Вы находитесь на странице: 1из 20

PSER:PUR:PTU-S937:08

DT:12-08-08 ANNEXURE-I

. SCOPE OF WORK: E&C OF C&I JOB AT PATRATU TPS (Units 9 & 10 ) Job duration : 120 Days for each unit. E&C of C&I Unit#10 shall be taken first . E&C of C&I items for Unit#9 shall commence after 45 days from the date of commencement of work at Unit#10. 1. Existing Control and Instrumentation system of Unit-9&10 (110 MW) of Patratu Thermal Power station will be replaced and retrofitted by new C&I System consisting of manly installation of DDCMIS( Distributed Digital Control Monitoring & Information System), DVR (Digital voltage Regulator), Turbine supervisory and Control system, Boiler Control system, Auxiliary Control System etc., the details of which are given below. The scope also includes dismantling of the existing C&I System, equipment, accessories etc. as required to install, retrofit, integrate with the existing system and commissioning of BHEL supplied new system, equipment, sub-assemblies, components and accessories supplied. The scope under detailed below is not exhaustive, but indicative only. Any activity required to be carried out for successful Retrofit and Commissioning of the C&I Package shall deemed to be within the scope. Bidders may visit site at their cost for on the spot assessment of condition at site including facilities available , local conditions etc. prior to submission of bid. As the schedule is of 120 days for each unit, the bidder has to mobilize site at least one week in advance with respect to the commencement of the job. Broad activities: AA . Dismantling of old instruments/cable/panel etc, and transportation of the same to a place designated by customer.(Patratu TPS/JSEB) waste bay. BB . Transportation of panels/cables/cable trays/instruments/electronic hardware etc from customers store . to site store and preservation of the sameM and Erection of panels, impulse pipes, mounting brackets,UPS Panels and battery banks, laying of cables, cable glanding, termination, cable dressing, laying of cable trays, mounting of instruments, hooking up with control panels, calibration of instruments, Calibration of instruments, simulation checking , Fabrication of Instrument rack including painting, Repair of existing cable tray etc., if required, of following control systems and instruments for station, boiler TG and their auxiliaries: I. ANNEXURE IA : BOQ of supply of control system and instruments of TG/Station C&I and auxiliaries of U # 9 of Patratu TPS.. 2. ANNEXURE IB : BOQ of supply of Control system and Instruments of Boiler, and auxiliaries of U # 9 of Patratu TPS.. 3.ANNEXURE IIA : BOQ of supply of control system and instruments of TG/Station C&I, and auxiliaries of U # 10 of Patratu TPS.. 4. ANNEXURE IIB : BOQ of supply of control system and instruments of Boiler, and auxiliaries of U # 10 of Patratu TPS..

PSER:PUR:PTU-S937:08

DT:12-08-08

CC. Pre Commissioning activity of the following individual system:


The following systems/ Auto control loops / Interlock protection/Instruments are to be commissioned: : i) DDCMIS system, ii) Turbine Supervisory instruments, iii) Digital automatic Voltage Regulator, iv) BMS/FSSS systems consist a) Master Fuel Trip, b) Unit purge and trip protection, c) Coal and oil elevations interlocks and protection, d) H.O/L.O Oil controls, e) Ignitor On/Off control, f) Scanner fan On / Off control, g) Furnace draft High / Low trip, h) Flame scanner amplifier cabinet v) Secondary air damper control (SADC) system, vi) Commissioning of RTDs and T/Cs installed at TG/Boiler/Auxiliaries, vii) Commissioning of following Auto Control loops: a) Master Pressure Control, b) Fuel oil flow control Part I & II, c) Air flow control Part I & II, d) PA header pressure control, e) Mill temperature air flow control, f) Furnace pressure control, g) Drum level control Part I & II, h) SH Temperature control, i) RH Temperature control, j) Control air pressure control. k) Aux. steam temp. control, l) BFP circulation control, m) Heater drain tank level control, n) FW storage tank level control, o) Condenser booster pump flow control, p) DM water flow control, q) Hotwell level control. viii) Commissioning of interlock protections: a) Fan Damper drives, b) FD Fan A & B, c) ID Fan A,B & C, d) PA Fan A & B, e) Secondary and primary air heater,

PSER:PUR:PTU-S937:08 f) F.O. trans pump A & B (for U#9), g) F.O.Trans. pump (for U#10), h) L.O.trans pump A (for U#9). i) L.O.trans pump B (for U#10), j) CW pump, k) Condenser trans pump A, B & C, l) BCW pump A & B for U#9, m) BCW Pump C for U# 9 & 10, n) BCW drain pump D & E, o) Mill A to F, p) BFP A & B. ix) Commissioning of all analysers, such as, a) SWAS system, b) pH of Drum water, c) Conductivity, d) Silica at drum water, e) Dissolved Oxygen in BFP water and FW storage tank. f) O2 analyser, g) Smoke density measurement, Commissioning of UPS system.

DT:12-08-08

x)

DD. Final commissioning of the unit, hooking up of all instruments with measurement and Auto Control loops and acceptance by customer
PLEASE NOTE THAT, ALL SUPPLIED SYSTEMS/INSTRUMENTS VIDE ANNEXUREIA/IB/IIA/IIB ARE INTEGRAL PART OF ABOVE. ANY INSTRUMENT / CONTROL SYSTEM /ELECTRONIC HARDWARE/FABRICATION ETC. (NOT MENTIONED IN ANNEXURE IA/IB/IIA/IIB) IS FOUND TO BE CALIBRATED /INSTALLED COMMISSIONED, FOR THE SAKE OF ABOVE AUTO CONTROL LOOPS/INTERLOCKK PROTECTIONS, SHALL BE DEEMED TO BE WITHIN THE SCOPE.

ENCL: 01. O.G.A. FOR DCS PANELS OF SG, TG, BOP C&I PACKAGE AND HMI CONTROL DESK & O.G.A.DRG. No. 3-659-00-09707 REV:00

02. OGA FOR HMI CONTROL DESK & OGA DRG.No. 3-659-49-00390 REV:00

PSER:PUR:PTU-S937:08 ANNEXURE IIIA

DT:12-08-08

Indicative list of IMTEs to be arranged by the CONTRACTOR for DVR JOB Sl. No. EQUIPMENT QTY

1. 500 V / 1000V, (Hand operated ) megger -------------------------------- --

1 No.

2. 2.5 KV and 5 kV (Main operated megger) ----------------------------- 1 No. 3. HV Test Kit 0 to 60 KV (100mA leakage current) --------------------- 1 Set 4. Digital Multimeters with current probe------------------------------------ 4 Nos 5. Tong Testers ( various ranges )including mA Range ---------------- 3 Sets 6. Micro ohm meter with 100Amps DC Source---------------------------- 1 Set 7. Motor checker ------------------------------------------ 1 No.

8. Millivolt drop test kit with 100 Amps source ---------------------------- 1 No. 9. Analog Multimeters --------------------------------------------------- 2 Nos 1 Each

10. Single / three phase variac ------------------------------------------Notes:

1. The above list of testing instruments / equipment required for testing / commissioning is only for guidance to contractor and not complete. Any other / additional testing instruments / equipment required for timely and satisfactory completion of job will also be arranged by contractor at his own cost. 2. Contractor must re-ascertain /recheck range and accuracy of each IMTE from BHEL Engineer well in advance before arranging calibration / deployment of IMTEs 3. Other terms and conditions regarding above items shall be as per clause no. 37 plants / IMTEs). (Tools &

PSER:PUR:PTU-S937:08

DT:12-08-08

LIST

OF

ANNEXURE IIIB IMTES TO BE ARRANGED BY THE CONTRACTOR FOR C & I WORK

S.NO. DESCRIPTION 1. 2. Dead Weight Tester Comparison test set (With Sub-standard Pressure gauges)

RANGE 0-600Kg/cm2 0-1 Kg/cm2

ACCURACY LC-0.5Kg/cm2 +0.25% Lc-0.02Kg/cm2 -----do----------------do----------------do-----------+0.25%Lc-0.25 Kg/cm2 1+0.25%Lc-1.0 Kg/cm2 +0.25%Lc-2.5 Kg/cm2 +0.25%Lc-2.5 Kg/cm2

QTY 01 Set ! 01 Set ! ! ! ! ! ! ! ! !

0-4 k g/cm2 0-6 Kg/cm2 0-10kg/cm2 0-25Kg/cm2 0-60Kg/cm2 0-250Kg/cm2 0- 400Kg/cm2

3.

Variable DC regulated (Electronic voltage source with digital indication). Oil bath with thermostat, Stirrer and sub-standard Glass Thermometers in Multiple ranges Glass U tube mercury mano-meter with standard steel Scale having leveling arrangement. Glass U tube mercury mano-meter with standard steel Scale having leveling arrangement. Vacuum pump unit mA/mV source with Digital display.

0-30V DC

0.2%

1 No

4.

0-300 Degree Cel.

1 set.

5.

0-760 mm

As per requirement

6.

0-1000 mm

As per requirement

7. 8.

0 to (-) 1 bar 0-200 mA/200mV

lc 0.02 bar

1 No. 01 No.

PSER:PUR:PTU-S937:08

DT:12-08-08

S.NO. DESCRIPTION 9. 10. Rehostat Precision Digital Multimeter Digital multimeters High temp. instrument Calibration kit Decade Resistance box

RANGE 100 Ohm , 10 A 4-1/2 Digits

ACCURACY

QTY 03 Nos. 01 No.

11. 12 13 14 15 16 17 18

3-1/2 Digits upto 600 deg. upto 10 L ohms

04 Nos 1 No 1 No 1 No 1 No. +0.25 % 1 No. as per requirement. 1 No.

500 V / 1000V, (Hand operated ) megger Single phase variac 15 A

Hydraulic test pump upto 250 Kg/mm2 Contunity testers Intercom / telephone set for loop checking

Notes: 1. The above list of testing instruments/equipment required for testing / commissioning is only for guidance to contractor and not complete. Any other / additional testing instruments / equipment required for timely and satisfactory completion of job will also be arranged by contractor at his own cost. 2. Contractor must re-ascertain /recheck range and accuracy of each IMTE from Engineer well in advance before arranging calibration / deployment of IMTEs. BHEL

3.Other terms and conditions regarding above items shall be as per clause no. 37 (tools & plants / testing & measuring instruments).

PSER:PUR:PTU-S937:08

DT:12-08-08

1. CONDITION OF CONTRACT 1.1.0.1 The intent of this specification is to provide Renovation and modernization of C& I package of power plants . It includes dismantling of existing system ( panels, cables, instruments etc ),erection of new system/ panels/instruments and commissioning services for execution of projects according to most modern and proven techniques and codes. The mission of specific reference to any method and equipment or material necessary for the proper and efficient services towards installation of the plant shall not relieve the contractor of the responsibility of providing such services, facilities to complete the project or portion of project awarded to him. The quoted rate shall deem to be inclusive of al such contingencies. The contractor shall carry out the work in accordance with instructions/drawings/specifications/standard practices supplied by BHEL from time to time. Provision of all types of labour, Supervisors, Engineers, watch and ward as required, tools and tackles as required, consumables as required under various clauses of tender specification for handling transportation, erection testing and commissioning. Proper out turns as per BHEL plan and commitment. Completion of work in time. Good quality and accurate workmanship for proper performance of equipment/systems. Preservation of all components at all stages of preassembly/erection/testing and commissioning till unit is handed over.

1.1.0.2

1.1.0.3

1.1.0.4 1.1.0.5 1.1.0.6 1.1.0.7

PSER:PUR:PTU-S937:08

DT:12-08-08

2.01 CONSUMABLES: All consumables, welding electrodes, oxygen, Argon, Gases, Paints, cable lugs, ferrules, cable ties, sleeves, nylon tapes, washers etc. required for erection, and cable terminations shall be arranged by contractor at their own cost. Double compression cable glands over and above of what is being supplied (Approximately 950 nos from 8 mm to 26 mm are being supplied along with materials ) will be arranged by subcontractors if required .The cable gland used shall be of Ms COMET/COMEX and the Lugs shall be Dowells make. 2.01.01. Cable Tray As far as possible, where degradation has not taken place, existing cable trays are to be used. If degradation of support and cable tray is minor in nature the localized repair is to be carried out within the quoted price. Wherever cable trays are not available or for new routes, cable trays are to be erected. 2.01.01 Laying of cables: a) To facilitate pulling of cables in GI Conduits, powered soft stone, plastic soap or other dry inert lubricant should only be used. b) Wherever specific cable routes are not shown in the cable schedule, cables shall be laid as directed by BHEL site engineer. 2.01.02 Cable termination and jointing: a) In case the the equipments are provided with undrilled gland plates for cable/conduit entry, the contractor shall perform all drilling and cutting in the gland plate and any minor modification work required to complete the job at no extra cost. The contractor shall prepare a drawing showing the holes for cable entry in the gland plate and obtain BHEL engineerss approval prior to drilling of holes. Gas cutting shall not be permitted. In some of the panels wire wrapping connection and soldering connection will be required. Contractor should carry out the same with skilled manpower. b) Termination of cables shall be done as per termination drawing & interconnection diagram furnished to contractor. Looping of cores/wires at terminals and if required, between the panels or inside panel is to be done by the contractor at no extra cost. c) All unused cable entries in the equipment shall be sealed as per instruction of BHEL site engineer. d) Individual cores of control cables shall have ferrules for identification. Ferrule nos. shall be provided as per the control scheme and othe related documents to be supplied by BHEL. e) cable joint, not more than one in a circuit, shall normally be made at an intermediate point in the straight run of the cable only when the length of the run is more than the standard drum length supplied. In case where jointing is unavoidable, the same should be done by by specified cable jointing kits ( to be supplied by the bidder) with BHEL site engineers approval. Prior approval of BHEL engineer shall be taken for deciding location of joint. f) Before terminating, for identifying all the cores of the cables, Printed Wire markers or Sleeves/Ferrules printed with core

PSER:PUR:PTU-S937:08

DT:12-08-08

identifying number at site by Computerized Ferrule Marking machine shall be used. The vendor shall supply the Printed Wire Markers or Ferrules/sleeves at their own cost. The The vendor shall provide the Computerised Ferrule marking Machine and consumables like printing cartridges, sleeves etc at their own cost for pri the Sleeves/ferrules. 2.02 SCAFFOLDING : All temporary structures/scaffolding if any required for the erection work is also part of the scope and no separate payment will be made or it. 2.03 FACILITIES TO BE PROVIDED AND DEVELOPED BY THE CONTRACTOR 2.04 CONTRACTOR OBLIGATION ON COMPLETION: On completion of work all the temporary buildings, structures, pipelines cable etc. shall be dismantled and leveled and debris shall be removed as per instruction of BHEL/customer at contractors cost. In the event of his failure to do so, the expenditure towards clearance of it will be recovered from the contractor. The decision of BHEL engineer in this regard is final. 2.05 TOOLS & TACKLES: The contractor at his cost shall arrange all the tools and tackles required for the satisfactory execution of the work. 2.06 CALIBRATION OF INSTRUMENTS: Contractor will set up his laboratory at site for testing /calibration of field instruments. The laboratory will have all standard testing and calibration equipments required for the job. All the standard instruments, measuring tools , IMTEs etc are to be calibrated periodically as per the requirement of BHEL and necessary calibration certificates/test certificate are to be submitted to BHEL before use. All field instruments will be calibrated before installation. If any instrument does not function properly in site and requires recalibration , the same will be done by subcontractor without any extra cost to BHEL. Complete and Proper record of calibration will be maintained by the contractor. All calibrated field instruments will have stickers fixed on hem displaying their set values and date of calibration. 2.07 Supervisory Staff & workmen: The contractor shall deploy experienced Engineers, supervisors, Skilled workmen like high pressure Welders, Riggers, Erectors, Fitters, Instrument Technicians and electricians in addition to the unskilled workmen. They shall hold valid certificates wherever necessary. 2.08 Qualification of Staff : The Supervisory Staff employed by the contractor shall be qualified Engineers and experienced in the area of work. 2.09 BHEL reserves the right to insist on removal of any employee of the contractor at any time, if they find him unsuitable and the contractor shall forthwith remove him.

PSER:PUR:PTU-S937:08

DT:12-08-08

The work shall be executed under the usual conditions existing in major power plant construction and in conjunction with numerous other operations at site.

3.01

SCOPE OF WORK FOR MATERIAL HANDLING STORAGE AND OTHER RESPONSIBILITIES :

AND

SITE

Contractor, on opening his site office will draw materials from stores and transport them to site for erection and installation. Smaller packages /loose materials will be kept in his safe custody. Contractor must make his own arrangements for Loading at stores, transportation to site and unloading at site. Contractor in is own interest is advised to maintain proper record of materials withdrawn from stores and materials erected at site . The stores assistant posted by the contractor should not be disturbed from the site till the site work is completed and material re-conciliation made with customer. 3.02 Handing over of spares to customer, excess materials if any left out, and dismantled materials ( panels, cables instruments etc ) to customer scrap yard is contractors responsibility. Contractor must make his own arrangements for Loading at site , transportation to scrap yard and unloading there. All the assistance required for lodging of Insurance claims, FIRs Arranging Material Gate Passes, Packing of defective materials etc. shall be carried out by Contractor. Materials shall be issued to contractor based on the issue requisitions. The complete stores record like a Day Book Entry, Stock register are to be maintained by them. The contractor shall take delivery of the equipment /components from the stores after getting the approval of BHEL engineer on standard indent forms to be specified by BHEL. At periodic intervals of one month complete and detailed account of the equipment so erected shall be submitted to the BHEL engineer. The contractor shall have the total responsibility for all the equipment and materials in his custody, stores, assembled or erected by him at site. Suitable security arrangements including employment of security personnel will be made by the contractor to

3.03

3.04

3.05

3.06

PSER:PUR:PTU-S937:08

DT:12-08-08

ensure the protection of all materials/equipment and works from theft, fire, pilferage and any other damage or loss. 3.07 The responsibility for safe custody till the equipment are fully erected, tested and commissioned and taken over by BHELs customer shall be with the contractor. All equipment shall be handled very carefully to prevent any damage or loss. The equipment from the storage yard shall be moved to the actual site of erection/location as per the direction of BHEL engineer. PROGRESS OF WORK/QUALITY OF WORK: The contractor shall submit daily, weekly and monthly progress reports, man power reports, consumables report/and any other reports considered necessary by BHEL engineer. Contractor shall ensure that the quality is maintained in all the works connected with this contract at all stages of the requirement of BHEL. Contractors shall arrange for the inspection of works at various stages as required by BHEL. The contractors shall take immediate corrective action for the non-conformance if any observed and pointed by the BHEL. The protocols between contractor and customer/BHEL shall be made prior to the installation for correctness of calibration, alignment etc. Total quality is the watchword of the work and standards as per procedures laid down by BHEL. Any modifications suggested by BHEL/customer engineers shall be carried out without any extra cost to BHEL.

3.08

4.00 4.01 4.02 4.03

4.04. 4.05

PSER:PUR:PTU-S937:08

DT:12-08-08 ANNEXURE-III

The successful bidder is requested to quote Lumpsum price for above mentioned Scope of work FOR WHICH PERCENTAGE BREAK UP IS GIVEN UNDER SL NO A TO D BELOW: ( The billing schedule/ BILLING BREAK UP SHALL BE as under: A. DISMANTLING : 03%

B. MATERIAL RECEIPT FROM STORES, : 62% TRANSPORTATION TO SITE,ERECTION, FABRICATION / REPAIR (IF REQUIRED) CALIBRATION,SIMULATION OF INSTRUMENTS MENTIONED IN ANNEXURE-IA/IB/IIA/IIB (Vendor is requested to give Unit rate of instruments/materials mentioned in Annexure-I A ,IB,II A,II B comprising activities mentioned in Sl.No.B) C. Pre Commissioning activity of the individual system

: 25%

D. Final commissioning of the unit, hooking up of all instruments with measurement and Auto Control loops and acceptance by customer : 10%

Please note that, the bidder has to fulfill ANNEXURE-SAS-1. A deduction of upto 5% of Lumpsum price, shall be deducted for non compliance of the same. Note: The quantities mentioned in BOQ may vary. Vendors will have to consider variation within the agreed total price. In case of variation beyond 5%, payment will be made based on actual quantity executed. For this bidders will have to provide Unit Rates against the BOQ items covering Sl. Nos. B, C and D of above price schedule in addition to the Lump Sum price being quoted.
TERMS OF PAYMENT: PAYMENT SHALL BE RELEASED BASED ON PERCENTAGE BREAK UP GIVEN IN ANNEXURE-III ABOVE AGAINST SUBMISSION OF PROGRESSIVE RUNNING BILLS. 10% OF THE BILLED AMOUNT SHALL BE RETAINED FROM EACH RA BILL AND SHALL BE RELEASED AFTER SYNCHRONISATION /COMPLETION OF THE JOB ALONG WITH THE FINAL BILL.

PSER:PUR:PTU-S937:08

DT:12-08-08

ANNEXURE SAS - I ESSENTIAL CONDITIONS TO BE FULFILLED BY SUCCESSFUL BIDDER 01. Successful bidder has to arrange 6 copies of reports which will include various protocols with necessary data / MOMs / important correspondences / log sheets etc. and the books shall be spiral bound with thick acetate papers in front and back along with BHEL logo printed suitably on thick art paper at the front. Bidder has to arrange to provide PC P-IV 2.4 GHz, 1GB RAM(min.) ,40GB HDD, CDRW Drive, 15" colour monitor, inkjet colour printer compatible with WINDOWS 2000 SP4/XP SP2, or, latest version loaded with necessary application software like MS office 2007/XP including AUTOCAD 2005, QUICK HEAL ANTI VIRUS during entire period of execution of job at site , for preparing /maintaining / up-keeping of various records, correspondences/ protocols/log sheets. etc. PC shall be operated by PC operator to be arranged by the successful bidder within the scope. All data thus stored during the execution of job shall be transferred regularly to 4.0 GB Flash/pen drive (Max 03 Nos) are to be handed over to Resident Manager at site. Computer print out paper ( Xerox quality) to be provided by successful bidder for the total duration of work as required for correspondence , report making, protocol etc. Bidder has to provide internet facility(TATA INDICOM/RELIANCE, USB type) at site compatible to the PC provided.. Successful bidder is to render services for proper up-keeping of BHEL site office as required. Full time office boy is required to be provided by the successful bidder at site for proper up-keeping of site office. Successful bidder has to arrange proper storing facilities at site with valid calibration traceability for IMTEs, T&Ps, construction equipments and consumables used during job execution. After dismantling and during execution of the job, successful bidder has to suitably tag the components and sub-assemblies for traceability and store properly before final assembly. This is as per Doc. Nos. PSER:PMX:002:94 & PSER:PMX:001:94. Proper segregation, identification, tagging and up-keep of all dismantled items at work site during job execution have to be done by successful bidder. Successful bidder is to obtain necessary "No objection cum No Dues" certificates from the principal customer before de-mobilisation from site. Successful bidder is to comply with all the statutory and regulatory norms, rules and practices as applicable for the job/site , such as , labour rules, labour license etc.. PSER:PUR:PTU-S937:08 DT:12-08-08

02.

03.

04.

05.

06.

07.

08. 09.

PSER:PUR:PTU-S937:08

DT:12-08-08

10.

-2--

Calibration certificates should have the traceability as per national/international standards. At work site the IMTEs, T&Ps and Construction Equipment shall be checked/tested/inspected by BHEL engineers. The procedure for fitness testing and storage preservation and maintenance of Construction Equipment and T&Ps shall be as per Doc. Nos. PSER:FEX:001:94, PSER:SAS(CAL):016:95 and PSER:FEX:002:94 available with BHEL site engineers. Successful bidder should follow all safety norms at work site. The Doc. No. PSER:PMX:004:94 in this regard is available with BHEL engineer at site.

11.

12.

13.

Unless otherwise mentioned specifically in this tender elsewhere, the storage & preservation of components, sub-assemblies, IMTEs, T&Ps, Construction Equipments etc, maintenance of stores, watch and ward of stores, dismantled components and BHEL site office is in the scope of the successful bidder. Successful bidder has to submit Quality plan , Bar chart and daily progress report to the Site in Charge of BHEL.

Note: Any of the documents mentioned above can be referred before submission of tender at the office of BHEL-PSER-SAS, Kolkata. 14. Provision of UV treated / internationally reputed hygienic filtered drinking water facility at BHEL site office. The successful bidder is to arrange a full set of First Aid kit for attending to manpower deployed by him at site as per requirement. The successful bidder is to arrange for photography of the job progress with at least 24 coloured snaps and additionally as per requirement of the job. The photographs shall be printed on Postcard size matt papers for the total 06 (six) sets of protocols.

15.

16.

PSER:PUR:PTU-S937:08 PARTICULARS OF THE TENDER A)TENDER NUMBER :PSER:PUR:PTU-S937:08 DT:12-08-08

DT:12-08-08

B) WORK: DISMANTLING OF EXISTING C&I SYSTEM AND RETROFITTING (E & C) WITH NEW SYSTEM AT PATRATU TPS, UNIT-9 &10/JSEB C ) TENDER SUBMISSION DUE D ) TECHNICAL TENDER OPENING E ) PRICE BID OPENING F ) VALIDITY OF OFFER : ON 03-09-08 : ON 04-09-08 : : SIX (06) MONTHS FROM DUE DATE OF OFFERS SUBMISSION. : SEVEN(7) DAYS :120 DAYS PER UNIT (Please refer job duration as given in Scope of work ) : . .. . AT 17=00 HRS. AT 11=00 HRS.

G) MOBILIZATION TIME H) COMPLETION PERIOD:

I) TARGET COMPLETION DATE

J )The vendors should furnish the following documents for our scrutiny along with papers for pre-qualification for qualifying for price bid opening. 1) Credential / Experience certificates (this is not necessary for vendors who executed similar jobs as of this tender earlier, awarded by this office) 2) PAN NO & Photo Copy of PAN CARD/Sales Tax Clearence certificate. 3) Latest Bankers certificate for financial soundness. 4) Balance sheets & P&L Accounts for the preceding three years 5) Organizational chart 6) Relevant list of T&P held by the vendor earmarked for the tendered job 7) List of concurrent contracts held by the Contractor. NOTE: Vendors registered with BHEL should submit documents in support of sl.no 2 only if not already given. For BHARAT HEAVY ELECTRICALS LIMITED DGM/PUR

PSER:PUR:PTU-S937:08

DT:12-08-08

Tender No.:PSER:PUR:PTU-S937:08

Date: 12-08-08

Particulars of Tender (Continued) Facilities to be provided to contractors as described below : All T&P required / recommended for the work against this tender shall have to be mobilized by the contractor fully at their expense within the quoted price. Any special T&Pi.e. T&P made available by the manufacture of the equipment to the customer can be made available to the contractor free of charges subject to availability at site. Any consumables required / recommended for the work against this tender shall have to be mobilized by the contractor fully at their expenses within the quoted price. Regarding other facilities for the contractors the following table clarifies adequately. Vendor are expected to quote considering these without any deviations from the provisions of Notice Inviting Tender. Deviated offers are liable for rejection of price bid opening a) b) c) d) e) f) g) h) i) j) Water Power Storage Space Covered Space Uncovered Space E.O.T. Crane Operators for the above Residential accommodation for subcontractors personnel. Compressed air Work shop facilities Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided

PSER:PUR:PTU-S937:08

DT:12-08-08

Tender No.: PSER:PUR:PTU-S937:08 Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges Free of Charges

Date:12-08-08

k)

i) ii) iii)

Crane for heavy materials. Operator for K (i) Fuel charges for K (ii)

l) m) n) o) p) q) r) s) t) u) v)

Other material handling equipment Trailor Wooden Sleepers Tarpulins Scaffolding materials

On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis On Chargeable basis

Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided Cannot be provided

No advance is payable to the contractors for mobilizing the site. Any payment can be made only against running bills as per payment terms.

For BHARAT HEAVY ELECTRICALS LIMITED

DGM/PUR

PSER:PUR:PTU-S937:08

DT:12-08-08

DECLARATION OF THE BIDDERS

01. I, hereby certify that all the information and date furnished by me with regard to this tender NoPSER:PUR:PTU-S937:08 Date:12-08-08 are true and complete to the best of my knowledge. 02. I have gone through the tender specifications, scope of work, terms and conditions mentioned in Annexure as well as General and Special conditions of contract and various stipulations in detail and agree to abide by them and comply with the requirements and intent of specifications. 03. I also certify that there have been no deviations from the tender requirements in the bid submitted against this tender. 04. I further certify that I am duly authorized representative of the under mentioned tenderer and hold a valid power of attorney to this effect, a copy of which is enclosed. Signature : Name : Date : Designation : Seal :

Tenderers Name and address

PSER:PUR:PTU-S937:08 -----------------PRICE SCHEDULE ------------------------TENDER NO:PSER:PUR:PTU-S937:08 DT:12-08-08

DT:12-08-08

PAGE 01 OF 02

WORK: DISMANTLING OF EXISTING C&I SYSTEM AND RETROFITTING (E & C) WITH NEW SYSTEM AT PATRATU TPS, UNIT-9 &10/JSEB PRICE: (TO QUOTE LUMPSUM AND FIRM PRICE ONLY IN INTERNATIONAL NUMERALS AND ENGLISH WORDS BREAK UP NOT TO BE SHOWN UNLESS AND OTHERWISE SPECIFICALLY ASKED FOR) DESCRIPTION OF WORK Lump sum (L.S.) price for the scope under sl. No. A.. of Annexure-III (Billing break up) of Tender Enq. PSER:PUR:PTU-S937:08 Lump sum (L.S.) price for the scope under sl. No. B of . Annexure-III (Billing break up) of Tender Enq. PSER:PUR:PTU-S937:08 Lump sum (L.S.) price for the scope under sl. No. C of Annexure-III (Billing break up) of Tender Enq. PSER:PUR:PTU-S937:08 Lump sum (L.S.) price for the scope under sl. No. D of Annexure-III (Billing break up) of Tender Enq. PSER:PUR:PTU-S937:08 TOTAL LUMPSUM PRICE (A + B+C+D) (IN FIGURE & WORDS) QUANTITY LUMP SUM PRICE(RS) RS.(IN FIGURE):_____________

SL NO A

RUPEES.(IN WORDS):_________ _____________________________ RS.(IN FIGURE):_____________

RUPEES.(IN WORDS):_________ _____________________________ RS.(IN FIGURE):_____________

RUPEES.(IN WORDS):_________ _____________________________ RS.(IN FIGURE):_____________

RUPEES.(IN WORDS):_________ _____________________________ RS.(IN FIGURE):_____________

RUPEES.(IN WORDS):_________ _____________________________

PSER:PUR:PTU-S937:08

DT:12-08-08

-----------------PRICE SCHEDULE ------------------------TENDER NO:PSER:PUR:PTU-S937:08

PAGE 02 OF 02 DT:12-08-08

WORK: DISMANTLING OF EXISTING C&I SYSTEM AND RETROFITTING (E & C) WITH NEW SYSTEM AT PATRATU TPS, UNIT-9 &10/JSEB

Bidder to Note : 1. Price to be quoted with all taxes & duties excluding service tax. Applicable service tax will be paid extra against submission of documentary evidence. 2. Bidder to submit Unit rate break up of Lump sum price given under (B) of Price schedule in line with Annexure-IA,IB,IIA &II B . Please note that Total of item rate break up must match the lump sum price indicated under sl no B of price schedule format enclosed. In the event Non submission / Non receipt of the item rate break up of prices as sought , lowest rate obtained against respective item of this tender shall be applicable during ordering and payment etc. also shall be paid accordingly. Any discrepancy/mismatch between the lump sum price indicated under sl no B in the price schedule and total of item rate break up in Annexure IA,IB,IIA,IIB, then highest price obtained between these two shall be considered for price bid evaluation. However, in the event of order, lowest price between this two shall be considered for order placement. 3. Bid will be evaluated based on the total lump sum price quoted against (E) above. 4. Bidders are requested to visit site and apprised themselves of the scope of work , site facilities, site environment etc.

SIGNATURE OF THE TENDERER& DATE: NAME, DESIGNATION & SEAL:

Вам также может понравиться