of
the charger
Potentiometer for Auto setting of output voltage in float/boost mode and
also for adjustment in the manual mode.
DC output switch for DC output
HRC fuses for the above battery with fuse fail detection ckt.
LED type lamp to indicate Float/Boost DC ON condition.
Blocking diode with suitable heat sink preventing reverse current flow of
the charger

FC
Qty
1
3
3
1
1

No.
No.
No.
No.
No.

FCB Qty
1
3
3
1
1

No.
No.
No.
No.
No.

1 Set

1 Set

1 Set

1 Set

1 No.
1 No.
1 No.
3 No.

1
1
1
3

No.
No.
No.
No.

1
2
1
1

1
2
1
1

No.
No.
No.
No.

No.
No.
No.
No.

21
AC auxiliary contactor for AC mains fail
DC Contactor interlocked with the AC contactor
Silicon blocking diode connected to the battery bank to maintain continuity in
the DC supply even during Boost charging of the battery
Dropper diode will be provided for the charger
Auto-change over from Float to Boost & Boost to Float
Load DC over voltage relay with detection ckt.
Load DC under voltage relay with detection ckt.
Solid-state type relay for Float charger failure with detection ckt.
Solid-state type relay for battery low voltage
Solid-state type Earth leakage relay with detection ckt.
Potential free contact for remote alarm : (i) Charger fail
(ii) Load DC under voltage (Relay should
be operated on 120 V )
Cubicle space heater with thermostat & MCB
Cubicle internal light with ON/OFF switch.
3 Pin, 5Amps. Plug socket with ON/OFF switch.

2 No.
1 No.
1 Set.
1 set.
1 No.
1 No.
1 No.
1 No.
1 No.
1 No.
2 Nos.
2 Nos.
1 No.
1 No.
1 No.

Following metering facility will be provided: (Analog type,Size:96x96 mm, Accuracy


Class: 1.5)
? Moving iron type AC voltmeter with selector switch
1 No.
1 No.
? Moving coil type DC output voltmeter with 4 position selector switch to read
Float, Boost load and battery voltage
2 No.
1 No.
1 No.
? Moving coil type DC output ammeter to read output current of the charger
? Moving coil type DC Ammeter (Charge/Discharge)
? Moving coil type center zero milli ammeter for Earth Leakage
Following indication will be provided:
? AC power supply ON (R+Y+B)
? Float charger DC ON
? Boost charger DC ON

Window type Annunciation facility will be provided for following abnormalities:


?
?
?
?
?

AC mains fail
AC input fuse fail-For FC & FCB
Semiconductor Fuse fail for FC & FCB
Filter capacitor fuse fail for FC & FCB
Earth leakage

?
?
?
?

Charger fail
DC O/P fuse fail
for FC & FCB
Load DC under
voltage
Load DC over
voltage

Note: Bidder should submit the GTP of battery and Charger alongwith Technical Bid.

22

ANNEXURE K
Name of Work : Supply and Work of 125 Volts, 430 AH Lead Acid Tubular
Battery Set for GT # 1,2 & 3 along with suitable Float cum Boost Charger at
135 MW GBPS- CCPP- I Utran
SCOPE OF WORK
1. The contractor has to be carried out the work of Erection, Installation, Commissioning &
Testing of supplied 125 V / 430 AH Battery Set and Float cum Boost Charger for GT#1,2
& 3 as per schedule -B and the instruction of Engineer in -charge.
2. The work includes dismantling of existing 125 V / 430 AH MF VRLA stationary battery sets
(bank) and Charger. Same to be credited to our Main Store. (all dismantled materials of
battery sets) As it is buy back material, party has to lift the material with in a Week from
main store.
3. Collecting and transporting to site all supplied items like Battery cells, Electrolyte, stand,
other Standard accessories and charger panels.
4. The Contractor has to bring all required tools and tackles, testing equipments for carrying
out the work.
5. Installation, commissioning and testing works of 125 V / 430 AH tubular battery sets and
battery charger are to be completed in all respect satisfactorily.
6. Observing and monitoring of complete charge and discharge cycle and all related testing
satisfactorily.
7. After completion of commissioning and testing, battery sets put in service satisfactorily.
8. The vendor shall furnish/supply 06 sets (six sets) of interconnection wiring diagram,
catalogues of Fire Detect ion Alarm System, O&M manual, service & Erection manual with
trouble shooting details.
9. The vendor shall provide inspection & test report for materials/equipment supplied.
10.The equipment/material shall confirm in all respect to high standard of engineering, design &
11.workmanship & shall be capable of performing continuously in plant with high reliability and
least maintenance.
12.Vendor have to supply necessary spare parts as & when required at least for 10 years at their
appropriate rates.
13.Delivery of the the equipments should be F.O.R. Utran GBPS, door delivery basis.
14.Material delivered at GSECL store will have to be transported to the place of installation
by the bidder.
15.Labour license to be arranged by the bidder.
16.Before starting the work contractor have to confirm the proper isolation in consultation with
Engineer in charge and you have to adopt all safety precautions like local earthling, safety
belts, helmets etc.
17.GSECL will not hold responsible for any injury or loss to your person during execution o r
work.
18.Agreement is to be executed as per corporations rules in consultation with ACE (O&M)
Utran GBPS, before stating the works.
19.During execution of work, any damage of theft to the supplied material/part thereof will
have to be repaired/replaced by the bidder.
20.Materials supplied are to be insured against losses/damages/theft during

23
transit/store/installation by you and no reimbursement will be made by GSECL.
21.Necessary test certificates for the test carried out on equipments or material shall be
submitte d before dispatch of supply. All tests will be verified by Engineer of GSECL at the
site.
22.Suitable date for erection, commissioning will be intimated after receipt of complete
material at site.
PEFORMANCE OF WORK.
23.You shall have to agree to proceed with the work to be performed under this contract and
each and every part and detail thereof, in the best and most workmen like manner by
qualified, careful and efficient workers. And agrees to do the several parts thereof at such
time and in such order as the GS ECL may direct and agrees to furnish work in strict
conformance with plans, drawings and/or specifications, and any changes, modifications
or amplifications thereof made by the GSECL and/or the consulting Engineer.
INSPECTION OF WORK.
24.You shall have to agree that the GSECL and/or the consulting engineers or any person
appointed by GSECL shall be permitted to inspect the said work, or any part thereof, at all
times and places during the progress of the work, and the
contractor agrees to provide
sufficient, safe and proper facilities for such inspection including uncovering and testing,
which facilities shall be furnished at no additional cost to the GSECL and/or the consulting
engineer. All materials and workmanship supplied in the performance of this contract shall
be subject to inspection and test and approval by the GSECL at any and all time during
the construction, erection or installation, at any and all placed where such work is carried
on. The fact that any work has been passed by the consulting engineer shall not release
the contractor from the responsibility of making good any defects developing after such
inspection.
25.The inspection and supervision is for the purpose of assuring the GSECL that the plans
and specifications are being properly executed.
26.You shall have at all times to depute your competent engineer in charge of the to
supervise Erection, testing and commissioning of the offered equipments, who is
thoroughly familiar with the class covered by the specifications. He shall represent the
contractor in his absence and all instruction given to him shall be as binding as if given to
the contractor. He shall have authority to execute such instructions.
27.. You shall have at all times keep the site free of rubbish, debris and surplus materials so
as to render the place of work clean and safe for all personnel working in the area and
upon completion of the work and leave the works and work site in a clean and finished
condition. If the contractor fails to do so same will be performed by GSECL at contractors
expense.

24
ANNEXURE- L
Name of Work : Supply and Work of 125 Volts, 430 AH Lead Acid Tubular Battery Set for
GT # 1,2 & 3 along with suitable Float cum Boost Charger at 135 MW
GBPS - CCPP I Utran
GENERAL TERMS AND CONDITIONS:
1. The work will have to be completed within 15 days (fifteen days) from the date of
intimation by letter/ telephonic from our end as it is to be subjected to the availability of
isolation of 125 V DCDB after getting line clear permit from GSECL(each unit GT#1,2&3
required shut down for sufficient time period to carried out job.) Therefore, Validity of this
Work Order is three (03) years from the date of dispatch
2. Income tax as applicable will be deducted from your bill.
3. The contractor will be responsible for his working personnel for any injuries, mischief
caused to them during the execution of above work .The GSECL will not pay any
compensation in such case.
4. The contractor will be responsible for any damages caused to GSECL'S property by his
personnel during the execution of above work. In such case the contractor will arrange to
repair / rectify or pay such amount to GSECL as may be decided by the competent
authority. If the contractor fails to pay the amount in cash or by cheque or D.D payable to
GSECL, Utran, the same will be recovered from their bills.
5. The contractor will have to carry out the work as per the instruction of Engineer - in charge.
6. The contractor will also co-operate to the Engineer-in -charge for satisfactory completion
of work.
7. The contractor shall bring his own tools and tackles and cleaning material as may be
required for carrying out the above work.
8. The contractor will have to re -clean the required portion of above work free of cos t if
Engineer-in -charge feels that the work done by the contractor is not done in satisfactory
manner.
9. The contractor will issue Identity - card to his working personnel.
10. If the contractor fails to start the work in the time specified or his work is found un satisfactory & he defaults in proper execution of work & he fails to improve his working in
spite of instruction given to him, GSECL reserves the right to terminate the contract by
serving seven days notice. The security deposit paid by the contractor in such case shall
be forfeited. GSECL also reserve the right to award the contract to any other party or may
carry out the work departmentally at the risk & cost of the contractor.
11. Service Tax at prevailing rate, If applicable will be paid extra by GSECL on production of
paid evidence/challan.
12. Party has to give performance for workmanship at least for one year.

25

ANNEXURE-M
LABOUR LAWS:01
02
03

04

05

06

07
08
09
10

11

12

Persons below the age of 18 years shall not be e mployed for the work.
No female workers shall be employed in the night shift between 7.00 PM to
6.00 AM.
Contractor/ Agency shall have to maintain valid Labour License under the
Contract Labour (Regulation & Abolition) Act 1970 and Rules 1972 for
employing necessary manpower to be required by him and in the absence of
such license the contract shall be liable to be terminated without assigning
any reasons thereof.
The contractor / Agency shall at his own expense have to comply with all the
Labour Laws and keep the Corporation indemnified in respect thereof. Some
of the major liabilities under various Labour and Industrial Laws which the
contractor / Agency shall have to comply with are as under.
Payment of contribution of employees (Contractors Labour / Agency s
Labour) as well as employers (Contractor / Agency) contribution towards
Provident Fund, Family Pension Scheme, Employees Deposit Linked
Insurance Scheme, Administrative charges, inspection charges etc. at the
rates made applicable from time to time by Government of Gujarat /
Government of India or other statutory authorities shall be made.
Labourers engaged by Contractor/Agency shall be entitled for Earn leave as
per the provision laid down in factories Act-1948. Contractor / Agency shall
have to extend the facility of E.L. as per the provision laid down in Factories
Act and shall also have to maintain leave records in prescribed form under
Factories Act.
No labourers are allowed to enter in power station premises that do not have
Identity Card prescribed under Factories Act.
Contractor / Agency shall have to comply with the Maternity benefit if they
happen to engage female labours as per Maternity benefit Act.
Contractor / Agency shall have to obtain Insurance of the laborers engaged
by him to carry out contractual work before commencement of work under
workmens compensation Act.
P.F. CODE UNDER :
It should be ensured that no tender is issued to any Contractor who has no
separate PF Code number as well as not considered for acceptance of
tender and without PF code number tender is likely to be disqualified.
PROVIDENT FUND AND FAMILY PENSION SCHEME : :
The contractor / Agency shall have to submit along with his bill ( Month wise
) a statement regarding deductions at the rate of 12% of the wages against
employees Provident Fund & Family Pension Scheme in respect of each
concerned employees ( or at the rates made applicable by the Government
from time to time ) of the wages. The Contractors / Agencys contribution and
his workers contribution along with Admn. charges, Insp. charges, EDLI Insp.
Charges, Group Ins. Scheme Premium etc at the rates applicable from time
to time towards Provident Fund and Family Pension Scheme shall be
deposited by the contractor with Regional Provident Fund Commissioner
Ahmedabad / Vadodara/ Surat or to the authority prescribed under the Act
along with the other charges applicable.
If any workman engaged by Contractor / Agency, meets with fatal or non- fatal
accident while on duty then Contractor/ Agency shall be liable to pay
compensation to the legal hair or to the Workman as the case may be as per
Workmans compensation Act.

26
13

14
15
16

17

18

19

20

21

22

EMPLOYEES DEPOSIT LINKED INSURANCE SCHEME :


The Contractor / Agency shall have to deposit % of the rate applicable
form time to time of the wages. In respect of employees who are a member of
the Provident Fund against the contribution towards Deposit linked insurance
scheme with r Regional Provident Fund Commissioner, Ahmedabad.
The Contractor / Agency should pay prevailing minimum wages to the labours
engaged by him as per the minimum wages Act in presence of the
Representative of principal employer.
The Contractor / Agency shall deposit fifteen days salary for every completed
year of service in case of each worker towards the liability of gratuity.
ADMINISTRATIVE CHARGES : :
Administrative charges for maintaining Provident Fund Account shall be
deposited by the Contractor / Agency with Regional Provident Fund
Commissioner Ahmedabad / Baroda/ Surat at the rates applicable.
LABOUR LICENSE FOR LABOUR CONTRACT : :
The Contractor / Agency shall have to obtain the copy of Labour Contract
License under contract Labour (Regulation & Abolition) Act from the
appropriate authorities before commencement of work.
Payment of minimum rates of wages under Minimum wages Act 1948.
The Contractor / Agency shall have to pay to every contract labour/
employees engaged under him, wages at a rate not less than the minimum
rate of wages fixed by such notification / Commissioner of Labour for that
class of employment in that employment without any deductions except as
may be authorized within such time and subject to such conditions as may be
prescribed time to time.
Contractor / Agency shall have to issue the contractual appointment letter for
a specific period to their Labour engaged during the contract period each and
every instance & should narrated clear out terms & conditions for the liabilities
of the concerned employees.
After completion of the contract work, the work completion certificate is
required to be produced before the I.R.O. / H.R. Head for the purpose of
issuance of NOC for labour laws compliance and cancellation of the gate
passes issued to the Contractors / Agency workman at the time of execution
of the contract work.
The Contractor / Agency shall have to maintain all the relevant records under
various Labour Laws as mentioned here in above and keep ready for
verification by the Company authority as well as the authority of the
Government Officials as and when asked for the checking.
RESPONSIBILITY FOR PAYMENT OF WAGES :
It shall be the duty of the Contractor / Agency to ensure the disbursement of
wages in the presence of the authorized representative of the principal
employer to certify the amounts paid as wages to eac h worker employed by
him in such manner as may be prescribed. The Contractor / Agency shall
have to produce / submit the copy of wage Register / Muster Roll / P.F.
Deposition Challan / PF Schedule and relevant records under various Labour
Laws for the contract work to Head of the H.R. Department for the purpose of
issuing the NOC for Labour Laws compliance.

27
DOCUMENTS TO BE SUBMITTED BY THE CONTRACTOR PRIOR TO WORK
STARTING AND ON COMPLETION OF JOB:
1. Contractor will have to produce valid labour license copy to INDUSTRIAL
RELATION OFFICER Utran along with P.F. Account nos. of employees to be
engaged for job/work order.
2. Contractor will have to apply to the security officer Utran for issuing gate pass with
permission of IRO .If job is for longer period and if required then photograph gate
pass will be issued.
3. Contractor will have to submit daily attendance report through concern executing
department daily to IRO or make muster for employees engaged for said contract
duly certified by Engineer-In -charge.
4. Contractor will give copy of a valid group insurance policy to IRO Utran and if
required original may have to produce for verification.
5. On job completion, gate pass will be surrender to security officer and after
necessary endorsement; copy may be given to IRO.
6. Contractor will have to submit agreement and indemnity bond on stamp paper to
concern section head, prior to bill submission for processing for payment.
7. Contractor will have to hand over S.D. / EMD money receipt for release of payment
along with advance stamp receipt.
8. All material account will be submitted along with bills for processing.

SIGNATURE OF CONTRACTOR
WITH SEAL & DATE
.X

You might also like