You are on page 1of 59

Company Name : MSPGCL

Station Name : NASIK THERMAL POWER STATION (NSK-TPS)


Generated On : 27-Sep-2010 04:21:04 PM
Kindly go through the details, In case of any problems/ issues related to the reported data email to
cegennashik@mahagenco.in

TENDER DETAILS
Tender Code 4155(Amendment - 3)
Tender Quotation Item-wise Quotation
Category Works
Tender Type Open
Section ODP-II
Type Of Bid Two Bid
Material Description Bottom ash hopper internal & external repairs, ESP External Repairs,
CTLP works during AOH of Unit- 4 , NTPS ,EKLAHARE
Estimated Cost [In Rupees] 858700.0
Submission Date Tuesday, September 28, 2010 12:00:00 PM
Tender Validity 120 Days
Delivery Period 25 Days
Tender Fees [In Rupees] 1000.0
EMD [In Rupees] 12084.0
Contact Email Id cegennashik@mahagenco.in
Commencement Period 10 days from 'Letter of award'
Basis Of Prices Firm Price
Sample Required Not Required
Deviation Yes
BID DETAILS
Techno-Commercial bid Will be declared later
Opening Date
Price bid Opening Date Will be declared later

Page 1 of 59
TECHNO-COMMERCIAL BID
ITEM DETAILS

Page 2 of 59
ITEM DETAILS
Category : WORKS

Specification
Qty. Req.

Drawing
Version
Unit
Documents Req. from
SN Item Code Item Name Vendors

COOLING TOWER<>INDUCED
DRAFT<>PERIPHERAL<>CT
015-14-001-
1 POND<>SUCTION STRAINER & HEADER 1.0 NOS 0 No No No Documents Selected
001-0006 INSPECTION, REPAIRE & CLEANING WORK
OF CTLP
ASH HANDLING PLANT<>BOTTOM ASH
004-01-006- SYSTEM<>HOPPER<>EXTERNAL<>REPLAC 150. RMT
2 0 No No No Documents Selected
005-0038 EMENT OF H P & L P WATER PIPE LINE OF 0
65 TO 250 NB
ASH HANDLING PLANT<>FLY ASH
SYSTEM<>ESP / AIR HEATER /
004-02-019- ECO<>EXTERNAL<>PAINTING OF SLURRY 800. SQM
3 0 No No No Documents Selected
001-0003 BOXES, FEEDER EJECTORS, PIPELINES with 0
INDUSTRIAL PRIMER & ANTICORROSIVE
PAINT
COOLING TOWER<>INDUCED
015-14-001- DRAFT<>PERIPHERAL<>CT
4 2.0 NOS 0 No No No Documents Selected
005-0006 PUMP<>SERVICING / REPAIRING OF NRVS
OF CTLP PUMP
COOLING TOWER<>INDUCED
015-14-001- DRAFT<>PERIPHERAL<>CT
5 2.0 NOS 0 No No No Documents Selected
005-0007 PUMP<>SERVICING / REPAIRING OF DVS OF
CTLP PUMP
ASH HANDLING PLANT<>BOTTOM ASH
004-01-006- SYSTEM<>HOPPER<>EXTERNAL<>PAINTIN LUMP
6 1.0 0 No No No Documents Selected
005-0032 G OF HOPPER, STRUCTURE AND PIPING'S SUM
BY ANTICORROSIVE PAINT
ASH HANDLING PLANT<>BOTTOM ASH
SYSTEM<>HOPPER<>INTERNAL<>SS WIRE
004-01-006- LUMP
7 MESH & SEAL PLATE REPAIR / 1.0 0 No No No Documents Selected
007-0025 SUM
REPLACEMENT WORK ALONG WITH
FITTING / REPLACEMENT OF Y ANCHOR
COOLING TOWER<>INDUCED
015-14-001- DRAFT<>PERIPHERAL<>CT
8 2.0 NOS 0 No No No Documents Selected
001-0005 POND<>COOLING TOWER BLOW DOWN
VALVE REPAIR / OVERHAUL WORK
COOLING TOWER<>INDUCED
DRAFT<>PERIPHERAL<>CT
015-14-001- PUMP<>PAINTING OF CTLP PUMP 200. SQM
9 0 No No No Documents Selected
005-0005 (INTERNALLY & EXTERNALLY) ALONGWITH 0
SUCTION & DISCHARGE HEADER INSIDE
PUMP HOUSE BY EPOXY PAINT
ASH HANDLING PLANT<>BOTTOM ASH
004-01-006- SYSTEM<>HOPPER<>EXTERNAL<>REMOVA
10 4.0 NOS 0 No No No Documents Selected
005-0033 L, REPAIR & REFITTING OF C / G & RELATED
WORK
ASH HANDLING PLANT<>FLY ASH
004-02-019- SYSTEM<>ESP / AIR HEATER /
11 30.0 NOS 0 No No No Documents Selected
001-0004 ECO<>EXTERNAL<>REPAIR /
REPLACEMENT OF PLATFORM GRILLS
ASH HANDLING PLANT<>FLY ASH
SYSTEM<>ESP / AIR HEATER /
004-02-019- 200. RMT
12 ECO<>EXTERNAL<>REPAIRS / 0 No No No Documents Selected
001-0005 0
REPLACEMENT OF MSERW PIPELINES SIZE:
80 NB TO 200 NB
ASH HANDLING PLANT<>FLY ASH
SYSTEM<>ESP / AIR HEATER /
004-02-019- ECO<>EXTERNAL<>REPLACEMENT /
13 70.0 NOS 0 No No No Documents Selected
001-0007 SERVICING OF ALL VALVES (AUDCO,
BUTTERFLY, GATE VALVES) SIZE: 100 NB /
150 NB / 200NB
ASH HANDLING PLANT<>FLY ASH
004-02-019- SYSTEM<>ESP / AIR HEATER /
14 4.0 NOS 0 No No No Documents Selected
001-0006 ECO<>EXTERNAL<>REPAIRS OF SLURRY
PIT TANKS IN AB & CD PASS
ASH HANDLING PLANT<>BOTTOM ASH
004-01-006- LUMP
15 SYSTEM<>HOPPER<>INTERNAL<>ERECTIO 1.0 0 No No No Documents Selected
007-0021 SUM
N & DISENTAILING OF SCAFFOLDING
ASH HANDLING PLANT<>BOTTOM ASH
004-01-006- SYSTEM<>HOPPER<>EXTERNAL<>REPAIR /
16 20.0 NOS 0 No No No Documents Selected
005-0035 REPLACEMENT OF VALVES SIZE 25 TO 250
NB
Page 3 of 59
ASH HANDLING PLANT<>BOTTOM ASH
SYSTEM<>HOPPER<>EXTERNAL<>REPAIR /
004-01-006- LUMP
17 REPLACEMENT WORK OF BOTTOM ASH 1.0 0 No No No Documents Selected
005-0036 SUM
HOPER FLUSHING HEADER & RELATED
WORK
ASH HANDLING PLANT<>BOTTOM ASH
004-01-006- LUMP
18 SYSTEM<>HOPPER<>INTERNAL<>INTERNA 1.0 0 No No No Documents Selected
007-0023 SUM
L & EXTERNAL REPAIRS OF SEAL TROUGH
ASH HANDLING PLANT<>BOTTOM ASH
004-01-006- SYSTEM<>HOPPER<>INTERNAL<>BOTTOM
19 10.0 SQM 0 No No No Documents Selected
007-0018 ASH HOPPER OUTER PLATE REPAIRS /
REPLACEMENT & OTHER REPAIR WORK
ASH HANDLING PLANT<>BOTTOM ASH
004-01-006- SYSTEM<>HOPPER<>EXTERNAL<>REMOVA
20 2.0 NOS 0 No No No Documents Selected
005-0034 L, REPAIRING / REPLACEMENT OF FEED
GATE ASSLY & RELATED WORK
ASH HANDLING PLANT<>FLY ASH
SYSTEM<>ESP / AIR HEATER /
ECO<>EXTERNAL<>DISMANTLING,
004-02-019-
21 SERVICING & ERECTION OF RCV WITH 48.0 NOS 0 No No No Documents Selected
001-0002 ACTUATOR, EXPANSION JOINT, FEEDER
EJECTOR, SLURRY BOX CB DISCHARGE
PIPELINES, HYDRO EJECTOR IN PITS
* - Indicates Mandatory Item to Quote (or to participate in tender)

Page 4 of 59
ITEM DETAILS
Item Code: 015-14-001-001-0006
Item Name: COOLING TOWER<>INDUCED DRAFT<>PERIPHERAL<>CT POND<>SUCTION
STRAINER & HEADER INSPECTION, REPAIRE & CLEANING WORK OF CTLP
Unit: NOS
Version: 0

Page 5 of 59
ITEM DETAILS
Item Code: 004-01-006-005-0038
Item Name: ASH HANDLING PLANT<>BOTTOM ASH
SYSTEM<>HOPPER<>EXTERNAL<>REPLACEMENT OF H P & L P WATER PIPE
LINE OF 65 TO 250 NB
Unit: RMT
Version: 0

Page 6 of 59
ITEM DETAILS
Item Code: 004-02-019-001-0003
Item Name: ASH HANDLING PLANT<>FLY ASH SYSTEM<>ESP / AIR HEATER /
ECO<>EXTERNAL<>PAINTING OF SLURRY BOXES, FEEDER EJECTORS,
PIPELINES with INDUSTRIAL PRIMER & ANTICORROSIVE PAINT
Unit: SQM
Version: 0

Page 7 of 59
ITEM DETAILS
Item Code: 015-14-001-005-0006
Item Name: COOLING TOWER<>INDUCED DRAFT<>PERIPHERAL<>CT PUMP<>SERVICING /
REPAIRING OF NRVS OF CTLP PUMP
Unit: NOS
Version: 0

Page 8 of 59
ITEM DETAILS
Item Code: 015-14-001-005-0007
Item Name: COOLING TOWER<>INDUCED DRAFT<>PERIPHERAL<>CT PUMP<>SERVICING /
REPAIRING OF DVS OF CTLP PUMP
Unit: NOS
Version: 0

Page 9 of 59
ITEM DETAILS
Item Code: 004-01-006-005-0032
Item Name: ASH HANDLING PLANT<>BOTTOM ASH
SYSTEM<>HOPPER<>EXTERNAL<>PAINTING OF HOPPER, STRUCTURE AND
PIPING'S BY ANTICORROSIVE PAINT
Unit: LUMPSUM
Version: 0

Page 10 of 59
ITEM DETAILS
Item Code: 004-01-006-007-0025
Item Name: ASH HANDLING PLANT<>BOTTOM ASH SYSTEM<>HOPPER<>INTERNAL<>SS
WIRE MESH & SEAL PLATE REPAIR / REPLACEMENT WORK ALONG WITH
FITTING / REPLACEMENT OF Y ANCHOR
Unit: LUMPSUM
Version: 0

Page 11 of 59
ITEM DETAILS
Item Code: 015-14-001-001-0005
Item Name: COOLING TOWER<>INDUCED DRAFT<>PERIPHERAL<>CT POND<>COOLING
TOWER BLOW DOWN VALVE REPAIR / OVERHAUL WORK
Unit: NOS
Version: 0

Page 12 of 59
ITEM DETAILS
Item Code: 015-14-001-005-0005
Item Name: COOLING TOWER<>INDUCED DRAFT<>PERIPHERAL<>CT PUMP<>PAINTING
OF CTLP PUMP (INTERNALLY & EXTERNALLY) ALONGWITH SUCTION &
DISCHARGE HEADER INSIDE PUMP HOUSE BY EPOXY PAINT
Unit: SQM
Version: 0

Page 13 of 59
ITEM DETAILS
Item Code: 004-01-006-005-0033
Item Name: ASH HANDLING PLANT<>BOTTOM ASH
SYSTEM<>HOPPER<>EXTERNAL<>REMOVAL, REPAIR & REFITTING OF C / G &
RELATED WORK
Unit: NOS
Version: 0

Page 14 of 59
ITEM DETAILS
Item Code: 004-02-019-001-0004
Item Name: ASH HANDLING PLANT<>FLY ASH SYSTEM<>ESP / AIR HEATER /
ECO<>EXTERNAL<>REPAIR / REPLACEMENT OF PLATFORM GRILLS
Unit: NOS
Version: 0

Page 15 of 59
ITEM DETAILS
Item Code: 004-02-019-001-0005
Item Name: ASH HANDLING PLANT<>FLY ASH SYSTEM<>ESP / AIR HEATER /
ECO<>EXTERNAL<>REPAIRS / REPLACEMENT OF MSERW PIPELINES SIZE: 80
NB TO 200 NB
Unit: RMT
Version: 0

Page 16 of 59
ITEM DETAILS
Item Code: 004-02-019-001-0007
Item Name: ASH HANDLING PLANT<>FLY ASH SYSTEM<>ESP / AIR HEATER /
ECO<>EXTERNAL<>REPLACEMENT / SERVICING OF ALL VALVES (AUDCO,
BUTTERFLY, GATE VALVES) SIZE: 100 NB / 150 NB / 200NB
Unit: NOS
Version: 0

Page 17 of 59
ITEM DETAILS
Item Code: 004-02-019-001-0006
Item Name: ASH HANDLING PLANT<>FLY ASH SYSTEM<>ESP / AIR HEATER /
ECO<>EXTERNAL<>REPAIRS OF SLURRY PIT TANKS IN AB & CD PASS
Unit: NOS
Version: 0

Page 18 of 59
ITEM DETAILS
Item Code: 004-01-006-007-0021
Item Name: ASH HANDLING PLANT<>BOTTOM ASH
SYSTEM<>HOPPER<>INTERNAL<>ERECTION & DISENTAILING OF
SCAFFOLDING
Unit: LUMPSUM
Version: 0

Page 19 of 59
ITEM DETAILS
Item Code: 004-01-006-005-0035
Item Name: ASH HANDLING PLANT<>BOTTOM ASH
SYSTEM<>HOPPER<>EXTERNAL<>REPAIR / REPLACEMENT OF VALVES SIZE
25 TO 250 NB
Unit: NOS
Version: 0

Page 20 of 59
ITEM DETAILS
Item Code: 004-01-006-005-0036
Item Name: ASH HANDLING PLANT<>BOTTOM ASH
SYSTEM<>HOPPER<>EXTERNAL<>REPAIR / REPLACEMENT WORK OF
BOTTOM ASH HOPER FLUSHING HEADER & RELATED WORK
Unit: LUMPSUM
Version: 0

Page 21 of 59
ITEM DETAILS
Item Code: 004-01-006-007-0023
Item Name: ASH HANDLING PLANT<>BOTTOM ASH
SYSTEM<>HOPPER<>INTERNAL<>INTERNAL & EXTERNAL REPAIRS OF SEAL
TROUGH
Unit: LUMPSUM
Version: 0

Page 22 of 59
ITEM DETAILS
Item Code: 004-01-006-007-0018
Item Name: ASH HANDLING PLANT<>BOTTOM ASH
SYSTEM<>HOPPER<>INTERNAL<>BOTTOM ASH HOPPER OUTER PLATE
REPAIRS / REPLACEMENT & OTHER REPAIR WORK
Unit: SQM
Version: 0

Page 23 of 59
ITEM DETAILS
Item Code: 004-01-006-005-0034
Item Name: ASH HANDLING PLANT<>BOTTOM ASH
SYSTEM<>HOPPER<>EXTERNAL<>REMOVAL, REPAIRING / REPLACEMENT OF
FEED GATE ASSLY & RELATED WORK
Unit: NOS
Version: 0

Page 24 of 59
ITEM DETAILS
Item Code: 004-02-019-001-0002
Item Name: ASH HANDLING PLANT<>FLY ASH SYSTEM<>ESP / AIR HEATER /
ECO<>EXTERNAL<>DISMANTLING, SERVICING & ERECTION OF RCV WITH
ACTUATOR, EXPANSION JOINT, FEEDER EJECTOR, SLURRY BOX CB
DISCHARGE PIPELINES, HYDRO EJECTOR IN PITS
Unit: NOS
Version: 0

Page 25 of 59
TECHNO-COMMERCIAL BID
BID DOCUMENTS REQUIRED FROM VENDORS
SN DOCUMENT NAME DOCUMENT DETAILS
1 QR1 Document as per QR 1
2 PROVIDENT REGISTRATION
3 IT RETURN
4 SOLVANCY CERTIFICATE
5 GROUP INSURANCE
6 SERVICE TAX REGISTRATION
7 deviation sheet.doc(Deviation if any as per format),
8 DOC1 EMD PAID / EXEMPTION CERTIFICATE
9 QR2 Document as per QR 2
10 PF CHALLAN
11 LIST OF QUALIFIED EXPERIENCED STAFF

Page 26 of 59
PRICE BID

Page 27 of 59
Price Schedule Works

Including Cess (in %)

Other charges(in Rs)


Item Description with

Preparation Charges
Service Tax Applied

Transit Insurance(in
To and Fro charges
consultant/Service
Materials(in %)
Transportation

charges(in %)
Consultancy
charges of
Item Code

Eng(in %)
Rate/Unit
S No.

Unit

Qty

%)
1 2 3 4 5 6 7 812 9 10 11
=(6*5)+(7*5)+(
8*5)+(9*5)+(1
0*5)+11+5
ASH HANDLING PLANT<>FLY ASH SYSTEM<>ESP / AIR HEATER / ECO<>EXTERNAL<>DISMANTLING, SERVICING & ERECTION OF RCV WITH ACTUATOR, EXPANSION JOINT, FEEDER
1 EJECTOR, SLURRY BOX CB DISCHARGE PIPELINES, HYDRO EJECTOR IN PITS

NOS
004-02-019-001-0002 * 48.0

2 ASH HANDLING PLANT<>BOTTOM ASH SYSTEM<>HOPPER<>EXTERNAL<>REMOVAL, REPAIRING / REPLACEMENT OF FEED GATE ASSLY & RELATED WORK

004-01-006-005-0034 * NOS 2.0

3 ASH HANDLING PLANT<>BOTTOM ASH SYSTEM<>HOPPER<>INTERNAL<>BOTTOM ASH HOPPER OUTER PLATE REPAIRS / REPLACEMENT & OTHER REPAIR WORK
SQM

004-01-006-007-0018 * 10.0

4 ASH HANDLING PLANT<>BOTTOM ASH SYSTEM<>HOPPER<>INTERNAL<>INTERNAL & EXTERNAL REPAIRS OF SEAL TROUGH
LUMPSU
M

004-01-006-007-0023 * 1.0

5 ASH HANDLING PLANT<>BOTTOM ASH SYSTEM<>HOPPER<>EXTERNAL<>REPAIR / REPLACEMENT WORK OF BOTTOM ASH HOPER FLUSHING HEADER & RELATED WORK
LUMPSU
M

004-01-006-005-0036 * 1.0

6 ASH HANDLING PLANT<>BOTTOM ASH SYSTEM<>HOPPER<>EXTERNAL<>REPAIR / REPLACEMENT OF VALVES SIZE 25 TO 250 NB


NOS

004-01-006-005-0035 * 20.0

7 ASH HANDLING PLANT<>BOTTOM ASH SYSTEM<>HOPPER<>INTERNAL<>ERECTION & DISENTAILING OF SCAFFOLDING


LUMPSU
M

004-01-006-007-0021 * 1.0

8 ASH HANDLING PLANT<>FLY ASH SYSTEM<>ESP / AIR HEATER / ECO<>EXTERNAL<>REPAIRS OF SLURRY PIT TANKS IN AB & CD PASS
NOS

004-02-019-001-0006 * 4.0

ASH HANDLING PLANT<>FLY ASH SYSTEM<>ESP / AIR HEATER / ECO<>EXTERNAL<>REPLACEMENT / SERVICING OF ALL VALVES (AUDCO, BUTTERFLY, GATE VALVES) SIZE: 100 NB / 150 NB
9 / 200NB
Page 28 of 59
NOS
004-02-019-001-0007 * 70.0

10 ASH HANDLING PLANT<>FLY ASH SYSTEM<>ESP / AIR HEATER / ECO<>EXTERNAL<>REPAIRS / REPLACEMENT OF MSERW PIPELINES SIZE: 80 NB TO 200 NB

RMT
004-02-019-001-0005 * 200.0

11 ASH HANDLING PLANT<>FLY ASH SYSTEM<>ESP / AIR HEATER / ECO<>EXTERNAL<>REPAIR / REPLACEMENT OF PLATFORM GRILLS

NOS
004-02-019-001-0004 * 30.0

12 ASH HANDLING PLANT<>BOTTOM ASH SYSTEM<>HOPPER<>EXTERNAL<>REMOVAL, REPAIR & REFITTING OF C / G & RELATED WORK

NOS
004-01-006-005-0033 * 4.0

COOLING TOWER<>INDUCED DRAFT<>PERIPHERAL<>CT PUMP<>PAINTING OF CTLP PUMP (INTERNALLY & EXTERNALLY) ALONGWITH SUCTION & DISCHARGE HEADER INSIDE PUMP
13 HOUSE BY EPOXY PAINT

SQM
015-14-001-005-0005 * 200.0

14 COOLING TOWER<>INDUCED DRAFT<>PERIPHERAL<>CT POND<>COOLING TOWER BLOW DOWN VALVE REPAIR / OVERHAUL WORK

NOS
015-14-001-001-0005 * 2.0

ASH HANDLING PLANT<>BOTTOM ASH SYSTEM<>HOPPER<>INTERNAL<>SS WIRE MESH & SEAL PLATE REPAIR / REPLACEMENT WORK ALONG WITH FITTING / REPLACEMENT OF Y
15
LUMPSU ANCHOR
M

004-01-006-007-0025 * 1.0

16 ASH HANDLING PLANT<>BOTTOM ASH SYSTEM<>HOPPER<>EXTERNAL<>PAINTING OF HOPPER, STRUCTURE AND PIPING'S BY ANTICORROSIVE PAINT
LUMPSU
M

004-01-006-005-0032 * 1.0

17 COOLING TOWER<>INDUCED DRAFT<>PERIPHERAL<>CT PUMP<>SERVICING / REPAIRING OF DVS OF CTLP PUMP


NOS

015-14-001-005-0007 * 2.0

18 COOLING TOWER<>INDUCED DRAFT<>PERIPHERAL<>CT PUMP<>SERVICING / REPAIRING OF NRVS OF CTLP PUMP


NOS

015-14-001-005-0006 * 2.0

ASH HANDLING PLANT<>FLY ASH SYSTEM<>ESP / AIR HEATER / ECO<>EXTERNAL<>PAINTING OF SLURRY BOXES, FEEDER EJECTORS, PIPELINES with INDUSTRIAL PRIMER &
19 ANTICORROSIVE PAINT
SQM

004-02-019-001-0003 * 800.0

20 ASH HANDLING PLANT<>BOTTOM ASH SYSTEM<>HOPPER<>EXTERNAL<>REPLACEMENT OF H P & L P WATER PIPE LINE OF 65 TO 250 NB
RMT

004-01-006-005-0038 * 150.0

21 COOLING TOWER<>INDUCED DRAFT<>PERIPHERAL<>CT POND<>SUCTION STRAINER & HEADER INSPECTION, REPAIRE & CLEANING WORK OF CTLP
NOS

015-14-001-001-0006 * 1.0

* - Indicate Price required for this item.

Page 29 of 59
TENDER DOCUMENTS
Total Number of documents : 4

Page 30 of 59
Rev: 00 Date: 01/01/2009 

Maharashtra State Power Generation Co Ltd 
This Section is applicable to all Power Stations Thermal, Hydro & Gas 
SECTION - I
TENDER WORKS: INSTRUCTION TO TENDERERS 
• Tender form is not transferable 
• The tender documents duly filled‐in and digitally signed, are to be submitted online before due time & date of the submission of tender. 
• Tenderer participating in tender opening, may login at the specified time and date of opening of the tender, if he desires so. 
• The tenderer is requested to quote his lowest rates for the work specified in work schedule as per scope of work.  
• Please upload the documents where requested for conformance. Documents which are uploaded at registration level and are still valid may 
not be uploaded and only reference may be indicated. 
• The work is to be carried out at location as specified in Section III scope of work.  
1. SCOPE OF WORK: 
The scope of work under this tender is as specified in Section / Technical Specifications or any other documents attached with the tender.  
2. REQUIREMENT FROM TENDERERS: 
2.1. The tenderer shall provide satisfactory evidence concerning that:   
a. The tenderer has proven experience of carrying out such work or similar work, which are in operation on the date of submission of the 
tender.  
b. The tenderer does not anticipate change in the ownership during the proposed period of contract. If such a change is anticipated, the 
scope and effect thereof shall be defined. 
c. The tenderer has adequate financial stability and status to meet the financial obligations pursuant to the scope of the contract .The 
tenderer  should  attach  Solvency  Certificate  from  a  Nationalized  Bank  to  the  extent  of  the  value  of  the  contract  at  the  time  of 
submission of the tender.   
d. The tenderer has adequate organizational structure to provide the necessary management services required for successfully carrying 
out such work. 
2.2. The above stated requirements are a minimum and the Purchaser reserves the right to request for any additional information / data and 
also reserve the right to reject the proposal of any tender, if in the opinion of the purchaser, the qualification data is incomplete or the 
tenderer is found not qualified to satisfactory perform the contract. 
2.3. Besides  the  above  requirements,  the  tenderer  shall  also  fulfil  the  Qualifying  Requirements  laid  down  in  the  special  terms  &  conditions 
wherever specified. The tenderers who do not fulfil the above Qualifying Requirements including the qualifying conditions specified in the 
tender documents, the tender shall be summarily rejected.   
2.4. The  tenderer  should  be  a  Registered  Vendor  for  all  Power  Stations.  The  registration  process  is  as  displayed  at  the  site 
http://aps.mahagenco.in. It is the responsibility of the vendor to periodically update the details submitted by him. 
3. PRICE: 
3.1. The lump‐sum price / unit rate prices (as the case may be) quoted by the tenderer in his tender with additions and deletions as may be 
agreed  to  for  the  entire  scope  covered  under  these  specifications  and  documents  to  the  purchaser’s  works  site  shall  be  treated  as  the 
contract price. The tenderer shall quote the price per unit covering entire scope as stated above. 
3.2. The offers with conditional discount on any account viz. payment, quantity etc. shall be rejected. 
3.3. The  tenderer  shall  quote  prices  in  Indian  Rupees  only,  although  the  work  requires  some  imported  components  /  services,  if  any.  The 
tenderer shall arrange to import such material against his import license & Purchaser shall not be responsible for obtaining Import License 
or furnishing essentiality certificate for import of such component of the custom duty payable on such material. The purchaser shall not be 
liable  to  pay  custom  duty  or  variation  thereof  including  the  variation  on  account  of  foreign  exchange  rate.  The  offers  requiring  the 
Purchaser to obtain Import License or to make payment of custom duty or any variation referred to above shall be rejected. 
3.4. The tenderer should quote item wise price in the price bid / price schedule of the tender documents under the various heads indicated 
therein. 
4. QUOTATION: 
Tenderer shall quote price per unit. Any variation in the rates etc. will not be allowed on any ground such as mistake, misunderstanding etc. 
after the date and time of submission of tender.  
5. CLARIFICATION OF TENDER DOCUMENTS: 
5.1. The  tenderer  is  expected  to  examine  all  instructions,  forms,  terms  and  specifications  in  the  tender  documents.  Failure  to  furnish  all 
information required under the tender documents or submission of tender not substantially responsive to the tender documents in every 
respect will be at the risk of the tenderer and may result in rejection of his tender. 
5.2. The tenderer requiring a clarification of the tender documents may notify to the purchaser in writing at the Purchaser’s mailing address 
before 5 days from the date of submission of tender.  
5.3. Purchaser’s  response,  if  any,  including  an  explanation  of  the  enquiry,  but  without  identifying  the  source  of  enquiry  will  be  sent  to  the 
tenderers who have purchased the tender documents. 
6. LOCAL CONDITIONS: 
6.1. It shall be imperative on each tenderer to fully inform himself of all local conditions and all other factors which may have any effect on the 
execution  of  the  contract  covered  under  these  documents  and  specifications.  The  tenderer  shall  also  make  enquiry  and  satisfy  himself 
Page 31 of 59
about  the  contingencies,  risk  and  other  circumstances,  which  may  influence  or  affect  the  execution  of  the  contract  as  specified  in  this 
tender specification. The Purchaser shall not entertain any request for clarification from the tenders regarding such local conditions. 
6.2. It shall be presumed by the Purchaser that all such factors, conditions etc. have been properly investigated and considered by the tenderer 
while submitting his tender. Neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be 
permitted by the Purchaser which are based on the lack of such clear information or its effect on the cost of the contract to the tenderer. 
7. CONSTITUTION OF TENDERER: 
The tenderer having indicated the details such as nature and constitution of its organization viz. whether Proprietary, Partnership, Public Ltd. or 
Private Ltd. Co., NSIC / SSI registration, permanent Bank Guarantee etc. at the time of vendor registration, renewal / changes therein shall have 
to be uploaded by editing the vendor registration details with due approval of the purchaser before the due date of submission of this tender. 
8. SECURITY DEPOSIT: 
8.1. The Contractor whose tender is accepted will have to intimate the acceptance of the Order and shall be required to pay within Seven days 5 
% of the contract value as Security Deposit in cash of by Demand Draft or if the amount exceeds Rs. 1,00,000/‐ either by Cash/DD or in the 
form of Bank Guarantee from any Nationalized Bank on Stamp Paper of Rs. 100/‐ valid for the period of 18 months from the date of Order. 
Stamp Paper charges to be borne by the Contractor.   
8.2. Contractor will have to pay additional Security Deposit for the Extension order if issued. 
9. EARNEST MONEY DEPOSIT (EMD): 
9.1. The tenderer shall pay the Earnest Money Deposit as set below along with the tender. The tender without the payment of Earnest Money 
Deposit shall be summarily rejected. No interest shall be paid on the Earnest Money Deposit  
9.2. Unless the tenderer is exempted on account of statutory directives as enlisted in clause below, Earnest Money Deposit shall be paid in the 
office of the purchaser in Cash or by Demand Draft and if the amount of EMD is more than Rs. 1,00,000/‐, either in Cash/DD or by way of 
Bank Guarantee from any Nationalized Bank in favour of Purchaser for the requisite amount of EMD. BG format may be downloaded from 
web site. 
9.3. Earnest Money Deposit should be @ 3% (Three Percent) of the estimated value up to       Rs. 1,75,000/‐ and thereafter @ 1% of the balance 
offered value. The maximum Earnest money deposit payable against the tender shall be limited to Rs. 5, 00,000/‐ (Rupees Five Lakhs). 
9.4. Exemption of EMD: Government and semi Government Institutions / Small‐scale industrial unit / NSIC 
a. All    Government  and  semi  Government  Institutions  under  Government  of  Maharashtra  and  Zilla  Parishad  in  Maharashra  and  fully 
owned undertaking of any State Government and Government of India (for the items’ manufactured by such institutions / units). 
b. Small‐scale industrial unit permanently registered with Directorate of Industries, Maharashtra only for the items mentioned in their 
permanent registration certificate. 
c. Small scale industrial unit registered with National Small Industries Corporation (NSIC) and Small Industries Services, Institute of Govt. 
of India, only for the items registered. 
9.5. A  reference  to  the  tender  number  should  be  given  in  case  the  EMD  is  paid  in  cash  before  the  due  date  of  the  tender  and  the  relevant 
deposit amount should be mentioned in the tender.  
9.6. The Tenderer may avail the scheme of lump‐sum deposit of Rs. 3 Lakhs (Three Lakhs only) for each power station of MAHAGENCO which 
will be treated as Permanent Deposit and shall be applicable for EMD & SD exemption. It will be valid for one year. This permanent deposit 
will  be  acceptable  only  in  cash  or  by  Demand  Draft  drawn  on  any  Nationalized/Scheduled  Bank  in  favour  of  MAHAGENCO.  In  case  of 
permanent deposit, the Tenderer should enclose certificate issued by MAHAGENCO with every tender. 
9.7. The tenderer registered with N.S.I.C. and those who have attached N.S.I.C. Registration certificate at the time of vendor registration shall 
avail benefits mentioned above only to those items approved during the Registration process & subsequent updates in registration up to 
the date of submission of this tender. 
9.8. Earnest Money Deposit shall stand forfeited In the event if: 
a. Tender is withdrawn after opening of the technical bid 
b. Tender is withdrawn during validity period 
c. Tender is withdrawn before the Tenderer receives formal intimation of decision taken in this regard to this tender 
d. Tenderer fails to pay Security Deposit against this order. 
e. Tenderer fails to execute the Stamp Agreement after receipt of Order 
f. Tenderer fails to accept L.O.I. (Letter of Intent) 
9.9. In such events Purchaser shall be entitled to recover the amount of EMD paid or enchasing the Bank guarantee or by resorting any other 
remedy available under the law. 
9.10. The  successful  tenderer upon  award  of  the  contract  fails  to  pay  the security  deposit  of  the  order  /  contract  then  the  Purchaser  without 
prejudice to the right of the Purchaser to recover damages, if any.  
10. EARNEST MONEY OF UNSUCCESSFUL TENDERER: 
10.1. Earnest  money  deposited  shall  be  returned  to  the  unsuccessful  tenderer  as  soon  as  possible  after  the  tender  has  been  decided  and  on 
submission of receipt of EMD payment to the office of the purchaser.  
10.2. Tenderers are requested to submit their applications for refund of E.M.D. / S.D. within three years from the date of Payment; otherwise, it 
will be treated as forfeited 
11. SIGNING OF THE TENDER DOCUMENTS: 
11.1. Offer shall be submitted along with the tender documents and duly filled in with all sections  / Appendices / Schedules etc.  
11.2. The offer shall be signed with valid Digital signature. 
12. TIMELY SUBMISSION OF OFFER: 
12.1. The tender is to be submitted online on or before due date & time of submission to the purchaser at website http://aps.mahagenco.in  .  
12.2. Page 32 of 59
It is advisable to submit the digitally signed offer sufficiently in advance of due date & time so as avoid last minute trafficking at server. 
12.3. Offer received after the due date and time of submission shall not be accepted. 
12.4. In case, the due date of opening of tender happens to be holiday, the offer shall be opened on the next working day at the same time. 
13. SUBMISSION / SUPER SCRIBING OF THE TENDER DOCUMENTS: 
The offer is to be submitted as follows:   
13.1. Techno Commercial Bid (Part I): This part shall contain all Technical and Commercial aspects of the Bid and documents supporting the same 
except the price bid.  
13.2. Price Bid (Part II): This part shall contain only the Price Bid; strictly in the prescribed format i.e. Annexure ‐ 'B'. 
13.3. Physical submission of documents (PART III) if applicable: Envelope for this part shall contain documents like type test reports, drawings, 
bill of material, catalogues etc. demanded in tender in physical form (hard copy) & is to be submitted to Purchaser if it is not practicable to 
upload the documents online due to size.  
13.4. Method of submission of part III and their opening: This envelope shall be individually sealed and shall be super scribed with the name and 
address of tenderer and the following information before posting or delivering the same: 
a. Tender No. 
b. Due date and time of submission 
c. Due date and time of opening 
13.5. Envelope as above shall be opened on the scheduled date of opening of Techno‐commercial Bid (Part‐ I).  
13.6. In respect of tenderer whose techno‐commercial bid is acceptable, their Price Bid shall be scheduled for online opening. 
14. QUANTITIES OFFERED: 
The quantity offered should be filled in prescribed Column of Price Bid, failing which offer will be treated as ‘No Offer’ and rejected. 
15. INFORMATION REQUIRED WITH TENDER: 
15.1. The tenderer shall clearly indicate his organizational structure such as machinery, manpower, financial position etc. available for execution 
of contract. He shall also indicate the name of the subcontractor, if intended, along with the full details of the sub‐contractors. 
Such information should be furnished in separate sheet to be attached to the offer. 
15.2. The tenderer shall upload the relevant documents in order to fulfil Qualifying Requirements. 
15.3. In case of any deviation as regards the specification, the tenderer shall clearly indicate in separate sheet of technical / commercial deviation 
schedule.   
15.4. The tenderer shall give the full address along with Telephone No. FAX, E‐mail etc. for the purpose of correspondence. The letters / Notices 
served or left upon said address shall be deemed to have been served upon the tenderer or contractor. The tenderer shall immediately 
communicate the change in address, Telephone, Fax, E‐mail etc., if any. Failure to intimate such change, any letter or notice served upon 
original address of the tenderer shall be deemed to be received by the tenderer / contractor. 
15.5. Verbal  statement  or  information  furnished  by  the  tenderer  as  regards  the  quality,  quantity,  arrangement  of  work  or  any  other  matter 
connected to the tender shall not be considered. 
16. WORK COMPLETION PERIOD: 
16.1. Tenderer is requested to quote work completion period clearly as per schedule in the format specified in tender documents offers.  Work 
completion period which directly or indirectly affects the Conditions of Tender & Work shall be liable for rejection. 
16.2. Offer shall not be accepted if the work completion period is not indicated. 
17. FILLING IN OF PRICE SCHEDULE: 
Tenderer is requested to ensure that the comments against each and every item / clause of price schedule / Section shall be clearly filled in and 
answered. Any item / clause shall not be left blank or unanswered. If any item / clause are not applicable, the words “Not Applicable” shall be 
written against it. 
18. MANDATORY REQUIREMENT OF SUBMISSION OF OFFER: 
The offer shall be submitted online duly filled in, attaching all the required documents, completed in all respects and should be 
digitally signed.  
19. LANGUAGE OF THE TENDER: 
The tender filled in by the tenderer and all correspondence & documents relating to the tender exchanged between the tenderer and Purchaser 
shall be written in English language. Any document furnished along with the tender in a local vernacular language shall be accompanied with the 
English translation. 
20. AMENDMENT OF THE TENDER: 
At  any  time  prior  to  the  date  of  opening  of  the  tender,  the  purchaser  may  for  any  reason,  whether  at  its  own  initiative  or  in  response  to  a 
clarification required by the tenderer, modify the tender documents by an amendment which will be notified by e‐mail to all the prospective 
tenderers who have received the tender documents and will be binding on them. Purchaser may at its discretion extend the date of opening of 
the tender.  
21. DISREGARD OF TENDER CONDITIONS: 
21.1. The Purchaser reserves the right to reject any tender, which does not conform to any of the conditions / instructions etc. 
21.2. Tender containing any deviations / additions / alterations / changes in the conditions of tender as stated in section‐I/II/III /price schedule 
shall not be acceptable.  
21.3. The tenderer having digitally signed all the tender documents indicates any deviations / additions / alterations / changes in the covering 
letter, unrelated annexure, schedules of the offer or elsewhere, the same shall be ignored and the offer shall be treated as meeting with all 
specified tender conditions. 
22. EXAMINATION OF TENDERS:  Page 33 of 59
22.1. The tenderer shall furnish all the data, drawings and other information / documents as per schedules attached to this specification, duly 
signed with the seal of the company, as a token of acceptance.  
22.2. The  purchaser  reserves  the  right  to  reject  any  offer  for  lack  of  any  data  as  called  for  in  the  schedules  and  particularly  in  the  technical 
details.  
22.3. After the opening, the purchaser shall examine the tenders to determine whether they are complete, whether required confirmations have 
been furnished, whether the documents have been properly signed and whether the tenders are generally in order, whether the essential / 
special terms and conditions are agreed. 
23. POLICY FOR TENDERS UNDER CONSIDERATION:  
23.1. The tenders shall be deemed to be under consideration immediately after they are opened and until such time the official intimation of 
award / rejection is made by the purchaser to the tenderers.  
23.2. While the tenders are under consideration, the tenderers and / or their representatives or other interested parties are advised to refrain 
from  contacting  by  any  means,  the  purchaser  and  /  or  his  employees  /  representatives  on  matters  related  to  the  tender  under 
consideration. The purchaser, if necessary, shall obtain clarifications on the tender by requesting for such information from any or all the 
tenderers in writing by e_mail, as may be necessary.  
23.3. All unsolicited correspondence, discussions etc. by the tenderer after opening of the price bid shall be treated as post tender development 
/ information and shall not be considered for tender evaluation purpose. 
24. ACCEPTANCE OF TENDER: 
24.1. The Purchaser does not bind itself to accept the lowest or any tender neither will any reasons be assigned for the rejection of any tender or 
part of tender. It is also not binding on the Purchaser to disclose any analysis report on tender / samples. The tenderer on the other hand 
binds himself to carry out work on any item or items selected from his offer in part or whole at the option of the Purchaser. 
24.2. The Purchaser shall reserve the right to place an order for any quantity in excess to the extent of 50% or any less quantity, of the quantities 
offered by the tenderer. 
25. AMBIGUITY IN QUOTATION OR DEVIATIONS: 
The tenderer shall ensure that  he should quote the tender in clear terms and only fill in  the blanks wherever required. Any ambiguity in the 
terms and conditions may lead the rejection of tender. The tenderer should note that there shall be no deviation in respect of the following 
terms specified in tender documents and the deviation if any; the tender shall be liable for rejection. 
a. Payment of Earnest Money Deposit 
b. Payment of Security Deposit 
c. Terms of Payment 
d. Guarantee 
e. Period of validity of offer 
f. Jurisdiction of Court 
g. Default of contractor & termination thereof 
h. Non‐compliance of special Condition specified  
26. WITHDRAWAL OF INVITATION OF TENDER: 
The  Purchaser  reserves  its  right  to  withdraw  the  invitation  of  tender  at  any  time  before  its  acceptance  is  communicated  to  the  successful 
tenderers. 
27. NAME OF AGENT / REPRESENTATIVE: 
27.1. The digital certificate has been issued to the persons authorized by the firm during vendor registration process .While submitting the bids 
online only valid digital certificate issued to the firm can be used. In case, the digital certificate is compromised or the person holding the 
digital certificate is no longer authorized to digitally sign the tender, it is the responsibility of the tenderer to revoke this certificate and 
obtain the fresh certificate. The tenderer is responsible for all the contractual liabilities & responsibilities thereof. 
27.2. In case the tenderer authorises the agent or the representative to deal on behalf of the tenderer the name and address of such person 
should be informed to the purchaser. The tenderer shall submit the Power of Attorney in favour of agents / representative duly executed 
before the Notary.  In. the absence of the power of attorney, the Purchaser shall not deal with the agent / representative. 
28. NOTIFICATION OF AWARD OF CONTRACT: 
The  notification  of  Award  of  contract  will  be  communicated  to  the  successful  tenderer  by  Letter  of  Award  (LOA)  by  registered  post  or  hand 
delivery or Fax or e_mail as the Purchaser deems it fit which shall be followed by letter of confirmation by registered post. It shall be noted that 
the contract shall be concluded on notification of award of contract. 
29. VALIDITY OF THE TENDER: 
The tenderer will keep the offer valid for acceptance up to and including last date of calendar month, covering the date of completion of 120 
days (one hundred twenty days) from the date of opening of the tender and shall also agree to extend the period of validity required by the 
Purchaser. The tenderer shall not be allowed to modify or change the conditions of the tender while extending the period of validity. 
30. PROCEDURE FOR SUBMISSION OF TENDER  
30.1. The tenderer shall note that all Sections / price schedule etc. to be submitted along with the tender duly signed by digital signature. 
30.2. Failure to follow this procedure shall render the tender incomplete and shall be liable for rejection. 
30.3. The offer of the tenderer shall be submitted in the form of covering letter prescribed in Annexure. 
 
These instructions of tender shall form part of the contract 
3Please, consider your environmental responsibility. Before printing this document ask yourself: "Do I really need a hard copy?" 
Page 34 of 59
 

Rev: 00, Date: 01/01/2009   

Maharashtra State Power Generation Co Ltd 
This Section is applicable to all Power Stations Thermal, Hydro & Gas 
SECTION – II
TENDER WORKS: GENERAL REQUIREMENTS, TERMS & CONDITIONS 
 
1. DEFINITION OF TERMS:  
In  constituting  these  general  conditions  and  the  annexed  specifications,  the  following  words  shall  have  the  meanings  herein 
assigned to them unless there is something in the subject or context inconsistent with such construction. 
1.1. The Purchaser shall mean Maharashtra State Power Generation Co. Ltd., Purchasing Power Station. 
1.2. The Supplier / Contractor shall mean the tenderer whose tender has been accepted by the Purchaser for award of contract 
and shall include such tenderer’s legal representatives, successors and permitted assigns. 
1.3. Sub‐Contractor shall mean the person other than the contractor named in the contract for any part of the work or any reason 
to  whom  any  part  of  the  contract  has  been  sublet  by  the  contractor  with  the  consent  in  writing  of  the  Engineer  and  shall 
include the legal representatives, successors and permitted assigns of such person. 
1.4. Contract Operating Authority (COA) / Engineer shall mean the officer appointed & duly authorized by the Purchaser to act for 
the purposes of the contract by Power Station Head. 
1.5. Plant Equipment shall mean and include any plant, equipment, stores, and materials under the contract. 
1.6. The Site shall mean the whole of the premises, buildings, and grounds in or upon which the plant, work or works is / are to be 
provided, executed, erected, done or carried out. 
1.7. The  Contract  shall  mean  the  letter  of  Intent  /  Award,  Letter  of  Acceptance  of  Tender  and  shall  include  the  conditions  of 
contract, specifications, schedules, tender, Guarantee , drawings and any further conditions which may be specifically agreed 
to between the parties as forming a part of the contract. 
1.8. The  Specifications  shall  mean  the  specifications  appended  to  these  general  conditions  and  the  schedules  and  annexure 
thereto, if any. 
1.9. Manufacturer’s works or Contractor’s works shall mean the place of work used by the manufacturer, the contractor, or sub‐
contractors for the performance of the works. 
1.10. Notice of Award to Contract / Letter of Award shall mean the official notice  /  letters issued by the Purchaser notifying  the 
contractor that his tender has been accepted. 
1.11. Contract  Price  shall  mean  the  sum  named  in  the  contract  agreement  subject  to  such  additions  thereto  or  deductions  there 
from as may be made under the provisions hereinafter contained. 
1.12. Contractors  supervisory  /  work  Personnel  shall  mean  the  supervisory  /  work  personnel  deputed  by  the  contractor  for 
executing the contract or under whose supervision the work is being carried out. 
1.13. Guarantee  shall  mean  as  prescribed  in  the  contract  and  as  instructed  by  the  Engineer  to  be  performed  by  the  contractor 
before the works are finally accepted by the Purchaser ready for commercial use up to the satisfaction of the Engineer. 
1.14. Commissioning shall mean the first successful operation of the equipment after all the adjustments, trials etc., cleaning, and 
re‐assembly required at site, if any, have been completed and the equipment is made ready for commercial use. 
1.15. Guarantee  Period  shall  mean  the  period  during  which  the  contractor  shall  remain  liable  for  repair  /  replacement  of  any 
defective part of the works performed under the contract. 
1.16. Month shall mean the Gregorian calendar month. 
1.17. Day or Days unless herein otherwise expressly defined shall mean calendar day or day of 24 hours each. 
1.18. Writing shall include any manuscript, under or over signature and / or seal as the case may be. 
2. INTERPRETATION: 
2.1. Words importing the singular only shall also include the plural and vice versa, where the context is required. 
2.2. Words  importing  ‘Person’  shall  include  firms,  companies,  corporations  and  associations  or  bodies  of  individuals,  whether 
incorporated or not.  
2.3. The interpretation of the Purchaser on any matter, decision given by him on any dispute points will be final and binding on the 
Contractor 
3. EFFECT OF CONTRACT:  
The contract shall be considered as having come in to force from the date of Notification of Award. The tenderer whose offer is 
accepted is hereinafter called “the supplier / Contractor”. 
4. SCOPE OF CONTRACT: 
The scope of contract shall be as specified in Annexure / Technical Specifications. 
5. CONTRACT DOCUMENT:  
The  term  contract  document  shall  mean  and  include  the  following,  which  shall  be  deemed  to  form  an  integral  part  of  the 
contract. 
5.1. Tender specification of the Purchaser, covering the scope of work, instructions to tenderers, general terms and conditions of 
contract, special terms and condition if any, technical specification, annexure, schedules etc. 
5.2. Contractor’s tender proposal including the letters of clarifications thereto between the contractor and the Purchaser prior to 
the award of contract 

Page 35 of 59
 
 

5.3. All the data and information of any sort given by the contractor along with his tender, subject to the approval of the Purchaser 
/ Engineer 
5.4. Any mutually agreed variation to the conditions of the documents and specifications and terms and conditions of contract, if 
any in writing. 
6. ASSIGNMENT AND SUBLETTING OF CONTRACT: 
6.1. The contractor shall not assign the contract or any part thereof or any benefit or interest therein or there under without the 
prior written consent of the Purchaser. 
6.2. The contractor shall not sublet any part of the works without prior written consent of the Purchaser. 
6.3. Such  consent,  if  given,  shall  not  relieve  the  contractor  from  any  liability  or  obligation  under  the  contract  and  he  shall  be 
responsible for the acts, defaults, and neglects of any of his sub‐contractor, his agents, servants or workman as fully as if they 
were the acts, defaults, neglect of the contractor, his agents, servants or workman. 
6.4. The Purchaser shall have the right to obtain from the contractor any agreement in writing entered into by the contractor with 
any of his sub contractors for services in respect of the works included in the contract, provided that the contractor shall not 
be bound to disclose the sub contract value. The contractor shall supply the Engineer with full technical and commercial details 
of orders placed on his sub contractors. 
7. CONTRACTOR TO INFORM HIMSELF FULLY: 
7.1. The contractor shall be deemed to have satisfied himself as to all the conditions and circumstances affecting the contract price 
and as to the possibility of executing the work as shown and described in the contract. The contractor shall be deemed to have 
examined the availability of all inputs, transport facilities etc. and to have fixed his price taking into account all such relevant 
conditions and also the risk, contingencies and other circumstances, which may influence or affect the work as specified in the 
contract. 
7.2. The  contractor  shall  be  responsible  for  any  misunderstanding  or  incorrect  information,  however  obtained,  on  which  the 
contract price has been based except the written information furnished by the Purchaser. 
8. SECURITY DEPOSIT: 
8.1. The  contractor  will  have  to  deposit  5  %  of  the  contract  value  within  seven  days  from  the  date  of  LOA  /  order  as  Security 
Deposit  unless  having  deposited  Permanent  Deposit  of  Rs.  Three  Lakhs  with  the  Purchaser  at  each  Power  Station  before 
starting the work. 
8.2. The  failure  to  make  payment  of  security  deposit  within  7  days  from  the  date  of  receipt  of  order  as  above  will  be  viewed 
seriously and the contract awarded shall be liable to be terminated at the risk and cost of the Contractor and the Contractor 
shall be responsible for the consequences arising out of such termination. 
8.3. The Security Deposit shall be paid in favour of Purchaser by way of: 
a. Cash or 
b. Demand draft on any Nationalized / Scheduled Bank in favour of Purchaser or 
c. When  the  amount  exceeds  Rs.  1,00,000/‐,  the  same  can  be  paid  either  by  cash/Demand  Draft  or  in  the  form  of  Bank 
Guarantee from any nationalized Bank in favour of MAHAGENCO which shall be valid for the guarantee period as given in 
Guarantee Clause of the conditions of Tender and works in the standard form of the purchaser or 
8.4. This Security Deposit in cash or in the form of Bank Guarantee or otherwise is for the due performance of the work and the 
same shall be liable to apportion towards amount due or becoming due by the contractor on his failure to execute this order or 
any other contract and in the event of non fulfilment of the terms and conditions of the contract 
8.5. The Security Deposit shall be refunded on the expiry of the Guarantee period specified in condition Guarantee stated herein.  
9. PERFORMANCE DEPOSIT / BANK GUARANTEE: 
9.1. The contract performance deposit shall be of an amount equal to 10 % of the contract value and shall be paid by all the types 
of contractors. The Security Deposit paid by the contractor shall be refunded on furnishing the contract performance deposit 
within 30 days. The contract performance deposit can be furnished in either of the forms prescribed for Security Deposit. 
9.2. The  contract  performance  deposit  shall  be  refunded  within  90  days  from  the  date  of  expiry  of  the  Guarantee  period.  The 
Purchaser shall not be liable to pay any interest or compensation to the contractor for retaining the deposit after the end of 
the said period. 
9.3. The  contract  performance  deposit  is  intended  to  secure  the  performance  of  the  contract  for  Guarantee  period  of  the  work 
carried out. However, it is not to be construed as limiting the damages stipulated in other clauses of the contract. 
10. WORK COMPLETION PERIOD:  
The  work  completion  period  as  stipulated  in  the  contract  for  the  work  shall  be  deemed  to  be  the  essence  of  the  contract.  The 
contractor shall so organize his resources as to complete the work within the stipulated period. 
11. FORCE MAJEURE CLAUSE: 
11.1. Force  majeure  clause:  The  stipulated  work  completion  period  is  subject  to  force  majeure  condition  like  War,  Earthquake, 
Natural  Calamities,  War  like  conditions,  Strikes  (affecting  the  transportation,  loading,  unloading)  any  of  the  unforeseen 
regulations by the Central  / State Govt. condition absolutely beyond the control of the Contractor, for which the Contractor 
shall produce documentary evidence to the satisfaction of the authority 
11.2. Performance of Contract: The  Purchaser will  not  be in any way liable for non‐performance either in  whole or in  part  of  any 
contract  or  for  any  delay  in  performance  thereof  in  consequence  of  Strikes,  Shortages,  Non‐Availability  Of  Raw  Materials, 
combination  of  Labour  Or  Workman  Or  Lockout,  Break  Down  Or  Accident  To  Machinery  Or  Accidents  of  whatever  nature, 
failure on the part of the Railways to supply sufficient wagons to carry essential raw material etc. and finished products from 
the Stores, subject to the provision and stipulation made in the Clause of ‘Liquidated damages 

Page 36 of 59
 
 

12. TERMS OF PAYMENT: 
12.1. Full payment will be released as per actual work done within 45 days after satisfactory completion of the work in all respect as 
per actual and submission of bill against recording of bill in Measurement Book / monthly Running Account basis 
12.2. The payment shall be released through RTGS (Real Time Gross System) / NEFT (National Electronic Fund Transfer). To facilitate 
this Contractor will have to furnish Name of the Bank & Branch, Bank Account No. 15 digits, IFSC code 11 digit 
12.3. Following  documents  as  required  in  terms  of  order  will  have  to  be  forwarded  to  Purchaser  along  with  bills  to  facilitate 
payment. 
a. Bill / Tax Invoice in triplicate on basis of rates accepted. 
b. Certificate of Satisfactory Work completion within stipulated period jointly prepared with Contract Operating Authority 
13. TAXES AND DUTIES: 
Service  Tax  if  applicable  for  this  work  contract  will  be  paid  extra.  The  contractor  shall  inform  the  ST  Registration  number  in  this 
respect. 
14. DEDUCTION:  
Any amount or amounts which become payable by the contractor to the Purchaser under a particular contract, shall be deducted by 
the Purchaser from any amount / amounts due or becoming due to the contractor under the same or any other contract and shall 
be adjusted against dues to the Purchaser. 
15. GUARANTEE:  
Work completed shall be guaranteed for a period as specified from the date of completion of work / commissioning. Any  defect 
noticed during the Guarantee period as specified, from the date of completion of work due to poor workmanship will have to be 
attended by the contractor at his own cost and risk. 
16. TERMINATION OF CONTRACT:  
The Company reserves the right to cancel the Work Order in part or full if the work quality, progress is found to be unsatisfactory. In 
such case the unexecuted work will be got completed through some another agency/ departmentally. For this extra expenditure if 
any incurred will be recovered along with 15 % supervision charges from any of the contractor’s dues with MAHAGENCO. Decision 
of the Company Authority will be final and binding on the contractor. 
17. INCOME TAX DEDUCTION:  
Income tax as per applicable ruling u/s. 194C of the Income Tax Act, 1961 along with surcharge & cess as applicable will be deducted 
from your gross bill while releasing payments.  
18. RESPONSIBILITIES OF CONTRACTORS:  
18.1. Rules & Regulations: Your staff will be governed by relevant Rules, Regulations and Acts of State / central / Govt. in force, such 
as Workmen compensation Act, Minimum wages Act, Factory Act, Provident Fund Act, Labour Act etc 
18.2. PF  registration:  Contractor  will  have  Provident  Fund  Registration  number  and  submit  group  insurance  for  manpower  to  be 
engaged. 
18.3. Compensation: The Contractor will be responsible for the payment of compensation of his labours, in case of accident as may 
be admissible under the Workmen’s Compensation Act‐1923. If he fails to pay the same, it will be recovered from any amount, 
which becomes due for payment to him by the MAHAGENCO and will be paid to concerned labour or dependent / heirs etc. as 
required under the Rules and Regulations. The Contractor shall indemnify the MAHAGENCO for all claims for injury caused to 
any  person  whether  workmen  or  not,  while  in  or  upon  the  works  on  the  site  and  the  MAHAGENCO  shall  not  be  bound  to 
depend any claims brought under the Workmen’s Compensation Act & the Contractor shall be liable for any such claims. 
18.4. Electrical License: Contractor should have valid Electrical License to carry out electrical works and works should be carried out 
as per Indian Electricity Rule. 
18.5. Safety regulation: The contractor will have to follow safety regulation strictly and ensure precautions against any fire hazards 
while  working.  Contractors  authorized  representative  shall  have  to  be  present  at  works  place  to  ensure  safe  working 
environment. Contractor should provide safety equipments to the staff engaged for this contract.  
18.6. Company's property: Proper care should be taken while working so that there will be no damage to the Company's property. 
Any loss on the account will be recovered from any of your dues with the Company 
18.7. Discipline: It is the responsibility of the Contractor to maintain discipline of his staff. Any hindrance to the running of Power 
Station or MAHAGENCO’s staff by the Contractor or his staff will be viewed seriously and may lead in termination of contract 
by the MAHAGENCO without entertaining any claim from the Contractor in this regard.   
18.8. Work Hours: Power Station is continuously run factory where 24 hours working is essential. Contractor may have to arrange 
work round the clock / any odd hours.  
18.9. Manpower:  Labours  required  for  the  work  shall  be  arranged  by  the  Contractor  him‐self.  Labour  so  engaged  by  him  will  be 
bound by Rules and Regulations of the MAHAGENCO and the Factory Act‐1948. If the workers / staff is found not suitable / 
incompetent, the Contractor shall remove them from the job as demanded by the Contract Operating Authority with suitable 
substitute. 
18.10. Non‐Execution  of  Work:    The  Contractor  will  be  responsible  to  make  the  loss  and  also  expenditure  incurred  by  the 
MAHAGENCO  due  to  non‐execution  of  work.  All  such  amounts  will  be  recovered  from  any  amount,  which  becomes  due  for 
payment to him by the MAHAGENCO and may result in the termination of contract. 
18.1. Idle Labour: No compensation claim of idle labour for any reason will be entertained by the Company. 
18.2. Medical: You will have to submit medical fitness certificate of your employees / labours before starting of work. 
18.3. Attendance: You or your representative should be present at works site to receive the instructions / directions regarding the 
work. 
Page 37 of 59
 
 

18.4. Gate Pass: Contractor will have to prepare identification photo passes as per procedure laid down by Security section for all 
the employees entering in the power plant premises. Any change in manpower should be immediately intimated to Contract 
Operating Authority and Security Officer. 
18.5. Housing accommodation will not be provided by MAHAGENCO to the contractor or his workmen 
18.6. T & P : The Company will not provide T & P except special T & P 
19. AGREEMENT 
The Contractor will have to execute an agreement on Court Stamped Paper of Rs. 100/‐ before the work. The cost of this is to be 
borne by him. Form enclosed with tender document. 
20. PENALTY FOR LATE WORK:  
The work will have to be started immediately as & when asked by MAHAGENCO authority to complete it within the stipulated time 
If  works  are  suffered,  delayed  then  penalty  @  1  %  per  day  subject  to  maximum  10  %  of  contract  value  will  be  recovered  from 
contractor’s bill/s. 
21. EXTENSION OF CONTRACT:  
The Purchaser reserves the right to extend the contract at his discretion, so that the work done by the Contractor does not exceed 
50% of the value of the tender awarded to him and the Contractor is bound to carry out this work at the same rates and the terms 
and conditions. Rates Offered shall be firm during entire contract period, also for the extended period / Quantity, in case extension 
is given if any.  
22. SCAFFOLDING: 
The contractor should arrange the scaffolding, if necessary to complete the work. However the scaffolding material will be provided 
on the returnable basis subject to the availability. 
23. MISCELLANEOUS WORK:  
Any other miscellaneous work which is related to this work and not covered in the scope of work / schedule and becomes necessary 
to be carried out to complete the work, should be carried by you for which no extra payment will be made. 
24. TRANSPORTATION:  
Contractor will have to carry out at his cost and risk the transportation of material / spares from the place of issue to the site of 
work and balance material / scrap generated during the work shall be shifted back to the designated place as per the directives of 
Contract Operating Authority. 
25. ELECTRICITY AND OTHER CHARGES:  
Electricity required for above work will be provided by MAHAGENCO at free of cost but at one point only. The contractor will have 
to arrange for any further extension if required including bulb wires, cables etc. at his own cost and risk. 
26. SPARES & COMMON CONSUMABLES:  
26.1. Common  consumables  including  general  purpose  welding  electrodes,  cut  rods,  oxy‐acetylene  gas  etc.  will  be  issued  by 
MAHAGENCO on chargeable basis as per actual rates.  
26.2. Spares:  Spares  required  for  replacement  purpose  will  be  issued  by  MAHAGENCO  at  free  of  cost.  You  will  have  to  use  them 
carefully and submit material account of spares issued / used along with the bill. 
27. DISCOUNT:  
Discount, if any, is to be clearly indicated in the price bid. Conditional discounts will not be accepted. 
28. INFLUENCE:  
Any efforts by  the Tenderers to influence the owner during evaluation process before order placement will be rejected. Similarly 
deviation in the term of payments, penalty, security deposit, delivery period will be treated as non‐responsive quotation / offer and 
will not be considered for evaluation /order placement. 
29. BANK CHARGES:  
Your Bank charges at your account and our charges at our account. Purchasers Bankers are as specified in custom document. The 
request of the agency regarding assurance about payment to any Bank shall not be entertained in any condition which may please 
be noted. The payment shall be effected to the firm only 
30. TENDER REFERENCE:  
For any correspondence, reference of our tender should be invariably indicated. 
31. ENVIRONMENTAL MANAGEMENT SYSTEM (EMS):  
You and your employee shall follow the current practices / procedure as per Environmental Management System ISO 14001‐2004 
and shall fulfil the environmental norms / requirements specified / latest notifications issued by the MPCM and CPCB 
32. JURISDICTION OF CONTRACT:  
Any  disputes,  difference  arising  under,  out  of  or  in  connection  with  this  tender,  or  contract  if  concluded,  shall  be  subject  to  the 
exclusive jurisdiction of the nearest Courts of purchaser. 

Please, consider your environmental responsibility. Before printing this document ask yourself: "Do I really need a hard copy?" 

Page 38 of 59
 
Rev: 00, Date: 01/01/2009 

Maharashtra State Power Generation Co Ltd 
e_tendering Cell 
This Section is applicable to all Power Stations Thermal, Hydro & Gas 
SAFETY TERMS & CONDITIONS 
1. Compensation: Safety of your workers and staff is your sole responsibility & you will arrange to pay full compensation 
to your workers/staff.  In case of accident to any of them and in any circumstances MSPGCL will not be responsible for 
and liable to pay any compensation as per WORKMENS COMPENSATION ACT. 
2. Competency / Excellence: Contractor should deploy competent workers  for  the particular  job  and he should utilize 
authorized  his workers  for carrying the electrical works such as welding, grinding   and  other works carried out by 
electrical   equipments. Contractor should submit the list of his workers deployed for the job and list of workers who 
are   authorized for carrying electrical works to the concerned section head for verification of competency of their 
workers, before starting the work as per the rules 1951. 
3. Electrical Safety:  
3.1. Every portable electrical tool should be used with three pin plugs and three wire systems to avoid electric shock 
while at work proper earthing should be checked both at supply end and at tool end before commencement of 
work. 
3.2. Three wire sockets and properly insulated portable electrical boards with fuses & with earth leakage circuit 
breaker are to be used by contractor. On/Off switch should be connected in the live wire and no it in neutral wire. 
3.3. Colour coding of three wire system should be below.  Red: Live, Grey / Black: Neutral, Green: Earth. 
3.4. Only 24 volt hand lamps to be used at confined spaces lying at turbine, boiler, coal mills, grills, structures, coal 
handling plant, Conveyor belts etc 
4. Fire Safety:  
4.1. The contractor should keep ready two buckets of water while carrying out welding work. One bucket is to be used 
for quenching fire if occurs. Last bit of electrode should be dropped in the second bucket with water to ensure 
that red‐hot electrode does not cause any fire. 
4.2. Contractor should ensure provision of Cover/curtain in the hazardous area, so that hot petals of metal (molten 
metal) do not cause any fire. This is particularly necessary while carrying out welding /gas cutting at high elevation 
on grills, in coal handling plants etc. 
4.3. Single piece cable (without joints) should be used during welding work to avoid the fire through cable joint. 
5. Medical:  
5.1. In case of injury of person, arrangement for shifting of the injured person for medical treatment is to be made 
immediately by the contractor.  
5.2. The contractor should keep "First aid box" ready at site. 
6. Penalty: If any of our officer, supervisor finds that, you & your employees are not following the safety rules and 
regulation including use of personnel protective equipments at site; he is authorized to stop your work immediately. In 
case of violation of safety rules, you shall be liable to pay penalty up to Rs.  1000.00 for first violation and up to Rs. 
3000.00 for second violations. For the third violation of rules the order may be terminated or you may be declared 
debarred for the further contract up to period of one year.  For violation of fire safety the contract will be terminated 
immediately and the contractor will not be considered for further contract. 
7. Safety Appliances / Equipments : Contractor shall provides required safety appliances / equipments to their workers 
like safety shoes, helmet, goggles, welding screen, safety belts, hand‐gloves etc. depending upon the working condition 
and nature of the work in hand. You shall arrange the appliances / equipments at your own cost. 
8. Scrap Removal: All type of scraps to be removed immediately from the work spot for maintaining cleanliness. 
9. Supervisors: Adequate Nos. of supervisors to be appointed by the contractor to ensure all safety provisions and use of 
personnel protective equipments by contractor workers. 
10. Testing of T & P / Equipment: Contractor should maintain history register of their lifting tools and tackles, such as   
chain pulleys blocks, slings, tirfor etc. and these are to be tested by competent persons   authorized by Director of 
Industrial Safety & Health Mumbai, as per Maharashtra Factory Rule (96). Copy of the test certificate should be 
submitted to Safety Officer. 
 

Page 39 of 59
MAHARASHTRA STATE POWER GENERATION CO. LTD.
Nashik Thermal Power Station,
P.O. Eklahare, Dist. Nashik -422 105.
An ISO 9001: 2000 & ISO 14001:2004 Certified
Phone No. 0253 – 2810291 to 2810299 Fax No. 0253-2810072/2810499
E mail : cegennashik@mahagenco.in & cgm@mahagencontps.com
Website: www.mahagencontps.com
Section III

Section III Contains following sub sections:


1. QUALIFYING REQUIREMENTS
2. SCOPE OF SUPPLY & WORKS
3. SPECIAL TERMS & CONDITIONS
4. COMMERCIAL TERMS AND CONDITIONS

QUALIFYING REQUIREMENTS

1) The bidder should have satisfactory completed the similar type of work
mentioned in the scope of work of tender & / OR should have executed such
type of special works in Mahagenco/ NTPC or any thermal power station in
India.
2) The bidder must have executed single work order or different work orders of
50% of tender part (i.e. Part A or B or C) estimated value in last three years
for the similar nature of works in Mahagenco/NTPC or any thermal power
station in India.
OR
The bidder must have executed single work order or different work orders of
100% of tender Part (i.e. Part A or B or C) estimated value in last five years for
the similar nature of works in Mahagenco/NTPC or any thermal power station
in India.

The bidder should enclose all the attested copies of work orders executed in
support of the experience, failing which offer shall be liable for rejection.
3) The bidder should enclose the following documents:
a. PF Registration & Annual return of PF form 6A of previous year with
Acknowledgement of PF Office.
b. I.T.–PAN / TAN Account. No.
c. MVAT Registration No. (Supply / Works)
d. Service Tax Registration
e. Solvency Certificate from any Nationalized / Scheduled bank to the tune
of 50% of tender value.
f. Group Insurance.

4) Qualification of working staff:


a) Supervisor should be engineering degree /diploma holder with adequate
experience in the relevant field and should submit the documentary proof of

Page 40 of 59
1
degree/diploma certificate (Xerox copy) & same Supervisor should be
available on site for execution of work.
b) Fitters / Welders should be I.T.I. holder/equivalent/experience in relevant
field and other allied works.
5) Price bid of those contractors will not be considered for opening, if their past
performance of similar work is found unsatisfactory.
6) MSPGCL reserves the right to qualify the bidder for all parts of the tender or
individual part of the tender as per actual experience documents submitted by
the bidder.

CHIEF GENERAL MANAGER,


NTPS, EKLAHARE

Page 41 of 59
2
PART “A”
Scope of Work

Repairs of bottom ash hopper:


1 Scaffolding and Misc. Preparatory works:

a. Shifting of scaffolding material from Major stores to site.


b. Scaffolding erection as per requirement from inside and outside of bottom ash
hopper as per requirement.
c. Removal of insulation of ring header and ring header riser tubes as per
requirement and as per instructions of MSPGCL Engineer for seal trough
servicing / repair work.
d. Cleaning of seal trough before starting the seal trough servicing work.
e. Removal of access doors of all the four grinders for inserting the scaffolding
material for inside work.
f. Removal of scaffolding after completion of work.

2. Repair/Replacement & cleaning of seal trough.


a. Cutting of seal through outer plate along with the stiffeners (size 40 Rmt x 0.62
Rmt) as per the instruction of MSPGCL engineer after cleaning.
b. Removal of all seal plates by cutting the fasteners in sequential order as per
requirement.
c. Cutting of old seal trough plate from inside.
d. Cutting of support welding of seal trough old channel ISMC-400 with inner plate
and support beams.
e. Cutting of old seal trough channel in suitable pieces for removal of the same and
complete replacement.
f. Positioning of new ISMC 400 channel for replacement of seal trough channel and
alignment with the support beams by water leveling.
g. After alignment of the seal trough channel with the support beams, locking of seal
trough channel with support beams by full welding.
h. Removal of damaged scalloped bars from water wall tubes grinding of the tubes
and welding of scalloped bars (new) to water wall tubes by using HP welder
arranged by agency as per requirement and instruction of MSPGCL Engineer.
i. Fitting positioning and welding of new M. S. plate for both seal trough inner and
outer side with double run of welding, plates should be fitted in one level only as
per the instructions of MSPGCL Engineer.
j. Welding of stiffeners to outside of seal trough as per instructions of MSPGCL
Engineer.
k. Welding of scalloped bar for fitting new wiremesh to the water wall tubes by
using HP welder arranged by contractor.
l. Cutting of triangular notches on the inner seal plate by using water level at an
interval of 300 mm as per the instruction of MSPGCL Engineer after completion
of seal trough welding in all respects.
m. Assembling of seal plates with the overlap plate welded at scalloped bar with SS
fasteners and SS angles at the corners.
n. No leakage trial for seal trough and positive refractory cooling trial.
o. Seal trough cleaning from inside after completion of welding in all respects.
p. Seal trough fitting HP nozzle pipe & header replacement work.

Page 42 of 59
3
3. Bottom ash hopper outer plate replacement

a. Cutting of all damaged outer plates of bottom ash hopper after breaking the
refractory lining as per the instruction of MSPGCL Engineer.
b. Removing of bottom ash hopper flushing headers for complete replacement.
c. Repair / Replacement of damaged support of structure beam of bottom ash
hopper as per instruction of MSPGCL Engineer.
d. Replacement of damaged outer plate of bottom ash hopper after removal of
damaged plate as per instructions of MSPGCL Engineer.
e. Positioning, leveling and welding of bottom ash hopper support beams, bracer
beams to the bottom ash hopper plate. Welding of foundation plate at the bottom
support along with fabrication of supports and brackets as per requirement.
f. After replacement of the damaged plates of bottom ash hopper all welding joints
specially at bridge, slant portion hopper corners and vertical corners are to be
strengthen by angles with full double run welding, there should be no leakage
from these joints.
g. Fabrication and fitting of new overflow boxes for bottom ash hopper overflow and
vent pipes.
h. Providing one welder along with helper for various misc. welding work during
refractory lining casting work.
i. Fitting of M. S. plates over the top vertical wall of refractory after completion of
refractory costing for through the notobes made at seal trough liner plate.
j. Cutting of bottom ash overflow pipes and grinder vent pipes for replacement of
bottom ash hopper ash hopper plate.
k. All other works not covered in scope of works but required to be done for the
smooth execution of work needs to be carried out without any extra charges.

4. Wire Mesh work:


a. Removal of wire mesh for replacement welding of plates (by HP welder if
required for fitting of scalloped bars to Boiler tubes by special electrode.)
b. Dismantling of wire mesh / fitting of new wire mesh as per previous one.

5. Fitting of ‘Y’ anchors by welding as per site required.


6. Complete bottom ash hopper external supports strengthening by providing
100/100 angles or any suitable cross section.
a. Removal of old supports one by one is to be carried out.
b. Providing new supports in place of removed supports.

Replacement / servicing of feed gate and erection of pipeline with valves and nozzle
replacement.

7. Replacement of feed gate Assembly:


1. Dismantling of Access of door frames.
2. Dismantling of feed gate along with wear strip, axles, rollers, wedges, bearing
pedestal and bearing housing.
3. Dismantling of mounting pedestals after removal of power cylinders.
4. Replacement new feed gate complete assembly in the position.
5. Connecting mounting pedestals.
Page 43 of 59
4
6. Connection of power cylinders for operation.
7. Checking of feed gate for smooth operation no passing of water trail.
8. Shifting of removed feed gate assembly to ODP sections site or scrap yard.

8. Feed Gate Servicing.


1. Dismantling of access door frames.
2. Dismantling of feed gate along with their wear strip, axles, roller, wedges, bearing
pedestals and bearing housing.
3. Dismantling of mounting pedestals after removal of power cylinders.
4. Checking over all condition of feed gate, liners, axles, guide rails and replacement
as per the instruction MSEB Engineer.
5. Replacements of feed gate wear strip, wedges, roller axles.
6. Replacement of both L.H.S. and R.H.S. guide rails of feed gates.
7. Fitting of fall feed gates and ensure blue matching of surfaces.
8. Repairing of access door frames, replacement of supporting channel, rubber cord,
inspection glass, fitting of access door frames.
9. After mounting power cylinder, initial feed gate setting and subsequent setting is
to be carried out to avoid passing problem.
10. Replacement of S.S. indicator rod along with its gland packing.
11. Shifting of scrap material from site to scrap yard.

9. REPLACEMENT OF PIPE LINE


A) Replacement of seal trough drains pipes.
1 Replacement of seal trough drain line pipes.
2 Dismantling of 150 Nb valve on this line & reinstallation
3 No leakage trial after completion of work.

B) Bottom ash Hopper & seal trough over flow pipe replacement:
1 Bottom ash hopper overflow pipe replacement along with bends Required bends
of overflow pipe needs to be fabricated and replaced.
2 Replacement of Bottom ash hopper over flow boxes after cleaning checkup
removal.
C) Grinder Pipe Replacement:
1. Replacement of required bends to be fabricated by agency pipe along with bends
after completion of bottom ash hopper work.

D) Replacement of Bottom ash hopper HP / LP pipeline.


1. Replacement of bottom ash hopper HP / LP pipelines along with fabrication of
bends as per requirement.

E) Replacement of seal water line and header.


1. Replacement / repair of clinker grinder seal water main header and individual
lines to all clinker grinders and fitting of seal water valves (3/4”)

F) Replacement of HP line from “T” joint going to air heater and Economiser
hopper (200 NB)
Replacement of HP lines of air heater and Economiser from “T” joint of bottom
ash hopper to individual air and Economiser hopper including replacement of
valves in these lines.

Page 44 of 59
5
In the work replacement of pipeline fabrication of bends and flanges are in the
agency’s scope.

10. Repair / Replacement of seal trough Flushing Header HP / LP


1. Repair / Replacement seal through flushing Header with nozzle inlet at an interval
of 500 mm and fitter seal trough header as per instruction of MSPGCL Engineer.
2. Connecting the seal trough flushing Header with HP / LP line and no leakage trial.

11. Repair / Replacement of valves.


1. Scaffolding for replacement of valve to be arranged by contractor,
2. Replacement of valves as per the instruction as MSEB Engineer.
3. Repair / Servicing of old valves.
4. Cleaning of Flanges
5. Fabrication of flanges and bends wherever required.
6. Fitting of new valve / valve with proper alignment, valves will be provided by
MSEB
7. Trail of valve for mechanical freeness & for no leakage.
8. Shifting of old valve & other scrap material to scrap yard.

12. Lifting of Clinker Grinder Discharge Line in the trench.


1. Dismantling of old 200 Nb ash slurry lines in trench from Hydro ejector throat
piece to vertical bend by dismantling 200 Nb coupling rubber rings “ U” clamps.
2. Removing existing 200 Nb pipe from trenches.
3. Fabrication of supporting steel structure to raise the pipe line level by @ 400 mm
with proper support.
4. Laying of 200 Nb lines on newly fabricated supporting structure.
5. Proper fitting of Ezy couplings with rubber rings and carriage bolts.
6. Fitting of clamps for proper fitting.
7. No. leakage trial after completion of work.

13. Erection of Platform at Front and Rear side of Boiler furnace and LP valve
station with ladder fabrication.
1. Erection of scaffolding reqd. for above work.
2. Fabrication of platform by ISMC 75 * 40 channel & other steel material & Hats.
3. Fabrication & erection of 6 mm width flats for platforms
4. Fabrication & erection of Railing for platform.
5. Fabrication of ladder for platform approach.

14. Replacement of Nozzle and Repair and feed sump.


Feed Sump Repair / Replacement
1. Dismantling of all four-clinker grinders from its positions.
2. Repair / Replacement of feed sump body plate if required.
3. Drilling of holes to match grinder-hosing portion.
4. Welding of drilled plat es to feed sump portions to match with grinder housing
portion.

15. Bottom Ash Hopper Hydro Ejector nozzle replacement work :

1. Cleaning of area required to carry out the work such as removing of ash water etc.
2. Opening of three bolts to make nozzle assembly free.
Page 45 of 59
6
3. Taking out worn out nozzle and replace it with new nozzle in nozzle plate.
4. Fitting “O” ring perfectly so that no leakages should be observed line will be
charged for taking hydro ejector in service.
5. Fitting of assembly at location and tightening of three bolts perfectly.
6. In this scope included the replacement of inlet piece, intermediate wear piece,
throat & throat increaser.
7. Removed nozzle should be submitted to section store.
8. If feed gate supporting structure is damaged / corroded it is to be strengthen by
replacing ISMC channel and welding as per instructions of MSPGCL Engineer.

16. Replacement / refitting of clinker grinder:


1. Dismantle of old bottom ash grinder, which is to be repaired.
2. Fitting of new grinding rolls or old grinding rolls to be repaired by teeth filling by
special welding rods, which will be issued by MSPGCL.
3. Assembly of bottom ash grinder using rolls, stuffing box, new sleeve, wear plate,
lantern ring, bearing housing (with new bearings if required), new gland packing
etc.
4. Fitting of sprocket.
5. Shifting of assembled grinder, to required position after removing of old grinder,
old grinders to be shifted to the store yard or as per instructions of MSPGCL
Engineer.
6. Connecting of seal water line to clinker grinder by braided hosepipe.
7. Fitting of new chain and smooth trial after completion of work.
8. Site cleaning after completion of work.
9. Shifting of scrap material to the Major Stores (in the scrap yard)
10. Feed sump-patching work if required without removing feed sump.
11. (a) Removing of drive /non-drive brg.housing for brg...replacement includes
stuffing box, gland follower etc. as pr sr.no. 3 & 4 of work schedule.
12. Replace or regulate the gland if the gland leakage is observed regularly.
13. After completion of work, no leakages must be observed for 3 months and if it
persists should be attended within 24-hrs.with contractors cost.

17. Painting of all pipe liner and other supporting structure in above area.
1. Cleaning of surface.
2. Application of red oxide on all piping and steel structure.
3. Application of paint as per instructions of MSPGCL Engineer.

Page 46 of 59
7
PART B
SCOPE OF WORK

1. ERECTION / SERVICING OF RCV, EXPANSION JOINTS, FEEDER


EJECTOR, SLURRY BOX ALONGWITH CAST BASALT PIPELINES, HYDRO
EJECTORS & AIRHEATER, ECONOMISER HOPPERS DURING AOH OF
UNIT-4.
a. Shifting of material from Major stores / ODP stores to site.
b. Removal – Replacement of RCV if required on site. Servicing of RCV which
includes repairing of male / female seals of RCV .It silicon rubber seals &
bearing replacement, inspection & repair of rotary cam, matching of male-
female seat for final RCV setting and fitting of RCV at site.
c. Removal of expansion joint for replacement of fitting with new asbestos rope or
gasket with reducer fitting as per instruction of MSPGCL Engineer.
d. Replacement of feeder ejector assembly as per site requirement wherever
replacement is not to be done, servicing of feeder ejector to be carried out by
dismantling of feeder ejector assembly i.e. replacement of feeder ejector body,
nozzle late, ventury, tail piece with new gasket and fasteners. Proper supports
and end connections.
e. Dismantling of old slurry boxes and repairing of slurry boxes as per requirement
and replacement of these pipes with new C.B.pipes up to slurry tank.
f. Dismantling of old cast basalt pipeline in between slurry boxes as per
requirement and replacement of these pipes with new C.B.pipes up to slurry
tank.
g. Dismantling of hydro ejector and replacement of assembly or its components
like nozzle, nozzle plate ventury body etc. Work includes replacement of throat,
sleeve coupling at ESP & A/H Economiser system. (Also if any ash leakage to
air heater & Economiser hoppers it is to be attended by removing and refitting
of insulation after attending leakages by patch welding).
h. If any leakages observed to ash hoppers, spool pipe, expansion bellows, feeder
ejector to be attended by applying dum-dum masala.
i. Drain ejector servicing to be carried out along with servicing of hyjector of ESP
pits.

2. REPAIR / REPLACEMENT OF MSERW PIPELINE (100Nb, 150Nb, 200Nb)


a. Shifting of material i.e. pipes, bends, valves etc. site from ODP / Major stores.
b. Dismantling of existing 100 Nb pipelines for individual row of feeder ejector HP
line, along with valve and flanges.
c. Replacement of 100 Nb pipes for HP line for feeder ejector as per actual
condition. Flanges for valves to be re used by re welding to new valves.
d. To provide proper clamping to all 100 Nb HP line from main header to individual
feeder ejector.
e. Dismantling of 150 Nb HP inlet lines must to be done as per site requirement.
f. Replacement of 150 Nb pipes by new MSERW pipes from T-joint to Hyjector
flanges for valves to be reused by re welding.
g. Replacement of 200 Nb main HP headers in ESP as per requirement along with
valves and flanges.
h. All bends, T-joints to be fabricated by contractor on site as per requirement.

Page 47 of 59
8
i. After erection of new 100,150 and 200 Nb pipelines no leakage trial is
compulsory for contractor for at least 30 days since after restarting system.
j. If required, structural additional supports must be provided for pipeline supports.

3. REPLACEMENT OF SERVICING OF HP LINES VALVE (AUDCO, BUTTERFLY


OR GATE VALVE) FOR FEEDER EJECTORS, AND HYDRO EJECTORS AND
DIS.LINE VALVES (100Nb, 150Nb, 200Nb)
a. Dismantling / removal of old valves of feeder ejector, hydro ejector and disc. line
for replacement.
b. Fitting new valves to old or new flanges with gasket replacement and proper fitting
of flange bolt.
c. Repair / Servicing of remaining valves to be carry out which includes valve seat
servicing, seat marching, gland leakages correcting and successful trial of these
servicing valves for smooth operation.
d. No leakage trial to be given by contractor for all valves along with smooth operation.
The contractor must attend all valve leakages at least 30 days since after restarting
of evacuation system.
e. All the pipeline valves should be supported properly and clamped properly to avoid
any misalignment and leakage.

4. REPAIR / REPLACEMENT OF SLURRY PIT TANK (i.e. in AB & CD pass):


1. Repair of slurry pit tank whenever required.
2. Replacement of hydro ejectors or nozzles and connecting H.P. & slurry
discharge lines.
3. No leakage trial should be given by contractor.
4. If slurry pit tank needs replacement by new one, removing of old tanks shifting
of new tank to its position and complete fitting work includes civil work is in
your scope.

5. REPAIR / REPLACEMENT OF PLATFORM GRILLS:


1. If any platform grill is missing from site, new grills to be fitted by welding and
proper supports to be provided.
2. Damaged platform grills to be attended by giving proper supports and welding
as per requirement of site.

6. PAINTING:
a) Surface area preparation.
b) One coat of Industrial primer.
c) Two coat of Industrial paint (as per directive by MSPGCL Engineer)
Painting should be done by anticorrosive silver paint in two coats of Asian make
or equivalent ISI paint.

Page 48 of 59
9
PART “C”
Scope of work
1. Inspection of sunction strainer of CTLP 4A & 4B
a) Inspection / repair work of sunction strainers of both CTLP is to be carried
out.
2. Internal inspection of sunction header of CTLP 4A & 4B
a) Repair work of sunction header below sunction valve (bend portion) is to be
carried out by internal and external patching work if required for CTLP 4A and 4B
near welding joint.
b) Proper supports to be provided if required.
c) Removal and refitting of sunction strainer to carry out work from inside.
d) Repair / Patching work of sunction header of CTLP.
e) Internal inspection of common discharge header is to be carried out.
3. Blow down valves of C.T. pond 4A &4B are 2 to 3 metres below from ground
level in closed chamber. Chamber is full of water & it is necessary to remove
the water by dewatering pump, which is in the scope of contractor.
4. Complete dismantling of blow down valve is to be carried out for repairs of
valve seat, box nut & spindle. Repair of valve seat is to be done by welding
and machining if required, by contractor.
5. Assembly work of valve is to be carried out and there should not be any
leakage.
6. Proper marking is to be provided on valve for assuring full closure of valve.
7. Proper locking is to be provided to valve operating spindle. The existing riser
at common dish pipe are laying on ground hence it is require to excavate the pipe
line for painting, which will be arranged by contractor.
8. Painting of CTLP 4A & 4B (Internally & externally) along with suction discharge
header inside the pump house by Epoxy paint
a) Surface perpetration of painting i.e. scrapping with polish papers / wire brush.
b) Providing and application of one coat of Red oxide.
c) Providing and applying two coats of Epoxy paint (Shalimar / Paints make). As per
direction of MSPGCL Engineer.Erection of scaffolding as per requirement at site to
paint the risers.
d) Red oxide & Epoxy paint required for painting should be supplied by contractor.
9. Dismantling of discharge valves & NRV’s of CTLP 4A & 4B.
10. Inspection of internal parts.
11. Repair/replacement of damaged surface of flap seats.
12. Repair/Replacement of bushes, seals etc.of flap shaft for smooth operation.
13. Cleaning of all parts.
14. Box up of DV’s & NRV’s after servicing.
15. Trial of valves.
16. Any other work which is not included in above scope but required to be carried
out for successful trial of DV’s & NRV’s will have to be carried out by contractor
as per directives of MSPGCL Engineer.

Chief General Manager


N.T.P.S. Eklahare

Page 49 of 59
10
PART “A”
WORK SCHEDULE

FOR THE WORK OF BOTTOM ASH HOPPER INTERNAL & EXTERNAL


REPAIRS DURING AOH OF UNIT NO. 4
SR. DESCRIPTION OF WORK QTY. UNIT REMARKS
NO
Repairs of Bottom ash hoppers
during AOH of Unit no. 4
1. Preparatory work – erection & dismantling of scaffolding 1.00 L.S.
2. Internal & external repairs of seal trough including seal Material to be
trough outer plates repair/ replacement with support 1.00 L.S. utilized at site
strenghtning
3. Bottom ash hopper outer plate repair/ replacement & 10.00 SQ.M. as per the
other repair work
instructions of
4. S.S. wiremesh and seal plate repair /replacement work 1.00 L.S.
alongwith fitting / replacement of “ Y” anchors Engineer In
charge
Overhauling and replacement of clinker grinder
5. Removal, repairs and refitting of clinker grinder and 4.00 Nos.
related works
6. Fabrication & repair/replacement work of feed gate 2.00 Nos.
assembly by 12 mm thick M.S. plate & fabrication ,
replacement of overflow box and related works
7. Repair / replacement of bottom ash hopper flushing 1.00 L.S.
header & related work
8. Repair/ replacement of valves 20.00 Nos.
65Nb/80Nb/100Nb/150Nb/200Nb/3/4”/1”
9. Replacement of H.P. & L.P. water pipeline of 100 Nb to 150.0 RMT
200 Nb
10. Painting of complete bottom ash hopper & related 1.00 L.S.
pipeline by anticorrosive paint (About 450 Sq. Mtr.)

or w Important Note: - For Welding work at bottom ash hopper contractor should use only
Overcord S or equivalent of L & T Eutectic/ Ador Fontec /Difusion welding
electrodes.
1. The quantities indicated above are tentative and may vary on either side subject
to variation in total order value by +/- 10 % . It is the responsibility of the
contractor to complete the job to the satisfaction of Engineer Incahrge . Some of
the items / works may not be required to operate .
2. Payment will be made as per actual work carried out

Chief General Manager


NTPS, Eklahare

Page 50 of 59
11
PART “A”
RATE SCHEDULE

FOR THE WORK OF BOTTOM ASH HOPPER INTERNAL & EXTERNAL


REPAIRS DURING AOH OF UNIT NO. 4
SR. DESCRIPTION OF WORK QTY. UNIT Rate Rs.
NO
Repairs of Bottom ash hoppers
during AOH of Unit no. 4
12650.00
1. Preparatory work – erection & dismantling of scaffolding 1.00 L.S.
2. Internal & external repairs of seal trough including seal 1.00 L.S. 41175.20
trough outer plates repair/ replacement with support
strenghtning 2647.70
10.00 SQ.M.
3. Bottom ash hopper outer plate repair/ replacement &
other repair work 1.00 L.S.
4. S.S. wiremesh and seal plate repair /replacement work 29766.00
alongwith fitting / replacement of “ Y” anchors

Overhauling and replacement of clinker grinder 4.00 Nos.


5. Removal, repairs and refitting of clinker grinder and 7317.20
related works 2.00 Nos.
6. Fabrication & repair/replacement work of feed gate 24805.00
assembly by 12 mm thick M.S. plate & fabrication ,
replacement of overflow box and related works 1.00 L.S.
7. Repair / replacement of bottom ash hopper flushing 24799.50
header & related work 20.00 Nos. 434.50
8. Repair/ replacement of valves
65Nb/80Nb/100Nb/150Nb/200Nb/3/4”/1” 161.70
150.0 RMT
9. Replacement of H.P. & L.P. water pipeline of 100 Nb to
200 Nb 1.00 L.S.
10. Painting of complete bottom ash hopper & related 52090.50
pipeline by anticorrosive paint (About 450 Sq. Mtr.)

or w Important Note: - For Welding work at bottom ash hopper contractor should use only
Overcord S or equivalent of L & T Eutectic/ Ador Fontec /Difusion welding
electrodes.
3. The quantities indicated above are tentative and may vary on either side subject
to variation in total order value by +/- 10 % . It is the responsibility of the
contractor to complete the job to the satisfaction of Engineer Incahrge . Some of
the items / works may not be required to operate .
4. Payment will be made as per actual work carried out

Chief General Manager


NTPS, Eklahare

Page 51 of 59
12
PART “B”
WORK SCHEDULE
For the work of ESP External repairs & Air heater, Economiser hopper repairs
during AOH of Unit No. 4

Sr. No. Description of work Qty. Unit Remarks

1. Dismantling, servicing and erection of RCV 48.00 Nos. Material to be


with actuator, Expansion joint, feeder
utilized at site as per
ejector, slurry box along with C.B.
discharge pipeline, Hydroejector in pits the instructions of
2. Repair /replacement of MSERW pipelines 200.00 RMT
Engineer In charge
Size: 100Nb to 200Nb
3. Replacement /Servicing of all valves 70.00 Nos.
(Audco, Butterfly or Gate valves)
Size: 100Nb/150Nb/200Nb
4. Repair of slurry pit tanks in AB & CD pass 4.00 Nos.

5. Painting of slurry boxes, feeder ejectors, 800.00 Sq. Mtr.


pipelines in ESP area
6. (Industrial primer & Anticorrosive paint)
Repair /Replacement of Platform grills 30.0 Nos.

1. The quantities indicated above are tentative and may vary on either side subject
to variation in total order value by +/- 10 % . It is the responsibility of the contractor
to complete the job to the satisfaction of Engineer Incahrge . Some of the items /
works may not be required to operate .

2. Payment will be made as per actual work carried out.

Chief General Manager


NTPS, Eklahare

Page 52 of 59
13
PART “B”
RATE SCHEDULE
For the work of ESP External repairs & Air heater, Economiser hopper repairs
during AOH of Unit No. 4

Sr. No. Description of work Qty. Unit Rate Rs

1. Dismantling, servicing and erection of RCV 48.00 Nos. 5086.40


with actuator, Expansion joint, feeder
ejector, slurry box along with C.B.
discharge pipeline, Hydroejector in pits
2. Repair /replacement of MSERW pipelines 200.00 RMT
161.70
Size: 100Nb to 200Nb
3. Replacement /Servicing of all valves 70.00 Nos. 247.50
(Audco, Butterfly or Gate valves)
Size: 100Nb/150Nb/200Nb
4. Repair of slurry pit tanks in AB & CD pass 4.00 Nos. 2728.00

5. Painting of slurry boxes, feeder ejectors, 800.00 Sq. Mtr.


pipelines in ESP area 118.80
6. (Industrial primer & Anticorrosive paint)
247.50
Repair /Replacement of Platform grills 30.0 Nos.

1. The quantities indicated above are tentative and may vary on either side subject
to variation in total order value by +/- 10 % . It is the responsibility of the contractor
to complete the job to the satisfaction of Engineer Incahrge . Some of the items /
works may not be required to operate .

2. Payment will be made as per actual work carried out.

Chief General Manager


NTPS, Eklahare

Page 53 of 59
14
PART – “C”
WORK SCHEDULE

for the work of CTLP 4A & 4B Suction / Discharge header internal repairs
and Blowdown valves of cooling tower 4 A & 4 B Repair /Replacement work
& SERVICING / REPAIRING OF NRV’S & DV’s AT CTLP 4A & 4B

Sr. Description of work Qty. Unit Remarks


No.

1. Cooling tower blow down valves repair / 2.00 No. Material to be


overhaul work utilized at site as
per the
2. Suction strainer and suction header 1.00 No. instructions of
inspection and repair & cleaning work of Engineer In
CTLP 4A & 4B charge

3. Painting of CTLP 4A & 4B pump 200.00 Sq.


(Internally & externally) Mtr.
Alongwith suction & discharge header
inside the pump house by Epoxy paint

4. Servicing / repairing of NRV’s of CTLP 2.00 Nos.


4A & 4B

5. Servicing /repairing of DV’s of CTLP 4A 2.00 Nos.


& 4B

1. The quantities indicated above are tentative and may vary on either side subject
to variation in total order value by +/- 10 % . It is the responsibility of the
contractor to complete the job to the satisfaction of Engineer Incahrge . Some of
the items / works may not be required to operate .
2. Payment will be made as per actual work carried out.

Chief General Manager


NTPS, Eklahare

Page 54 of 59
15
PART – “C”
RATE SCHEDULE

for the work of CTLP 4A & 4B Suction / Discharge header internal repairs
and Blowdown valves of cooling tower 4 A & 4 B Repair /Replacement work
& SERVICING / REPAIRING OF NRV’S & DV’s AT CTLP 4A & 4B

Sr. Description of work Qty. Unit Remarks


No.

1. Cooling tower blow down valves repair / 2.00 No. 14883.00


overhaul work

2. Suction strainer and suction header 1.00 No. 28525.20


inspection and repair & cleaning work of
CTLP 4A & 4B

3. Painting of CTLP 4A & 4B pump 200.00 Sq. 297.00


(Internally & externally) Mtr.
Alongwith suction & discharge header
inside the pump house by Epoxy paint

4. Servicing / repairing of NRV’s of CTLP 2.00 Nos. 8681.20


4A & 4B

5. Servicing /repairing of DV’s of CTLP 4A 2.00 Nos. 8681.20


& 4B

3. The quantities indicated above are tentative and may vary on either side subject
to variation in total order value by +/- 10 % . It is the responsibility of the
contractor to complete the job to the satisfaction of Engineer Incahrge . Some of
the items / works may not be required to operate .
4. Payment will be made as per actual work carried out.

Chief General Manager


NTPS, Eklahare

Page 55 of 59
16
SPECIFIC TERMS ABOUT THE CONTRACT

1. Use of Safety Equipments: -


It shall be the responsibility of the successful bidder to provide safety equipments
such as Safety helmets, Safety hand gloves, goggles, shoes etc. to his work force
and he should ensure that they are using the same; otherwise 5% of the total
amount will be deducted from the bill.
2. Supervision and Decision: -
The work is of specified nature and the agencies should be fully conversant with
the latest practices and carry out the work in consultation with engineer in charge
of Out Door Maint.Section.He should report with supervisor at 0800 hrs. everyday
to receive work instructions. They should report to ODP-II section regularly for
watch and ward, minimum one person must be present round the clock with his
own vehicle and communication such as mobile phone etc. It is the responsibility
of the bidder to deploy more/extra manpower to handle the emergencies/routine
work if any.
3. Certificate of recommended clearances: -
The bidder shall have to furnish the certificate from the MSPGCL Engineer
regarding the satisfactory completion of the work for preparation of R.A.Bill.
4. Spares and their transportation: -
The spares required for the work shall be made available to the tenderer either in
Major stores or ODP Maint.Stores or in the stacking area in the plant.
Transportation of same shall be arranged by the contractor only. It shall be
responsibility of the tenderer to take the custody of the spares before starting the
work to ensure timely progress of the work.
5. Preparatory work: -
Before starting the work in order to reduce downtime, the bidder shall have to
complete the preparatory works in consultation with engineer in charge, ODP
Maint.Section.
6. Storing Place: -
For the purpose of storing T & P, gas sets and personnel clothes of the workers
etc, a suitable place with door shall be provided in the plant area if possible. The
bidder shall have to give documentary evidence of each item in his custody, if
asked for. MSPGCL shall not be responsible for material issued to him or brought
by him from outside. The amount of Rs.500 /- per month will be deducted for the
lighting provided in storing place/site office.
7. Site Facilities: -
The tenderer shall be provided with suitable facilities for lighting, air connection,
and water connection if required, free of charge.
8. Insurance: -
Your staff working against this work contract shall have to be insured by you for
the particular work under Workman’s Compensation Policy and one copy of the
policy shall have to be submitted to the engineer in charge before commencement
of the work, without which you will not be allowed to start the work as well as
due payments will not be released.
9. Terms of payment: -
Page 56 of 59
17
100% Payment will be released on completion of the work through M. B.
recording within 45 days & taxes will be deducted as per rules from your bills.
Service Tax is to be paid as per rules.
S.D. will be treated as bank guarantee for the period of one year against
satisfactory performance of work carried out & will be released after completion
of above said period.
10. Contract Period: -
The period of contract is 25 days from the date of starting the work.
11. Time limit and Penalty: - Time limit for carrying out work is 25 days from the
commencement of work. If contractor fails to meet the time period, the penalty of
10 % will be deducted from the M.B. if the delay is occurred from
M.S.P.G.Co.Ltd side on account of supply spares or any other reason, then
penalty will not be charged.
12. Your staff working against this contract, shall have to be Insured by you for the
particular work under Workmens’ Compensation Policy and one copy of the Workmens’
compensation policy shall have to be submitted to the Engineer in charge
before commencement of the work, without which you will not be allowed to start the
work as well as the due payments will not be released. The contractor must have the
labour licence, copy of which will have to be enclosed with the offer.
13. Scrap removal: -
After work completion, contractor should transport the scrap to the decided
scrap yard if the scrap quantity is less. And subsequently contractor has to credit the
scrap to Major Stores when sufficient quantity of scrap is collected. However,
decision of ODP in charge will be final as to when the contractor should transport and
credit the scrap to Major Stores. He should arrange his own vehicle for shifting the
scrap. If the contractor fails to remove the damaged components and scrap around the
site and dispose it off to the ear marked area/ Major Stores, additional penalty shall be
levied.
14. Agreement:
Contractor will have to enter in the agreement with the MSPGCL to carry out
contract on prescribed appropriate stamped paper. The agreement is to be submitted
duly typed in triplicate on Rs.100/- Court stamp paper, which will be contractor’s
account.
15. Material to be arranged by the contractor:
General consumable such as cotton waste, cleaning cloth, manila rope, coil
string, 24 V transformer hand lamps and bulbs, Ana bond 202,paint and painting
brushes for numbering, all T & P, hand tools such as pulling, lifting equipments,
spanners, hammers, chisels, shim cutters, screw drivers, monkey and cutting pliers,
dividers, punches, gas cutting torches, gas rotary burrs, welding machines, welding
cable and holders, welding glasses, welding accessories, welding electrodes,
industrial gases to be arranged by the contractor.
16. Material to be supplied by the MSPGCL: -
All the spares required for carrying out all the works, consumable like
fasteners, M.S.Plates/Angles, electric supply for welding machine in plant area only
will be supplied free of charge.
17. Standard terms and conditions applicable to work

CHIEF GENERAL MANAGER,


NTPS, EKLAHARE
Page 57 of 59
18
COMMERCIAL TERMS AND CONDITIONS

1. Earnest Money Deposit:


EMD to be paid Rs .12084 /-as per Section-I clause 8 In Cash/by DD from
nationalized Bank valid for Six months from the date of Tender Opening &
Payable to Chief General Manager, Nashik T.P.S.

2. Bidders are requested to submit their applications for refund of EMD /SD
within three years from the date of payment; otherwise, it will be treated as
forfeited.

3. Interpretation: The Interpretations of undersigned on any matter or


decision on any disputed points will be final and binding on the Contractor.

4. Short closing: in case your performance is poor in maintaining the delivery


schedule/Quantity of material, the undersigned reserves the right to short
close the order. No claim or requests will be entertained.

5. Terms of Payment:-
a) No advance payment will be effected during this contract.
b) 100% payment towards installation will be made after carrying out
installation work through RA bills.

6. Time Limit:-
The period of contract is 25 days .
7. Security Deposit:-

Security Deposit in the form of Bank Guarantee of any nationalized Bank of


10 % of the material value shall be submitted by you. This bank guarantee
shall be valid for a period of at least 12 months from the date of issue and
shall have to be extended, if required by MSPGCL. This bank guarantee shall
remain with MSPGCL till all the works completed against this contract.

8. Performance Guarantee: -

The bidder should guarantee the performance of work completed for a period
of 12 months from date of installation/commissioning by furnishing bank
guarantees as stated in above clause No.4.9. Security Deposit / Bank
Guarantee furnished against this contract shall be converted into performance
Bank Guarantee which will remain with MSPGCL during above period after
installation. Further you will have to extend validity of B.G. to meet
performance guaranteed period. If any type of defect is noticed during the
guarantee period the same shall be attended by replacing the defective
material free of cost.
Page 58 of 59
19
9. Agreement: -

The bidder will have to enter into and agreement with the Company to carry
out contract on prescribed court stamped paper. The agreement is to be
submitted duly typed in triplication Rs.300/- Court Stamp paper that will be to
your account.

10. Provision of Taxes:

a) Sales Tax Act / VAT (MST & CST) shall be applicable to this contract.
b) Service tax on work portion will be paid as per rule.
c) If the bidder is not registered under Sales Tax then Purchases Tax under
Section 13 of the Bombay Sales Tax Act 1959 shall be levied on the entire
amount of bill or The estimated value of the works by the bidder.

Page 59 of 59
20

You might also like