Вы находитесь на странице: 1из 9

APGENCO- Performance testing of Units 1-7 of Dr.

NTTPS and Units 1-5 of RTPP


Section-I: TECHNICAL REQUIREMENTS & SPECIAL INSTRUCTIONS (Pg.1 of 9)

1.0 APGENCO intends to undertake the work of Performance evaluation testing (PET) of
the following 210/500 MW units.
Unit Capacity(MW Date of Commissioning
No/Station ) DD-MM-YYYY
1/Dr.NTTPS 210 01-11-1979
2/Dr.NTTPS 210 10-10-1980
3/Dr.NTTPS 210 05-10-1989
4/Dr.NTTPS 210 23-08-1990
5/Dr.NTTPS 210 31-03-1994
6/Dr.NTTPS 210 24-02-1995
7/Dr.NTTPS 500 08-10-2009
1/RTPP 210 31-03-1994
2/RTPP 210 25-02-1995
3/RTPP 210 25-01-2007
4/RTPP 210 20-11-2007
5/RTPP 210 31-12-2010

2.0 SCOPE OF OFFER:


Carrying out Performance testing of Units 1to 7 of Dr.NTTPS and Units 1 to 5
of RTPP (210 MW – 11 Nos. & 500 MW – 1 No.) and to submit detailed reports
on the performance of the units including suggestions on improvements in
performance and performance comparison among units.

The objective of the tests:-


1. To know the performance level of each of the unit of the power station.
2. To know the performance of major equipment in the unit.
3. To find the overall unit heat rate, specific coal consumption and Aux.
Power Consumption etc.
4. To identify the major potential areas for performance improvement.
5. To identify the factors causing increase in the Heat rate and suggest
measures for improvement.
6. Identifying improvement areas in operation practices for achieving
maximum efficiency of running units.
7. Performance wise comparison of Units.
Scope of the tests:-
1. All performance tests to be conducted to meet the objectives mentioned on the
following:
a. Steam turbine(with Generator)
b. Steam Generator
c. Condenser
d. HP/LP Heaters
e. Air Preheaters
f. All other major equipment
g. Cooling Towers
h. Other tests required to assess the performance of
the unit.
Note:- All tests to be conducted as per the ASME standards

2. To submit detailed report along with Performance wise comparison of


Units.
3. To recommend for corrective actions based on the tests/observations.
Inclusions & Exclusions:
1. APGENCO will provide all the available design data characteristic curves,
P&IDs, electrical SLDs and other technical specifications, coal quality
specification( design coal & coal used for PET) etc.
2. Power, water & compressed air will be made available by APGENCO at free
of cost.
3. Collection & analysis of samples such as coal, bottom ash, fly ash, feed water,
steam etc., will be done by APGENCO as per requirement.
4. The agency shall bring all required portable meters, instruments etc. The
agency shall prepare the list of equipment/instruments required for the PET
and arrange the same which are not available in the plant.

3.0 Pre-Bid Meeting: Bidders are requested to attend the Pre-Bid Meeting to be
held at Vidyut Soudha/Gunadala/Vijayawada, on the stipulated date, for a
detailed discussion on the scope & specifications/terms applying to this
Tender, so as to ensure that their Offers are completely in line with APGENCO
requirements.

4.0 EXECUTION OF WORK:


4.1 The Successful bidder shall mobilize adequate manpower, materials etc, to ensure that
the work is executed comprehensively, in the shortest possible period. The Bidder shall
indicate, in his Offer, the number of personnel who will be deployed at Site, and the
period required for executing the job per each unit. The work should be carried out
without hindrance to the normal operation of the power house and also in full
Cooperation & Co-ordination with other contractors, if any, for other works.

5.0 COMPLETION PERIOD:


Subject Activities are proposed to be taken up immediately after awarding the
contract and shall be completed within 4 months in all the 12 Nos Units. As such, the
contractor shall depute personnel so as to reach Site, at the earliest, preferably within
5 days from the date of confirmation by APGENCO about the readiness of site.

6.0 STATUTORY REQUIREMENTS:


6.1 The Contractor shall be solely responsible, even in the event of sub-letting, for
ensuring compliance with all rules & regulations stipulated in relevant Acts of the
Central or State Governments, such as the Factories Act, Minimum Wages Act etc,
whether or not such Acts are indicated explicitly.

7.0 WORK ON HOLIDAYS:


7.1 Work shall be carried out on all days including Sundays and other important
national holidays.

8.0 SAFETY PRECAUTIONS:


8.1 The contractor should observe safety rules and provide safety appliances to his staff.
8.2 Necessary precautionary measures will have to be taken to prevent any accidents.
Corporation shall not be held responsible towards the payment of compensation for
those who got involved in the accident.
8.3 The work should be done without any inconvenience to the other staff working at
site by suitably coordinating with them.
8.4 The work should be carried-out without any damage to the equipments in the area.
The contractor is responsible for any damage to the equipment of the Corporation.
8.5 All relevant personnel protective equipment, including safety helmets (for all works)
should be worn by the contractor’s staff while at work.

9.0 DAMAGES TO CORPORATION PERSONNEL OR PROPERTY:


9.1 The contractor shall be responsible for any damage to the property and personnel of
Corporation, within the power station area arising out of the carelessness &
negligence on the part of himself or his employees, and the damage caused should be
made good. The relevant cost of damages will be debited to the contractor’s bill
together with centage charges.

10.0 SUBLETTING OF CONTRACT:


10.1 The contract is not transferable. No part of the contract shall be sublet without the
written permission of the concerned Chief Engineer of the plant. Not withstanding
the subletting of Contract, the successful Bidder shall solely be responsible for
ensuring compliance with the various requirements (technical, statutory etc),
stipulated in the contract.

11.0 JURISDICTION:
11.1 All disputes and differences arising out of or in connection with the Order based on
this enquiry shall be settled by courts/tribunals located in Hyderabad &
Secunderabad cities only. No legal proceedings shall be instituted elsewhere.

12.0 TERMINATION OF CONTRACT:


12.1 The contract is liable to be terminated by the Corporation at any time during the
currency of the contract, giving a week’s notice, in case the performance or progress
of the contractor is not satisfactory. This contract is liable for termination at any stage
in the event of any change in the Corporation’s policy on the contract.

SPECIAL INSTRUCTIONS

1.0 QUALIFICATION REQUIREMENTS(QR):


Only those bidders, who satisfy the following requirements, need to quote.
Bids shall be submitted for the complete Scope stipulated in the Tender.
(b The bidder should have previous experience in having carried out
) performance study of any Thermal Power Station, in a unit capacity of
210MW or higher, during the last 10 years (Copies of relevant
Orders/Contracts, Completion reports, invoices etc preferably from
Public sector organizations or other power utilities shall be furnished).
The bidder should have minimum annual Turnover of Rs.50.00 Lakhs
(Rupees Fifty Lakhs only) in any one financial year during the last five
financial years (2012-13 to 2016-17) or calendar Years(2012-16) (Copies of
Audited financial statements shall be furnished).
The Bidder shall enclose Solvency Certificate issued on or after 01.01.2017
by any Nationalized/Scheduled Bank for an amount of Rs.25,00,000.00
Earnest Money Deposit (EMD) for requisite amount shall be furnished.
All stipulated Bid Schedules, duly signed in, signed & stamped shall be
furnished.
Note: Not withstanding anything stated above, APGENCO reserves the right to assess
the tenderers’ capability to execute the contract, should the circumstances warrant
such assessment in the Overall interest of APGENCO. In respect of Qualification of
Bidders, the decision of APGENCO is final.

Being OEM of the units, M/s.BHEL need not furnish the QR documents except bid
schedules.

2.0 DOCUMENTS TO BE SUBMITTED


 Documents evidencing the qualification requirements indicated in S.No.(1.0)
above, such as Copies of the following.
o Relevant Orders/Contracts, Completion Reports, invoices etc, preferably
from Public Sector Organizations or other Power Utilities.
o Audited Financial Statements.
 Copy of report of previous PET carried out for similar units of 210 MW or
above to be submitted with the PQ Bid. This report shall have the complete
log of the data as collected during test.
 All relevant Bid Schedules etc, duly filled in, signed & stamped along with
requisite supporting documentation.

3.0 Tenders received from those not meeting the stipulated Qualification requirements,
are liable to be rejected. Moreover, those that are not submitted for the complete
scope stipulated in this Tender Specification, will not be considered.

4.0 SITE VISIT & COLLECTION OF INFORMATION:


The Bidders are advised to visit the site, collect information regarding Equipment,
availability of measuring instrument, transportation, availability of skilled / unskilled
labours, climatic conditions, to their satisfaction and acquaint with the nature &
condition of work prior to working out the price of the Tender.

5.0 EARNEST MONEY DEPOSIT(EMD):


5.1 M/s.BHEL is exempted for submission of EMD
5.1 The Tenderer shall pay, without fail, an amount of Rs.1.00 lakh, by Demand draft
drawn on any scheduled Bank in favour of "The Pay Officer, APGENCO, Vidyut Soudha,
Hyderabad-82" and another Rs.2.60 lakh (Rupees Two lakh Sixty Thousands only), by
way of a Bank Guarantee/DD/ BC/ Pay Order, as EMD.
5.2 In case of PEMD holders:
a) In case of Permanent E.M.D Holders, who has deposited Rs.2,50,000/- as
PEMD, Rs.1.00 Lakh by way of D.D and Rs.10,000/- by way of Bank
Guarantee/DD/ BC/ Pay Order plus PEMD approval letter from APGENCO
may be furnished.
b) In case of Permanent E.M.D Holders, who has deposited Rs.5,00,000/- as
PEMD, Rs.1.00 Lakh by way of D.D and PEMD approval letter from
APGENCO may be furnished.
The Bank Guarantee, shall be valid for 1 year reckoned from the date of opening of
tender, including claim period. Likewise, the PEMD facility proposed to be availed,
shall be valid for a minimum period of 1 year, reckoned from the date of bid
opening.

5.3 Waiver in respect of SSI Units:


SSI Units registered with either the NSIC or the Dept of Industries/Govt. of AP, are
eligible for exemption from submission of EMD, subject to the following conditions.
(a) The Items/Scope of work offered must be in the list of Items/works, for
which the Firm is registered.
(b) The quoted price shall be less than the monetary limit stipulated in the
Registration Certificate.
The BIDDERS who fulfill the above conditions apply for EMD exemption duly
submitting a copy of valid Certificate of Registration either with NSIC or Govt. of
AP, indicating details such as Monetary Limit, details of items covered in the
registration, validity period of Certificate etc. They shall obtain approval before
Offer submission itself, and shall enclose the copy of EMD exemption approval
letter issued by APGENCO along with their PQ Bid, failing which their offers will
be liable for disqualification. However, please note that exemption will be issued
purely at APGENCO’s discretion.

6.0 PRICES:
6.1 The Prices quoted shall be Firm and inclusive of charges towards to & fro travel,
lodging, boarding and local conveyance for Service Personnel etc but excluding GST
and shall clearly indicate the following
-- Basic all inclusive Prices (excluding GST only) for each of the items indicated.
Lumpsum prices will not be accepted.
-- GST, as applicable on the date of submission of Offer.
6.2 It will be deemed that the rates quoted by the tenderers, are inclusive of all incidental
items of work not necessarily mentioned in the schedule, but are nevertheless
essential for the contract and for the complete execution of the work.
6.3 Firm, Ex-Works Prices along with all Price Components, viz., applicable Taxes/
Duties, to & fro travel, lodging, boarding and local conveyance for your Service
Personnel etc, shall be indicated in the offer. Variable prices will not be accepted.
6.3 Bidders shall quote for the complete scope stipulated in this Tender Specification,
and shall ensure completeness of their offer as per tender requirements. Otherwise
Bidder’s Offer will be deemed to be incomplete/unresponsive and will be liable to be
rejected.

7.0 TAXES/DUTIES:
7.1 GST will be paid extra, as applicable. The GST registration Number shall be invariably
indicated in the Invoices. All other taxes & duties etc, will be deemed to be included in
the quoted rates. It is the responsibility of the Bidder, to ascertain and ensure that all
taxes/duties, charges etc, as applicable on the date of submission of the Bid, have
been taken into consideration while quoting the Offer Price.
7.2 Works Contract Tax, Income Tax & other statutory deductions, will be deducted at
Source, from the Contractor’s Bills, as applicable.

8.0 STATUTORY VARIATIONS:


(a) Within Contractual Execution Schedule:
Any variations in GST, either upward or downward, or any new introductions in
statutory taxes/duties/levies etc., will be to APGENCO's account, provided that the
Work is completed as per the COMPLETION PERIOD/EXECUTION SCHEDULE
stipulated in Work Order.
(b) Beyond Contractual Execution Schedule:
In case of any deviation in executing the Order as per the stipulated Schedule, for
reasons not attributable to APGENCO, any upward variation in GST or imposition of
new taxes etc, beyond the agreed COMPLETION PERIOD/EXECUTION
SCHEDULE, shall be to the CONTRACTOR’s Account. However, in case of a
downward variation, the benefit shall be passed on to APGENCO.

9.0 PAYMENT TERMS:


9.1 100% payment, along with the Tax applicable, will be made within THIRTY days
after completion of performance tests in all the 12 Nos units and submission &
acceptance of final report along with report on performance comparison among units
and suggestions on improvement in performance
9.2 In case any excess payment is made to the CONTRACTOR, by mistake OR any
amounts are due from the CONTRACTOR to APGENCO for any reason(s),
APGENCO reserves the right to recover such monies from the amounts payable to
the CONTRACTOR or Bank Guarantees submitted by him, against the Contract
resulting out of this specification.
9.3 Any incidental charges, such as bank charges, stamp duties etc, incurred by the
CONTRACTOR during the execution of the Contract shall be to the
CONTRACTOR’s account only.
9.4 Payment will be limited to actual Quantum of work executed and at the unit rates
accepted.
9.5 All Bills/Invoices shall be submitted to the “Chief Engineer (O&M)/Dr.NTTPS (or)
RTPP", for arranging Payments. Copies shall be submitted to this Office also.
9.6 No payment will be made for defective/incomplete/pending works.
9.7 Income tax etc will be deducted from the bills as per the rules, in force.
9.8 Payment will be made by cheque, on any of the Nationalized/Scheduled Banks in
AP.
9.9 When there are complaints from the labour department about non payment & less
payments of wages to the labourers employed by the contractor for the execution of
work under agreement, the Chief Engineer/O&M/Dr.NTTPS shall have full powers
to withhold the bills claimed by the contractor pending clearance certification from
the Labour department and shall act as per directions given by the Labour
department.
9.10 Any incidental charges, such as bank charges, stamp duties etc, incurred by the
CONTRACTOR during the execution of the Contract shall be to the
CONTRACTOR’s account only.

10.0 SECURITY DEPOSIT (SD):


10.1 The CONTRACTOR shall submit Security Deposit for 2.5% of the total order value.
The SD shall be submitted, within 15 days from the date of receipt of this Order, by
way of a Crossed Demand Draft drawn on any scheduled bank in favour of “The Pay
Officer, APGENCO” payable at Vijayawada.
10.2 Alternatively, SD may be submitted by way of a Bank Guarantee (BG) issued by any
nationalized bank, on a Rs.100/- non-judicial stamp paper, in the prescribed format,
with validity covering the completion period (s) stipulated below, and claim period
for an additional 6 months.
10.3 The SD will be released, on application, after ensuring receipt of final report and
settlement of any/all pending claims.

13.0 PENALTY:
(a) In case of delay in execution of works, beyond the completion period, for reasons not
attributable to APGENCO, APGENCO may at its option demand and recover from
you an amount equivalent to 0.5% per week or part thereof without considering
prorate subject to a maximum extent of 5% of Total contract value of the order for
delay in carrying out works beyond the completion period.
(b) For the purpose of calculating penalty, the total period taken by the CONTRACTOR,
for executing the various activities in his scope, in excess of the COMPLETION
PERIOD permitted as stipulated there in, will be considered.
(d) This right of APGENCO shall be without prejudice to its rights under the law,
including the right to cancel the contract, forfeit deposits and recover damages for
breach of contract.

14.0 VALIDITY:
14.1 The Offers shall be valid for a period of 180 days from the date of opening of
Price/Commercial Bids. The period of validity cannot be counted from any other date
other than the date of opening the Price bid (Commercial Bid).

15.0 Submission of Bids:


15.1 Bids are invited, online, on APGENCO eProcurement platform/website, in Two
Parts, viz.,
-- Part-I or Pre-Qualification Bid (PQB) and
-- Part-II or PRICE BID.

15.2 Online Bid Submission:


The Bidder shall submit his Bid online, on eProcurement platform of APGENCO, ie.,
https://etender.apgenco.gov.in/irj/portal, as per the procedure given below.
(a) The bidders shall register on the APGENCO’s e-procurement market place,
ie., on https://etender.apgenco.gov.in/irj/portal, and submit their bids online.
Offline bids will not be entertained by the Tender Inviting Authority, for the
tenders published in eProcurement platform.
(b) The Tenders/Bids shall comprise of the following.
(i) Earnest Money Deposit, in specified form, and for requisite amount.
(ii) All schedules (as per the formats in the Tender Specification),
furnishing all requisite details, signed and seal & date affixed (Price
Schedule shall be without prices). Each Schedule shall be
accompanied by supporting documentation, as stipulated therein.
These shall include documents evidencing compliance with
Qualification Requirements, etc.
Scanned copies of each of the above shall be uploaded to the eProcurement
platform, and the original hard copies of the same shall be submitted, by
stipulated date/time.
(c) The bidder shall sign on the statements, documents, certificates, uploaded by
him, owning responsibility for their correctness/authenticity.
(d) The Price Schedule format enclosed, if any, is only for reference, for the purpose of
indicating the various price components that are envisaged.
(e) The Bidders are advised to ensure that the figures indicated in the Online
price Bid, match with the particulars indicated in the uploaded Schedules,
duly indicating clarifications/remarks wherever necessary. In case the figures
in the Online Price Bid are at variance from the particulars in this Schedules,
APGENCO will adopt/consider, whichever is more favourable to APGENCO.
15.3 No documents need to be submitted by the Bidders offline. Any offline bid
submission clause in the tender document, other than that required from Successful
Bidder, shall be disregarded.
15.4 Registration with APGENCO eProcurement platform:
Only those Bidders, who are registered on the APGENCO’s e-procurement market
place, ie., on https://etender.apgenco.gov.in/irj/portal, are eligible to participate.
For any queries on registration and online bid submission, on eProcurement platform,
the bidders may contact HELP DESK of Service provider on
https://etender.apgenco.gov.in/irj/portal. The APGENCO e-procurement
website market place provides an online self service registration facility to
such of the Bidders who are already registered with the respective
participating departments for supply of specified goods and services.

15.5 Tender Document:


(a) The Bidder is requested to download the tender document and read all the
terms and conditions mentioned in the tender Document. Any clarifications
shall be sought from the Tender Inviting Authority, prior to submission of
Offer only.
(b) The Bidder has to keep track of any changes by viewing the Addendum/
Corrigenda issued by the Tender Inviting Authority, from time to time, in the
APGENCO e-Procurement platform. The Department calling for tenders shall
not be responsible for any claims/problems arising out of this.

15.6 Digital Certificate authentication:


(a) The bidder shall authenticate the bid with his Digital Certificate for
submitting the bid electronically on APGENCO e-procurement website.
Bids not authenticated by digital certificate of the bidder will not be accepted
on the APGENCO e-procurement website.
(b) For obtaining Digital Signature Certificate, all the bidders are
requested go through Guidelines to bidders for participating in
APGENCO’s e-procurements tenders which is available in the
APGENCO e-procurement website.

15.7 Submission of Hard copies:


(a) As per GO No.174 dt.1/9/2008, the requirement for Submission of Original
Hard Copies of the uploaded scanned copies of DD/BG towards EMD etc,
before opening of Price Bids shall be dispensed with.
(b) All the Bidders shall invariably upload the scanned copies of DD/BG & all
other documents in e-Procurement System. This will be the primary
requirement to consider the bid responsive.
(c) Technical Bid evaluation shall be carried out, solely based on the Documents/
Certificates etc uploaded in the e-Procurement system and Price Bids of the
responsive Bidders shall be opened.
(d) The Purchaser Department shall notify the successful bidder for submission
of original hard copies of all uploaded documents, DD/BG towards EMD etc,
for ensuring their genuineness/authenticity, prior to entering into agreement
or placement of Order. The Successful Bidder shall, at his sole risk &
responsibility, submit the same to the Tender Inviting Authority, before
stipulated date & time.
(e) In case, the successful Bidder fails to submit the Original Hard Copies of
uploaded Certificates/Documents, DD/BG towards EMD etc, within the
stipulated date & time (OR) if any variation is noticed in the uploaded
documents and the original hard copies submitted by the successful Bidder,
appropriate penal & deterrent action will be taken as per the rules in force.
(f) If any of the documents furnished by the bidder is found, at any point of
time, to be false/fabricated/bogus, such Bidder is liable for black listing,
forfeiture of the EMD, cancellation of work and criminal prosecution.

15.8 Regarding Online Bidding:


(i) Notwithstanding the particulars/guidelines stipulated in this document, all
the bidders are advised to get themselves acquainted with the latest rules &
regulations governing submission of Bids, payment of Transaction
Fee/Corpus Fund etc, on the APGENCO’s eProcurement website. For any
queries on APGENCO eProcurement platform, the bidders may contact HELP
DESK of Service provider on https://etender.apgenco.gov.in/irj/portal.
(ii) It is the responsibility of the Bidder, to ensure that the scanned copies
uploaded to the APGENCO eProcurement website, are legible.
(iii) The Bidder shall be solely responsible for ensuring that all requisite
documents have been successfully uploaded. Online Offers which are found
to be either incomplete or corrupted, are liable to be rejected.

16.0 Opening of Tenders:


16.1 Part-I i.e., ‘Pre-qualification Bid’ or PQB, will be opened ONLINE, at the time and
place indicated.
16.2 Only those tenders which contain full information and comply with the requirements
regarding experience, technical and financial requirements etc, will qualify for
opening of Part-II: ’Price Bid’. The date and time of opening of Part-II will be
intimated to the qualified bidders, separately.
16.3 It is the responsibility of the Bidder to ensure that the PRICE BID, is completely in
line with the PQB. In case the terms indicated in Part-II are found to be different
from those indicated in Part-I, APGENCO reserves the right to either consider the
terms more favourable to APGENCO, or to reject the Bid, outright.
16.4 Bidders are requested to ensure that they do not upload Part-II, ie., Price Bid, along
with Part-I: ie., Pre-Qualification/Technical Bid. APGENCO reserves the right to
disqualify those Bidders, whose PQBs are found to contain Price Bids.

17.0 DISCLAIMER:
17.1 This Tender Specification, and any subsequent addenda/amendments etc, will be
made available on APGENCO’s website, and can be downloaded free of cost. The
Bidders shall be solely responsible, for ensuring that their Bids are completely in line
with the requirements stipulated therein.
17.2 The Specifications stipulated in these documents, are indicative only. It is the
responsibility of the Bidders to ensure correctness of the same. If necessary, they may
depute their representatives to Site, to collect all necessary particulars etc.
17.3 Any discrepancies in the requirements stipulated in these documents, shall be
brought to the notice of the undersigned, and clarifications shall be obtained prior to
submission of Offer itself. Bidders are advised not to make any assumptions or inferences,
on their own.
17.4 PRE-BID MEETING will be conducted at Dr.NTTPS Site, on the stipulated date, to
facilitate clarifications on any queries, they may have in connection with the Scope of
this Tender, and the terms governing the same. However, they are requested to
address such queries, to the Tender Inviting Officer, well before the date of Meeting.

17.5 Not withstanding anything stated above, APGENCO reserves the right to assess the
tenderers’ capability to execute the contract, should the circumstances warrant such
assessment in the Overall interest of APGENCO. In respect of Qualification of the
tenderers, the decision of APGENCO is final.
17.6 APGENCO reserves the right to split the order on more than one bidder, in any
manner or reject any or all tenders without assigning any reason.
17.7 Rejection of Tenders: The tender will be rejected if it is,
(a) Not confirming to the Tender specification.
(b) With validity less than what is specified in the tender.
(c) Not accompanied by the required EMD
(d) From a black listed firm or contractor.
17.8 APGENCO reserves the right,
(a) Not to accept the lowest or any tender.
(b) To divide/split and award the contract to one or more contractors if necessary
(c) To revise quantum/schedule of any or all the items covered by this specification
while placing orders.
(d) To reject/cancel any or all the tenders at any stage without assigning any reason.
(e) To relax/waive any of the conditions stipulated in the Tender specification as
deemed necessary in the interest of the organization.

Superintending Engineer (Generation-I)

Вам также может понравиться