Professional Documents
Culture Documents
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
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
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
004-01-006-005-0035 * 20.0
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
015-14-001-005-0007 * 2.0
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
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
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.
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.
Page 41 of 59
2
PART “A”
Scope of 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.
Replacement / servicing of feed gate and erection of pipeline with valves and nozzle
replacement.
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.
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.
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.
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.
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
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.
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.
Page 49 of 59
10
PART “A”
WORK SCHEDULE
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
Page 50 of 59
11
PART “A”
RATE SCHEDULE
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
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
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 .
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
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 .
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
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.
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
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.
Page 55 of 59
16
SPECIFIC TERMS ABOUT THE CONTRACT
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.
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:-
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.
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