You are on page 1of 69

1

GUJARAT STATE ELECTRICITY CORPORATION LTD.


PROJECT & PLANNING DEPARTMENT
VIDYUT BHAVAN, RACE COURSE, VADODARA 390 007
Regd. Office:Vidyut Bhavan, Race Cours, VADODARA 390 007.
Tel: 0265 2354378, Fax: 0265 2344537 Email: cegen.gsecl@gebmail.com
Web: www.gsecl.in

TENDER NOTICE: NO: CEG/SE(R&M)/Ukai-23/348

TENDER NOTICE
NAME OF TENDER:- Carrying out Capital overhauling, supply and replacement
of Micro-processor based electronic governing system, OPU, Hydraulic Cylinders
and other equipments/instruments and works for 2 X 2.5 MW T-G Sets installed at
Mini Hydro (LBCPH) Power station at Ukai under R&M.

Chief Engineer (Generation) Vadodara invites On line Tender (e-tendering) for the above works.
Tender Papers & Specification s may be down loaded from web site http://gsecl.nprocure.com (for
view, down load and on line submission) and GUVNL/GSECL web sites www.gseb.com &
www.gsecl.in (for view & down load only) Tender fee may be paid along with submission of tender
in EMD cover, for respective tender. All the relevant documents of tenders to be submitted
physically will be received only by Registered Post A.D. or Speed Post addressed to CHIEF
ENGINEER (GENERATION), GUJARAT STATE ELECTRICITY CORPORATION LTD.,
CORPORATE OFFICE, RACE COURSE, VADODARA-7 super scribing the envelope with
Tender No. & description. NO COURIER SERVICE OR HAND DELIVERY will be accepted.
Bidders have to submit Tender on line on http://gsecl.nprocure.com
1 Estimated cost Rs. Rs. 2,08,75,000=00
2 Last date for Downloading of tender Up to 16:30 Hrs. on Dt. 09.12.2011
3
Last date of submission of tender in Physical
(RPAD or Speed Post only.)
Up to 14:30 Hrs. on Dt. 13.12.2011
4
On Line (e-tendering) tender/Offer Submission
last date only (This is mandatory )
Up to 14:30 Hrs. on Dt. 14.12.2011
5 Date of opening of tender (if possible) At 15:00 Hrs. on 14.12.2011
6 Time limit for completion
45 Days from the commencement of work
for each TG sets.
7 Earnest Money by DD Rs.2,08,750=00
8 Security Deposit
10% of order value.
9 Tender fee by DD (Non refundable) Rs.7,500=00
10 Penalty for Late Completion of Work As per GSECL's Rule

Yours Faithfully,

CHIEF ENGINEER(GEN)

IMPORTANT:
(1) All the relevant documents as per requirement of the Tender must also be submitted physically
along with the Tender Fee in EMD sealed cover so that the same is received in this office on OR


2
before the due date and time. All such documents should be strictly submitted by RPAD / speed
post only. Otherwise the offer will not be considered and no any further communication in the
matter will be entertained.
(2) Any deviation found in Data / Details / Documents between on line offer (e- tendering) and
physically submitted documents (Tender document fee, bidder, offer of the same bidder)
will not be considered and no any further communication in the matter will be entertained.
Further bidders are requested to submit price bid (Schedule F6A-B-C) on-line only and not to
submit the price bid in physical form. This is mandatory. If price bid is submitted in physical form,
same will not be opened and only on-line submitted price bid will be considered for evaluation. Further
if the quantity quoted differs in the any of the technical bid forms and in price bid forms , it is at the
discretion of CE Committee/ED Committee GSECL to consider the quoted quantity.

(3) It is mandatory for all the bidders to submit their tender documents by both forms viz. on line
(e-tendering) and physically in schedule time. Tender documents submitted in only anyone, say
either by on line or physically, in that case the same tender will not be considered.

(4) Any technical questions, information and clarifications that may be required pertaining to this
enquiry should be referred to the CHIEF ENGINEER (GEN) , GUJARAT STATE
ELECTRICITY CORPORATION , CORPORATE OFFICE, RACE COURSE, VADODARA-7.

Bidders should be in touch with the above websites for information regarding revision/corrigendum/
amendment in tender till due date of on line submission and thereafter. No separate
correspondence will be done in this regard.

Postal Address:
Gujarat State Electricity Corporation Ltd.
Vidyut Bhavan, Race Course,
Corporate Office, Vadodara - 7
CHIEF ENGINEER (GEN)
GSECL: CO: VADODARA

Following are the certifying agencies for obtaining the Digital Signature Certificates
(DSC as per category III).

Name of certifying agencies Web Site Address are as under,

1 Safescrypt www.safescrypt.com
2 TCS www.tcs-ca.tcs.co.in
3 MTNL www.mtnltrustline.com
4 (n)code Solutions (GNFC) www.nprocure.com


Note :-
In Case Bidder needs any clarification or if training required for participating in on line tender, they can
contact the following office.
(n) Procure Cell,
(n) code solutions-A division of GNFC Ltd.,
403, GNFC Infotower , S.G. Road, Bodakdev,
Ahmedabad-380054 (Gujarat)

Toll Free : 1-800-233-1010 (Ext. 501,512,516,517&525)


3
Phone no. 079-26857315 / 316 / 317
Fax : 079-26857321 / 40007533
E mail: nprocure@gnvfc.net





Special Notes :
(1) Tenderers have to submit their offers in two covers viz. (a) Techno Commercial Bid (in one
envelope) & (b) EMD & Tender Fee in the form of Bank Guarantee or DD in separate sealed
envelopes, super scribing Techno Commercial Bid for ___________ (Subject) and EMD/Tender Fee
for ________________ (Subject) as the case may be.
(2) Please submit Xerox copy of Schedule F6A-B-C- duly signed by you, along with techno commercial
bid, without stating prices.
(3) PRICE BID for Design, Engineering, Supply, Dismantling, Erection Commissioning, Mandatory
Spares, Recommended Spares, Tools and Tackles for the subject tender will have to be given in soft
since the process is through e-tender
(4) Tender shall not be opened and will be rejected without payment of EMD & Tender Fee. Please
furnish details of EMD & Tender Fee paid on cover.
(5) No tender shall be accepted in any case which are received after due date and time of receipt of
tender irrespective of delay due to postal services or any other reasons and GSECL shall not assume
any responsibility for late receipt of tender. ANY CORRESPONDENCE IN THIS MATTER WILL
NOT BE ENTERTAINED
(6) Bidder has to indicate the applicable rate [ in percentage ] and amount of Excise duty Sales Tax
/ VAT Pkg. & Fwd. charges, Freight charges, etc. clearly in the Techno Comm. Bid & Price Bid
respectively as per following. If taxes & duties not applicable, then please mention Nil or Not
applicable. Otherwise same will be considered as INCLUSIVE.
PACKING & FORWARDING : __________ % (INCLUDING / EXCLUDING).
EXCISE DUTY : __________ % (INCLUDING / EXCLUDING).
CST : __________ % (INCLUDING / EXCLUDING).
VAT : __________ % (INCLUDING / EXCLUDING).
Any Other Govt. levies : __________ % (INCLUDING / EXCLUDING).
FOR : ____________________________________
Delivery Period : ____________________________________
(7) As per GSECL policy, Insurance charge will be considered as Nil for the order value below 50 Lacs.
(8) If any deviation in your offer with respect to Tender specification, Please clearly mention on
separate deviation sheet otherwise we will consider your offer is exactly as per our Enquiry /
Tender specification.
(9) No part of the contract nor any share of interest therein shall in any manner or degree be
transferred or Sublette by the Contractor.


4
(10) Single order shall be placed on divisible contract basis by mentioning separate prices for the
design, engineering, manufacture & supply and erection, testing & commissioning for this
tender. Accordingly, GSECL will issue C form wherever applicable and relevant clauses of
Taxes and duties relating to Excise & Sales Tax and Custom will be applied. TDS shall be made
as per the prevailing rules
(11) GSECL reserves right to place the order on technically qualified bidders for item wise / individual
lowest quoted party.
(12) Please furnish copy of the orders executed by you for GSECL and / or other state Electricity Board,
NTPC or other reputed organization etc. for subjected items.
(13) It is to be noted that GSECL, Ukai TPS/HPS is establishing and implementing occupational Health &
Safety Management System complying with OHSAS 18001:2007. You as a part of the GSECL Ukai
team and as defined by the scope of mentioned standard, all contractors are required to comply with
and participate to prevent the occupational Health and Safety hazards and risks including observation
of safety rules. Further you are also to comply with all applicable legal requirements while executing
the supply / work, in case the job is assigned to you.
(14) Any delay that may take place in supply and / or erection, testing and commissioning activities
beyond contractual cut off date / stipulated period in the order shall be subjected to penalty (not
liquidated damages) at the rate of % of the contract price / order price per week or part thereof
subject to a maximum of 10 % of the total contract value / order value (i.e. End cost including taxes &
duties).
(15) GSECL reserves the right to accept any tender and to reject any or all tenders without assigning any
reason thereof.
(16) All attached schedules, Annexures, Formats of EMD, Contract Agreement and Format of Security
Deposit which forms part of the tender.

IMPORTANT INSTRUCTIONS:-
The Tenderer should clearly give certificate along with the Technical Bid:

This is to confirm and certify that the offer submitted by me is strictly in accordance with the
GSECLs Tender specifications, drawing as mentioned in the Tender Specifications. There is no
commercial or Technical deviation (except the deviations shown in Schedule F 4 of Deviations
from Technical & Commercial Specification of this tender document) in the offer from the
GSECLs Tender Specification. I undertake to abide by the GSECLs Technical specification /
Drawing, I undertake to supply materials strictly as per the GSECLs Technical specification /
Drawing, even if any technical deviations are mentioned by me. I also undertake to abide by all
commercial conditions of the GSECL, including delivery schedule.

_____________________
(Signature of the Tenderer)

Any offer without above certificate will not be considered and the tender will be out rightly ignored in
the absence of above certificate.

After opening of the Tender, if it is found that the offer given by the Tenderer is not according to the
GSECLs specifications, Drawing and commercial terms and conditions and false certificate is given
by the Tenderer, then GSECL will not deal with the firm for the present Tender. It is, therefore
requested that the Tenderer should take care in giving their offer and submission of documents,
including Type Test certificate.


5

The conditional tenders will not be accepted.


(17) Please submit your offer in duplicate.
(18) Party has to accept Payment Term as per GSECLs standard terms & conditions : Payment
shall be made by the GSECL for contract value (Unit wise).


(19) Validity of Rates : The validity of offer shall be 180 days from the date of opening of Technical Bid
by GSECL and they shall be legally bound to honor any commitment relating to tender during this
period including accepting work order. In case of non compliance EMD will be forfeited, a part from
taking any other action as may be considered suitably under the circumstance.

(20) Delivery : within 06 Months from the date of issue of order.

(21) BUYBACK MATERIAL:- The removed existing old materials especially existing governor
(wood ward will be considered as buy back material and the bidder will have to indicate the
amount for the buy back material and GSECL will recover / deduct the equivalent amount
from the first RA Bill and the party will be allowed to take back the buy back material, other
wise it will be the responsibility of the Contractor to credit all the removed material to Ukai
TPS Store observing all the norms of GSECL regarding crediting of the removed materials
(22) General Terms and Conditions Applicable to Project (GT & CAP) as standardized by the GSECL, but
not specifically brought out herein shall be made applicable to the proposed contract and will be
binding to the successful bidder. Any Clause or condition mentioned other than GT & CAP Booklet
supersedes the corresponding clause or condition mentioned in the GT & CAP Booklet of GSECL.
The booklet for the same, is attached with the tender specification.

(23) Bidder has to submit Certificate A and Integrity Pact with the seal of firm & signature of Tenderer.
(24) Please furnish your Address, Phone Number, Fax Number, E-mail ID, TIN Number, PAN Number
and Signature of the party with company's Seal along with your offer.


Signature and seal of Bidder CHIEF ENGINEER (GEN)
Date: GSECL: CO: VADODARA

















6











TERMS AND CONDITIONS OF CONTRACT:

NAME OF TENDER:- Supply and Replacement of Micro-processor based electronic governing
system and Capital overhauling of 2 X 2.5 MW T-G Sets installed at
Mini Hydro (LBCPH) Power station at Ukai TPS

The following terms and conditions to be adhered with contract:

01. RATES:
The rate of the item may please be filled in attached Schedule-F6A-B-C. The rates shall be given both in
figures and words. There should not be any over writing and erasing. Any changes are to be done by
erasing original writing, which should be countersigned by the tenderer. In case of difference between rates
in figures and words, the rates most favorable to the Corporation shall be considered.

Further The bidders shall quote FIRM prices, the prices shall remain FIRM throughout contract period
under the contract to be executed with the successful bidder pursuant here to.

02. CONDITIONS OF CONTRACT:
All the conditions of contract enumerated in the Book-let General Terms & Conditions of Contracts
applicable to Projects (GT & CAP) and the specifications and drawings attached with the tender shall
apply for carrying out this work, in addition to any other or further terms conditions mutually agreed upon.
General terms & conditions as per GSECL contract shall be applicable and contractor has to sign the
contract agreement.

03 INDEMNITY BOND:
The successful tenderer will have to execute indemnity bond on stamp paper of appropriate value at our
GSECL, CO, Vadodara office before commencement of work as per Corporations prescribed proforma.
The cost of the stamp fee shall be borne by tenderer.

04. EARNEST MONEY DEPOSIT:
Tenderer should make payment of the Earnest Money Deposit of Rs. 2,08,750.00 (Rupees Two Lacs Eight
Thousand Seven Hundred Fifty only) in the form of crossed Demand Draft of any Nationalised Bank or
HDFC Bank, AXIS Bank, Kalupur Co-operative Bank, ICICI Bank, Uco-Bank and other as per GSECLs
Circular payable at Vadodara in favour of Gujarat State Electricity Corporation Limited, Vadodara or in
the form of Bank Guarantee of Nationalised Bank for at least one year validity period and will have to
extend the same time to time, if required.

The Earnest Money Deposit shall be collectible by the purchaser upon failure of the tenderer to hold his
offer open in accordance with the terms of this invitation to tender. The Earnest Money Deposit will be
released in accordance with the following conditions.



7
(i) In case of the successful tenderer, the Earnest Money will be refunded after the tenderer has furnished
Security Deposit.

(ii) In case of unsuccessful tenderer, the earnest money will be refunded after the award of contract to the
successful tenderer and payment of Security Deposit by successful tenderer.

If the successful tenderer withdraws his tender within the validity date or fails to give the required
Security Deposit within 30 days time from the date of order, the Earnest Money Deposit shall be
forfeited. Firms registered as a Small Scale Industries (SSI) with NSIC are exempted from payment of
EMD, if they furnish a notarized true copy of their latest valid Registration along with the bids for the
offered system.

Tenders submitted without Earnest Money Deposit by those bidders who are not eligible for getting
exemption from its payment, are liable to be rejected and no correspondence in this regard shall be
entertained.

05. SALES AND OTHER TAXES:
Sales, Other Government taxes, cess or levy, Excise, Octroi, royalty or other duties will be payable by the
Corporation against this contract for Schedule B1 and No Sales, professional or any other taxes, cess or
levy, excise, Octroi, royalty or other duties will be payable by the Corporation against this contract for
Schedule F6B

06. INCOME TAX:
Income-Tax as per rules will be deducted from R.A.bills.

07. Conditional and partly offer tender is liable for rejection.

08. TIME LIMIT:
The work should be completed in stipulated period of 45 days for each TG set or as early as possible
positively considering all abnormal conditions during shutdown period exceeding which the penalty will be
levied. The contractor will have to agree for rendering complete training to GSECL persons. During
overhauling work, if it is found that some additional electrical and mechanical work is required for
completion of the system in toto, the contractor to take the responsibility for the same without any financial
repercussion. The availability of shut down will be intimated to party well in advance. Party should start the
work from the first day of the shutdown. All required arrangement of tools/tackles and men-material should
be kept ready before shutdown.

Timely execution of the proposed project is being main focus area .The bidder should submit pert
chart/bar chart, and get it approved from GSECL before actual commencement of work. The bidder
will be permitted to commence the work only after that. The bidder should strictly adhere to the
schedule.

09. SUPPLEMENTRY WORK :
All major repairs/replacement work noticed other than the scope of works during inspection will be
attended by party at an extra cost. The reasonable cost will be decided mutually. Decision of the CE (GEN)
Vadodara will be final & binding to the contractor.

10. This contract or any part thereof shall not be assigned subject to other agency/contractor without written
permission of competent authority of Corporation.



8
11. During execution of work, any damage to the equipment or any other property of the Corporation will have
to be repaired/replaced free of cost by the contractor.


12. INSURANCE :
It will be the responsibility of contractor to insure GSECLs materials, to have transit insurance, Insurance
during storage & erection at site, Insurance for their own men and materials and also have to take Insurance
Policy for damage to GSECLs existing property and third party Damage during the execution of work at
his own cost.

Contractor will be fully responsible for all losses / damages during the execution of the work under this
contract and the GSECL will be fully indemnified against such losses / damages.

Contractor will have to ascertain receipt of goods at destination in good conditions and shall follow up
vigorously with the carriers and ensure that the consignment reaches destination.

In case of loss / damages to any consignments is noticed, it will be contractors responsibility to lodge the
claim with insurance company and to settle insurance claim with the contractors underwriter.

Irrespective of whether the insurance claim is settled or not, the contractor will promptly replace lost /
damaged items free of charges F.O.R. destination.

The contractor shall indemnify GSECL against all suits, actions, Proceedings, etc. arising out of any claim
or demand for breach of any rules, regulations, default, etc. on part of the contractor, his agents or servants
in the course of performance of this contract.

The contractor shall be liable for making good all damages & losses arising out of theft, breakage, pilferage
of any office furniture equipments, fittings and fixture whatsoever as may be caused direct or indirectly by
the person engaged through him and work carried out by them.

13. FAILURE TO EXECUTE THE ORDER:
In case of failure on the tenderer to cope up with the works within the specified period, the same will be got
executed through other agency at the risk and cost of contractor even at higher rates and the difference in
the amount any will be recovered from the contractor.

In case of poor progress of the work, Corporation reserves the right to stop the work and nothing will be
payable to the contractor for part works carried out.

14. SECURITY DEPOSIT:
Tenderer shall have to pay the security deposit at 10 (Ten) % of the total value, half of the amount shall be
paid in Cash or demand draft on Bank of Baroda, Ukai Branch within 10 days from receipt of the order in
the office of the undersigned and the remaining amount shall be recovered from the R.A. Bill. S.D. will be
refunded only after the expiry of guarantee period of eighteen months with trouble-free working of 2 X 2.5
MW TG sets of Mini Hydro Power Station Ukai.

15. PENALTY:
Any delay that may take place beyond contractual cut off date / stipulated period (45 days for each TG set)
in the order shall be subjected to penalty (not liquidated damages) at the rate of % of the contract price /
order price per week or part thereof subject to a maximum of 10% of the total contract value /order value (
i.e. End cost including taxes & duties).




9
16. TERMS OF PAYMENT:
(A) Suuply:
1. 70% supply prices shall be released within 45 days on receipt of material at Ukai site and site
certification jointly with the successful bidder thereof.
2. 20% of supply prices shall be released within 30 days on successful commissioning of the system
of respective units.
3. Balance 10% supply prices shall be released on successful completion of performance Guarantee
test against submission of Performance Bank Guarantee of 10% of order value/extension of
security deposit valid up to Guarantee/Warranty period.

(B) Erection, Testing and commissioning:
1. 80% of erection, testing & commissioning charges shall be payable within 45 days against
monthly bills as certified by Engineer In Charge.
2. Balance 10 % of erection, testing & commissioning charges shall be payable within 30 days on
successful commissioning of the System and submission of Performance Bank Guarantee of 10%
of order value valid up to valid up to Guarantee/Warranty period of eighteen months.
3. 10% against Performance Guarantee test as per A(3) above.

Performance Bank Guarantee shall be released only after eighteen months (i.e. expiry of guarantee period).
During guarantee period, if any defect/trouble found in 2 X 2.5 MW TG sets of Mini Hydro Power Station
Ukai, it will be attended by Bidder/Contractor at free of cost.

17. SETTLEMENT OF DISPUTE:
All question, dispute or differences whatever which may at any time arise between the parties to this
contract in connection with the contract or any matter arising out of or in relation thereto shall be referred
to the Gujarat Public Works Contract Dispute Arbitration tribunal as per the provisions of the Gujarat
Public Works Contract Dispute Arbitration Tribunal Act, 1992.

18. The tender will be issued to those experienced contractor only who have in past carried out such work
successfully in GSECL/GETCO or other govt. organization having sufficient experience will only
considered.

19. OH & S Management System Requirement
It is to be noted that GSECL, Ukai TPS/HPS is establishing and implementing Occupational Health &
Safety Management System complying with OHSAS 18001 : 2007.
You as a part of the GSECL Ukai team and as defined by the scope of mentioned standard, all contractors
are required to comply with and participate to prevent the Occupational Health & Safety hazards and risks
including observation of safety rules. Further you are also to comply with all applicable legal requirements
while executing the work, in case the job is assigned to you.

20. STATUTORY VARIATION:
Statutory variation on Excise Duty, Sales Tax and Service Tax including imposition of any new duty and
tax related to excise and sales tax including VAT and Service
Tax shall be admitted provided they take place during the original contractual completion period.
Purchaser will not be liable to pay any upward revision of Excise Duty, Sales Tax, Service Tax and any
allied taxes and duties, if they take place after the contractual completion period, even if the delayed
materials are accepted by the Purchaser. However, if any decrease takes place after the contractual delivery
date, the advantage will have to be passed on to the Purchaser.

No statutory variation shall be payable by the Purchaser on the input items i.e. raw materials.



10

21. CONTRACT AGREEMENT:
Successful bidder has to enter into a contract agreement on a stamp paper of Rs. 100/- as per standard
Proforma of GSECL attached. The cost of the stamp paper and agreement shall be borne by the successful
tenderer. The agreement shall be signed by authorized person of company with the common seal of
company of successful tenderer.




22. FORCE MAJEURE CLAUSE:
If, at any time during the continuance of this contact, the performance in whole or in part by either party
of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, act of the
public enemy, civil commotion, sabotage fires, floods, explosion, epidemics, quarantine restrictions, strikes
lockouts or acts of God (hereinafter referred to as event), then provided notice of the happening of any
such event is given by either party to the other within twenty one days from the date of occurrence there of
neither party shall by reason of such event be entitled to terminate this contact nor shall either party shall
have any claim for damages against the other in respect of such non-performance of delay in performance,
and services under the contract shall be resumed as soon as practicable after such event has come to end or
ceased to exist, and the decision of the Chief Engineer(Gen),GSECL, Corporate office, Race Course
Vadodara as to whether the services have been so resumed or not shall be final and conclusive.
Provided further that if the performance in whole or part of any obligation under this contract is prevented
or delayed by reasons of any such event for a period exceeding 60 days, either party may at its option
terminate the contract provided also that if the contract is terminated under this clause, the GSECL shall be
at liberty to take over from the contractor at a price to be fixed by the Chief Engineer (GEN), GSECL,
Corporate office, Race Course ,Vadodara which shall be final.
23. The invoice shall be raised to Chief Engineer (Gen.),GSECL, T.P.S. Ukai in triplicate for which the
invoices proforma shall be provided by GSECL.



24. ARBITRATION CLAUSE is modified as per Indian Arbitration Act-1996 as under between the parties :

1. All disputes which can not be settled amicably by mutual negotiations shall be referred for arbitration in
accordance with. The Indian Arbitration and Conciliation Act-1996 or any statutory modification or
enactment thereof for the time being in force.

2. The supplier and the owner will continue to perform their respective obligations under the contract during
the Arbitration proceedings unless such performance itself relates to the dispute referred to Arbitration
pursuant to this sub-clause.

3. The Arbitrator Panel shall consist of three (3) arbitrators. One to be appointed by Owner and Supplier
respectively and a third one to be appointed by the two arbitrators so appointed by the owner and the
Supplier in accordance with the provisions of the Indian Arbitration and Conciliation Act-1996. If either
of the parties fails to appoint its arbitrator within sixty (60 days) after receipt of a notice from the other
party invoking the Arbitration Clause, the President of the ICC shall have the power at the request of
either of the parties to appoint such arbitrator. The third arbitrator shall be named by the President of ICC
in case the first two arbitrators appointed by the parties fail to appoint a third arbitrator.



11
Any such appointment of an arbitrator by ICC in case of failure to appoint arbitrator by either and/or the
third arbitrator by the first two arbitrators shall be in accordance with ICC. Appointing Authority Rules-
2003. Related cost of such appointment shall be borne by the defaulting party for the appointment of its
arbitrator. As regards to cost of the appointment of third arbitrator, the costs shall be shared equally. The
arbitration shall be held in Vadodara and the Courts in Vadodara shall have jurisdiction on any matter
connected with any arbitration under this clause.

4. The clause 18.3 shall remain in full force and effect notwithstanding any lawful, termination of the
contract, where either arbitration has already commenced or the liabilities between the owner and the
supplier have not been fully determined.

5. Cost of arbitration: The costs of any arbitration shall be borne equally by the parties and each shall bear
its own expenses in prosecuting or defending a claim. Provided that if the panel determines that the
prosecution or defence of a claim by a party was frivolous, substantially without merit or not presented in
good faith, the panel shall assess the costs of arbitrating such claim against such party and may in its
discretion and as deems equitable require such party to reimburse the other party for all or any portion of
such other partys expenses (including reasonable attorneys fees and costs) in prosecuting or defending
such claim.

25. JURISDICTION:

All questions, disputes or differences arising out of or in connection with the tender/contract if concluded
shall be subject to the exclusive jurisdiction of the court under whose jurisdiction the place from which the
tender/ acceptance of tender is issued is situated i.e. Ukai.





Signature and seal of Bidder CHIEF ENGINEER (GEN)
Date: GSECL: CO: VADODARA






















12









SECTION : I

TECHNICAL SPECIFICATION


CONTENTS

Sr.
No.
DESCRIPTION PAGE NO.
1.00.00 INTENT OF SPECIFICATION 13
2.00.00 SCOPE OF SUPPLY,WORKS & SERVICE 14-25
3.00.00 EXPERIENCE/QUALIFYING CRITERIA 26
4.00.00 SCHEDULE OF REQUIREMENT 27
5.00.00 STANDARDS 27
6.00.00 GENERAL TECHNICAL REQUIREMENTS. 27
7.00.00 TESTS 28
8.00.00 INSPECTION DURING MANUFACTURING. 28
9.00.00 QUALITY ASSURANCE PLAN 28
10.00.00 GUARANTEE AND WARRANTY 29
11.00.00 DEVIATIONS 29
12.00.00 DOCUMENT SUBMISSION 30-31
13.00.00 DRAWINGS/DATA/DOCUMENTS TO BE SUBMITTED
BY SUCCESSFUL BIDDER
32
14.00.00 PACKING AND TRANSPORTATION 32
15.00.00 TRAINING 33
16.00.00 SUPERVISORY INSTALLATION & COMMISSIONING 33
17.00.00 SCHEDULES 34
18.00.00 GUARANTEE FOR MAINTENANCE SPARES AND
SERVICES
34
19.00.00 GENERAL TERMS & CONDITION 34







13

SECTION : I



1.00.00: INTENT OF SPECIFICATION


1.01.00: This specification is intended to cover design, engineering, manufacture, assembly,
inspection and testing at manufacturer's works, packing & forwarding, supply,
delivery at Power House site, installation and commissioning of Items No.1 to
4 of SCOPE OF SUPPLY (Clause No.2.01.00) at GSECL Ukai Mini Hydro Power
Station..


1.02.00: All Annexure appended to this specification shall form part of this
specification and supplement the requirement specified herein. The
specification shall be read and construed in conjunction with the drawings and
annexure to determine the scope of works.


1.03.00: It is also intended to include complete operation check, tests to confirm suitability of
new Micro processor based electronic digital governor system & other supplied items
both technically as well as dimensionally.


1.04.00: The bidder shall visit the site and get him acquainted with the actual
requirements of tender prior to quoting rates. No claims for inadequate description of
the scope shall be entertained later on.

1.05.00: It is not the intend to completely specify all details of design and
construction herein. Nevertheless, the equipment and installation shall conform to
high standards of engineering design and workmanship in all respects and shall be
capable of performing continuous operation in a manner acceptable to the
Purchaser. Reliability, availability and maintainability are of the utmost
importance to the Purchaser in the design of the equipment described herein.




















14
2.00.00: SCOPE

2.01.00: SCOPE OF SUPPLY

Sr. No. Description Of Material Quantity
1 GOVERNING SYSTEM:
(i) Micro Processor based electronic digital governor consist of
Power supply card, Analog Input card, CPU card, Auto
Synchronizing card along with speed sensor, Control panel for
electronic Governor, Relay and other hardwares.
a) Analog Input /Output card 3nos.
b) Digital Input /Output card 3nos.
c) Auto-Synchroniser 1no.
d) Power Supply card 1no.


2 Set
(ii)
Hydraulic pumping unit including
a) Oil tank 1 no.
b) Pump motor 2 no.
c) Servo valve 2 no.
d) Pilot check valves - 2 nos.
e) Throttle valves 2 nos.
f) Pressure relief valves 2 nos.
g) Pressure switches - 3 nos.
h) Actuator 1 no.
i) Isolation valve 2 nos.
j) Heat exchanger 1 no.
k) Online filterers 2 nos.
l) Digital temperature indicators 1 no.
m) Hand operated pump 1 no.
n) Level switches 2 nos.
o) Level gauges 1 no.
p) Pressure gauge 1 no. and necessary piping
In case above items are required less or more nos. for supplies
item, unit rates will be operated as per actual execution.




2 Set
(iii)
Hydraulic cylinder for guide vane operating mechanism (2 nos.)
and separate lube clean make oil purifier (1 no.) along with
necessary oil piping and their fitting including high pressure hose
pipes.
2 Set
2 TURBINE:

(i)
a) Guide vane apparatus assembly.
1. Dowel Bush 24 nos.
2. Sleeves - 24 nos.
3. Natural rubber cord 01 nos.
4. O ring 24 nos.
5. U seal 48 nos.
2 Set


15

b) Top Cover assembly.
1. Gasket 14 nos.
2. Rubber disc 02 nos
c) Middle bush stud bush01 nos.
d) Top bush std. bush 01 nos.
3 BRAKE & JACK SYSTEM:
(i)
Braking and Jacking system with OPU consisting of
a) Jack with pads & locking arrangement - 6 nos.
b) OPU tank 1 no.
c) AC motor with pump 1 no.
d) DC motor with pump 1 no.
e) DC valves 1 no.
f) Return line filter 2 nos.
g) Shut off valve 1 no.
h) Hand operated pump 1 no.
i) Pressure relief valve 1 no.
j) Pressure gauge 1 no.
k) Oil level indicator 1 no.
l) High Pressure hoses and control panel with cabling as per
system requirement.
In case above items are required less or more nos. for supplies
item, unit rates will be operated as per actual execution.
2 Set
4 CONTROL & INSTRUMENTATION:

(i)
Latest upgraded Instrumentation system manufactured after 2010
comprising of necessary oil flow switches, pressure switches and
pressure gauge used in cooling system and feedback system
consists of linear transducer or angle transducer and their
mountings arrangement. Guide vane limit and position indicators
at local governor panel as well as at control desk at control room.
speed indicators at local governor panel as well as at control desk
at control room etc.
2 Set
(ii)
POWER CABLE:
a) HT(11KV)XLPE-185mm Aluminum Armor single core cable
for Generator to HT panel.(Phase & Neutral side Both) 170
meter
b) Suitable size of armored Aluminum LT power cable for new
OPU of Governing System 50 meter
c) Suitable size armored Aluminum LT power cable for new
Brake-Jack System AC/DC Motor 60 meter
d) Control and instrumentation cables having XLPE insulated and
PVC sheathed 1.1 KV grade copper conductor with required
core and sizing alognwith cable trays, termination kits and other
necessary piping and control panel.
Payment shall be made as per actual consumption of
cables in running meter during execution.
2 Set
(iii) Providing new Annunciation System as per Annexure A:2 2 Set



16
Sp. Notes:-

(01) Party has to submit Minimum required mandatory spares for Micro processor based
electronic digital governing system mentioning prices along with Techno Commercial
Bid.

(02) The successful contractor will have to replace all the materials/ equipments
invariably as per system requirement in TOTO. Material in excess will have to be
credited to Ukai TPS Main store.

2.01.01: FEATURES OF THE PROPOSED GOVERNING SYSTEM

Offered Digital Governor must be well suitable for Fixed Blade Propeller Type vertical Turbine
of 2 X 2.5 MW Mini Hydro P.S. Ukai.

The Digital Governors offered shall be microprocessor based control system.
Micro Processor based electronic digital governor consist of Power supply card, Analog
Input card, CPU card, Auto Synchronizing card along with speed sensor, Control panel for
electronic Governor, Relay and other hardwares.
Hydraulic pumping unit including oil tank, pump motor, servo valve, pilot check valve,
throttle valve, pressure relief valve, pressure switch, actuator, isolation valve, heat
exchanger, online filter, digital temperature indicator, hand operated pump, level switch,
level gauge, pressure gauge and necessary piping along with stand by pump, motor etc.
The electronic hardware of the governor shall be of modular design, facilitating easy
and quick fault detection and rectification. It shall be possible to diagnose each module
through application software.
The speed governing shall be performed by combination of the proportional, integral
and derivative actions and by non-linear characteristics to achieve excellent control.
The proposed governor is designed to be substantially immune to noise, transients and
stray magnetic fields as per IEC.


The turbine governor shall be able to:
Start-up the turbine by a Single push button command from the control panel or remotely
from the remote control desk located in the Power House Control room.

Connect to the Unit synchronization control system.

Put the Unit into power-stabilization operation when transmitting to the Grid.

The Governor shall automatically stop the Unit under any mode, if required.

The Governor shall automatically stop the Unit under emergency or in case
of stop signal from Unit protection equipment, or in case of manual pressing of
buttons.


17
Stable control of the units under no load and load conditions.

Programmable in the field with Flash and EEPROM memory for data retention.
Suitable for Isolated and Grid operation.
Suitable for black start operation of Turbine Generator set.
High speed digital filtering on all Analog input channels for noise immunity.
Extensive safety interlocks for critical control signals.
Built in test facility to test all input and output signals.
Front panel indication for all incoming signals, outgoing signals, alarm conditions and
processor status.
Provision for local and remote operation
Compatible for industry standard SCADA systems.

Governor shall be operated on auto and manual mode. In case of failure of auto mode governor shall
be automatically changed over to manual mode. Logic for load control shall be provided for bump-
less transfer.



























18

Details of Existing Generator, Turbine & Governor


GENERATOR:-
Type : TUG 280-16-W41
Construction : Vertical
No. of Phases : 3 (Three)
No. of Poles : 16 (Sixteen)
Rated Output in KW/KVA : 2800/3100
Rated Power Factor : 0.9 Lagging
Rated Current : 164 Amps
Rated Frequency : 50 Hz
Rated Speed : 375 RPM
Ambient Temperature : 40 C
Ventilation : Self Ventilated, Fan Cooled
Connection : Star (6 Terminals brought out)
Rating : Continuous
Class of Insulation : B
Drive : Water Turbine
Direction of Rotation : Anti-Clockwise looking from driving end.
Moment of Inertia (GD
2)
: 33 Ton-M
2

Weight of Rotor (approx.) : 22 Tons
Standard : IS 4722
Excitation : Static Electronic Excitation Unit (SEU)
(Voltage:110 V DC, Current:175 A DC)
Cooling Type : CACW
Cooling Water Inlet Pressure : 2.25 Kg/Cm
2
Cooling Water Inlet Temperature : 35 C
Cooling Water Quantity : 325 LPM
No. of Radiator : 5 X 45 Kw
Anti-Condensation Heaters : Type: Resistance, Qty.: 6 No.,
Voltage: 240 V Single phase, 250 W
Temp. Detector in Stator winding : Type: Platinum Pt-100 RTDs,
Qty.: 6 No. (Two per phase)
Location: In the slot
Brush Holder : Type: 2040 GDD20, Qty.:4 No.,
Spring Pressure: 180 gm/cm
2
Brushes : Grade: M15E, Qty.: 8 No.
Size: 20 X 40 X 50 mm, Qty
Static Electronic Excitation System (SEU) : Regulation 1.0%, Response: less than
second
Voltage adjustment range: 10 %,

TURBINE:-
Design Head : 18.3 Mtrs.
Turbine Output at Design Head : 2760 KW
Max. Net Head : 23.78 Mtrs.
Turbine Output at Max. Net Head : 3128 KW
Min. Net Head : 7.6 Mtrs.
Turbine Output at Min. Net Head : 900 KW


19
Capacity : 2600 KW
Type of Turbine : Vertical shaft propeller turbine
Nos. of Runner Blades : Six
Runner size : 1600 MM
Nos. of Guide Vanes : 24
Discharge : 17.0 M
3
Rated Speed : 375 RPM
Runway Speed : 950 RPM
Max. & Min Temperature : 42 C & 20 C respectively
Humidity Range : 30 % to 96 %
Speed rise in case of full load rejection : 40 %
Maximum gross head inclusive of water : 35 Mtrs.
hammer
Guide vane closing/opening time : 3.5 Sec
Pressure rise at min. head in case of full : 52 %
load rejection
Guide vane closing/opening time : 4.52 Sec
Turbine Shaft Diameter : 300 MM
Runner Hub Spherical Diameter : 720 MM
Runner Hub Cylindrical Diameter at Top : 640 MM
Runner Hub Cylindrical Diameter at Bottom : 600 MM
Runner side flange diameter : 640 MM
Neck diameter at Bearing : 450 MM
Shaft Overall length : 2448 MM

SERVOMOTOR
Capacity : 3000 Kg.Mt.
Nos. : Two (LHS & RHS)
Cylinder Bore : 180 MM
Stroke : 340 MM
Operating Pressure : 25 Kg/Cm
2

GOVERNOR:-
Type : Hydro Mechanical Cabinet actuator
Make : WOODWARD, USA
Sensitivity of Governor : 0.01 %
Speed Droop adjustment : 0.5 %
Speed Level setting : 85 % to 105 %
Range of adjustment of gate closing : 2 to 6 sec approx.
Range of adjustment of gate opening : 2 to 6 sec approx
Type of Motor for speed responsing : Synchronous, 3 phase
Speed : 375 RPM
Frequency : 12 cps
Voltage : 60 Volts
Input : From PMG
Quantity of Oil required in Governing System : 2300 Ltrs. Approx.







20

PMG (Permanent Magnet Generator): -
Type : Synchronous (WOODWARD)
Speed : 375 RPM
Frequency : 12 cps
Voltage : 60 Volts
Output : 7 HP
Drive : Directly from Generator shaft

OIL PUMPING UNIT (OPU):-
Pump type : Screw pump
Qty. : Two (Main/Stand by)
Mounting : Horizontal
Working Pressure : 25 Kg/Cm
2
Speed : 2920 RPM
Capacity : 210 LPM
Tank Capacity : 2000 Ltrs.
Electric Motor Rating : 15 KW, 2920 RPM, 415 V, 50 Hz,
3 Phase with TEFC foot mounting
Accumulator charging valves : Qty.2 Nos. & setting of 25 Kg/Cm
2

Pressure Switch : Qty.3 Nos.
Pressure Switch Setting : PS
1
25 & 22 Kg/Cm
2

PS
2
25 & 20 Kg/Cm
2

PS
3
27 & 17 Kg/Cm
2



PRESSURE VESSEL/OIL PRESSURE ACCUMULATOR:-
Vessel Capacity : 1.6 M
3

Oil Volume : 594 Ltrs. Approx
Compressed Air Volume (at 25 Kg/Cm
2
) : Rest
Inside Diameter : 964 MM
Outside Diameter : 1000 MM
Overall height : 2800 MM




Note: Miscellaneous materials required for successful commissioning of Microprocessor
based electronic digital governor system for both the units is to be supplied by the
party free of cost.



The offered equipment shall be complete with all components necessary for their effective
trouble free operation. Such components shall be deemed to whether those are specifically
brought out in this specification and/or the commercial order or not.







21
2.02.00: SCOPE OF WORKS

(Detail Scope of work for complete overhauling of 2 X 2.5 MW Mini Hydro P.S. Units.)

2.02.01: Qualified, experienced and efficient personnel shall supervise the various activities such
as complete capital overhauling and replacement of microprocessor based electronic
governing system for 2 X 2.5 MW TG sets and necessary spares throughout the
completion of work.

2.02.02: The work supervisor must be experienced engineer who has minimum work experience of
5 years of similar overhauling work of Hydro T-G set overhauling. The party has to
provide full bio data of his entire work force with relevant work experience details along
with technical bid

2.02.03: The party has to take proper care for complete capital overhauling, replacement of digital
governor, necessary spares, testing of said activity and also safety of working personnel.
No compensation will be granted from Corporation in case of injury, loss of working
personnel of contractor and theft of materials.

2.02.04: The Party should complete the work of capital overhauling and replacement of
microprocessor based electronic Governing system during its shutdown period only (i.e.
45 days) for each unit one by one. The availability of shut down will be intimated to the
party well in advance. The party should start the work from the first day of the shutdown.
All require arrangement of tools/tackles and men-material shall be made ready before
shutdown.

2.02.05: All equipment and materials shall be new. The makes of all bought out equipment, shall be
subject to approval of the Owner after award of Contract. GSECL has approved vendor list,
which should be followed for different supplies for the subject tender. If the Contractor
supplies the material as per GSECLs approved vendor list it will be acceptable. However,
for other make, specific approval of GSECL will be required.

2.02.06: Brief Description of works to be carried out by Bidder/Contractor during the Capital
Overhauling of 2 X 2.5 MW Mini Hydro Hydel Plant, Ukai.

2.02.06-(a) GENERATOR:

(1) Dismantling and lifting of Top bracket.
(2) Measurement of air gaps between rotor pole and stator coils. Taking rotor form/stator form
readings by rotating rotor with help of E.O.T crane. Dismantling rotor, lifting & shifting it to
service bay. Correction of rotor form/stator form by rim grinding of rotor to allowable limits.
Dismantling of required numbers of poles from rotor rim for rim grinding. If required,


22
shifting of stator to adjust concentricity of rotor and stator if required.. Lifting and shifting of
Generator Rotor.
(3) Checking of core by knife test & repairing by applying of LOCTITE 290 if required.
(4) Tightening of all core bolts to the specified torque value.
(5) Inspection of Stator and Rotor winding, cleaning by Mineral turpentine Oil (MTO) / other
allowable cleaning agent; and wedges tightening, coils binding, Applying Insulating paints
at entire winding.
(6) Inspection of rotor poles, cleaning by Mineral turpentine Oil (MTO) / other allowable
cleaning agent.
(7) Checking of RTDs for healthiness & replace if required by party on chargeable basis
(8) Dry stator with lamps, Varnishing of Stator winding
(9) Rotor IR value measurement
(10) Inspection of existing thrust & guide bearing pads of Generator. If required, removal of
existing bearing pads and replacement with new one by proper blue matching. Spare set of
bearing pads will be provided by GSECL.
(11) Removal carbon brushes and replaced by new ones of proper carbon grade. Brushes are to be
arranged by the party at free of cost.
(12) Replacement of Insulation under retaining ring with new class B Insulation.
(13) Removal of existing Braking and Jacking system of the unit & Providing, Erection&
commissioning of new Braking & Jacking system.
(14) Overhauling of LT breakers (total 6 nos.) for overhauling of breakers, all required spares
are to be arranged by the party free of cost. All LT Breakers are in service conditions,
make: M/s Jyoti Ltd., Type: Air Circuit Breaker, 400 Ampere.
(15) Removal of all Air coolers of the generator, dismantling, cleaning by pressurize air-water jet,
replacement of gaskets & reassembly.
(16) Checking Pole key tightness, rim bolt tightness.
(17) Leveling of rotor and alignment with turbine.
(18) Centering of Unit with respect to turbine guide bearing and resetting of generator guide
bearing clearances.
2.02.06-(b) TURBINE:
Governing System:
(1) Erection & commissioning of new Micro Processor based electronic governing system of
latest art of design. The new governing system must be suitable to existing T-G set. All
required operating parameters must be incorporated.

(2) The replacement of existing governing system by new governing system may require to
replacement of other associated system. Party has to consider all other required associated
changes like OPU system, guide vane servomotors etc. However all sincere efforts have to
make so that minimum required changes have to be made and techno-economical system can
be adopted.


23

Underwater parts of Turbine:

(1) Guide Vanes:
Measurement of clearance between guide vanes before / after overhauling. Complete
overhauling of all 24 nos. of guide vanes including weld repair if required, replacement of
dowels, bush, sleeve, rubber seals (O ring, U seals) gaskets etc of guide vane / guide vane
links. Re-setting of guide vane clearance.

(2) Runner chamber/ blade/ hub:
Runner chamber/blade/hub: Complete inspection, cleaning, removal of debris, corroded/eroded
parts are to be repaired/rectified. Repairing to be done by welding with low hydrogen welding
rods on cavitations / pitted portion. Painting to be done with appropriate paint.

(3) Draft tube / penstock:
Inspection of Draft tube & Pen stock & its cleaning, hammer testing. Painting with appropriate
paint.

(4) Turbine Guide Bearing:
Measurement of TGB clearances, complete cleaning of bearing, Replacement of oil and
resetting of bearing clearance if required.

2.02.06-(c) Control & Instrumentation (C & I):

(1) Inspection, Checking, Testing, Calibration of Temp. Indicators, Pressure Gauges. Defective
gauges/indicators are to be replaced.
(2) Removal & Replacement of instrumentation system comprising of necessary oil flow switches,
pressure switches and pressure gauge used in cooling system and feedback system consists of
various transducer required for governing system.
(3) Laying of power, control, and instrumentation cables with cable trays required to interconnect
equipments supplied by the party and other cables felts necessary to replace for safe and
smooth operation of 2 X 2.5 MW Mini Hydro Power Station at Ukai
(4) Removal of existing Guide vane limit, Position indicator, speed indicator, temperature
scanners, RTD sensors, transducers etc and erection, commissioning of new Instrumentation
system.
(5) Removals of existing annunciation system along with faulty transducers/measuring
instruments and erection & commissioning of latest annunciation system.
(6) Detail of instrumentation to be replaced as shown in Annexure : A1 & A2






24
2.02.06- (d) Balance of Plant (BOP):
(1) Complete overhauling of all valves, duplex strainers of cooling water system.
(2) Complete overhauling of 50 KW Hydel house set including its governor.

At present, guide vanes are not opening fully and governor is not functioning properly in
manual mode. Auto mode of governor is out of service. Party has to carry out complete
overhauling of house set and to make it fully operative with governor in auto mode. All
meters i.e. Voltmeter, Ampere meter, Speed meter of house set are to be replaced. All
required spares & meters are to be arranged by party on chargeable basis.

(3) Filtration of existing bearing oil & governing system oil is to be carried out. Oil filter machine
is to be arranged by party.

(4) Painting of T-G set and its auxiliaries:
Cleaning of rusted portion, apply one coat of anti- corrosive red oxide and painting of all metal
structures, electrical panels- junction boxes, valves, tanks, pipelines, under water parts like
draft tube, runner chamber, runner hub, guide vanes, penstock and 50 KW House Set is to be
carried out as per shades and procedure of IS colour code

The bidder shall visit the Ukai Mini Hydro Power Station and interact with the concerned
engineers of GSECL to estimate / assess the quantum of work.

Note: If any equipment or component of 2 X 2.5 MW Mini Hydro P.S. is damaged
during work execution, it shall be replaced free of cost by party/contractor.


2.03.00: SCOPE OF SERVICE

The bidder shall provide the following services to install, commission of
Microprocessor based electronic digital governor system covered under this bid.

2.03.01: Shifting of supplied Microprocessor based electronic digital governor system from
main store or site store to the work site at Ukai Mini Hydro Power station.

2.03.02: Removing of existing Hydro Mechanical Cubicle Governors, its fitting arrangement
and wiring and crediting to main store of the Ukai Hydro/Thermal Power Station

2.03.03: Cutting / fabrication work, supply of plate /Channel and other items for fixing or
installing new Microprocessor based electronic digital governor system, supply wires,
making termination, blanking the open space by plates, fixing of fitting arrangement
for easy operation etc.



25
2.03.04: Any other consumable items like lugs, connectors, screws, nut bolts, plate, channel
,wires , fuses , ferrules , sleeves etc. required for retrofitting is in Bidders scope at
free of cost.

2.03.05: Testing and commissioning of Microprocessor based electronic digital governor
system with protection relays and external interlocks- permissive for all
functions/logics, parameter setting, operation, interlocks, indications, annunciations
etc. and furnishing of test certificates

2.03.06: The Digital Governor panels have to be fully tested commissioned before putting into
service.

2.03.07: Any defects arise in Microprocessor based electronic digital governor system or its
operation found defective during testing at site shall be replaced free of cost, which
include transportation also.

2.03.08: GSECL will provide following facilities to the successful bidder at the time of work
execution

a) Providing required quantity of new turbine oil.
b) Providing empty barrels/tank for draining oil.
c) Providing required power supply for operating pumps, filter
machine, blowers, drilling, welding, cutting, lighting etc.
d) Providing guest house facility for technicians, supervisors at a
time on chargeable basis if available.
e) E.O.T. crane facility with operator.
f) Service air for cleaning purpose.
g) Work shop facility for minor job work as per prevailing
availability.

The work should be executed as per the instruction of Engineer In-charge of the project and
his decision will be final for any matter.
















26
3.00.00: EXPERIENCE/QUALIFYING CRITERIA

3.01.00: The bidder must be OEM of Mini hydro/Hydro generating Units. They shall have
designed and manufactured generator, turbine, Digital (Micro processor) governor etc.
and Erected and Successfully Commissioned /up-gradation (R&M) Mini hydro/Hydro
generating Units.

3.01.01: Bidders not meeting the requirements as above but authorized by OEM Of Mini
Hydro/Hydro Generating Units and having vide experience of Erection and
commissioning of Mini Hydro/Hydro Power Station. Having qualifying requirement as
per 3.01.00 above can also participate, provided they have valid ongoing collaboration
with manufacturer. In such an event the bidder shall furnish, along with his bid,
documentary evidence for the same and an undertaking from the bidder and
collaborator accepting joint and several liabilities of all the obligations under the
contract.

3.01.02: The bidder should have executed such type of Capital overhauling work/up-gradation
(R&M) of mini hydro generating units/ Hydro generating units in past and bidder have
to submit details work order copy along with technical bid.

3.02.00: The bidder should clearly indicate the quantity and single value contract executed
during last three (3) years for the offered governing system. Bidder should have
executed one single contract for Amount of Rs. One Crore for supply Erection
commissioning/ up-gradation (R & M) Mini hydro (Including Digital governor) during
last three years for the quantity equivalent to bid.

3.03.00: The Bidder should satisfy the financial eligibility criteria relating to Turnover,
Profitability and Net Working Capital. The bidder should submit last 3 years audited
financial report of the company. Minimum average Turnover of Rs. 1 Crore in
previous three years and the financial statement should have been audited for the
previous three financial years i.e. year 2008-09, 2009-10 and 2010-11.

3.04.00: Solvency Certificate: Latest solvency certificate should be submitted from the
Authorized bank for minimum 40.0 lacs amount at the time of technical bid opening.















27
4.00.00: SCHEDULE OF REQUIREMENT

4.01.00: The requirement of Micro Processor based electronic digital governing system, Brake
& Jack assembly, Instrumentation/Annunciation system & Power Cables has to be
supplied against the specification given in SCOPE OF SUPPLY (Clause No.2.01.00)

4.02.00: Delivery instructions shall be issued to the successful bidder after placement of orders
and after inspection and testing of Micro Processor based electronic Digital Governor
at manufacturers works.

5.00.00: STANDARD

5.01.00: The Electronic Governor complies with IEC 60308 standards.

5.02.00: The equipment shall also comply with the latest revision of Indian Electricity Act and
Indian Electricity Rules and any other applicable statutory provisions, rules and
regulations applicable in the locations where these are to be installed.

6.00.00: GENERAL TECHNICAL REQUIREMENTS

6.01.00: Labels

6.01.01: All Supplied items to be provided with labels. The labels shall be mounted properly
showing name of auxiliary, rating and compartment no. of the panel.

6.01.02 Labels shall be made of Aluminum anodized plate P.V. Castings or permanent type.
Labels shall have white letters on black background. All equipment / accessories shall
be given standard abbreviation numbers with name of device, corresponding to the
ones shown in the panel internal wiring and circuit breaker manual.

6.02.00 Internal Wiring

6.02.01: All wiring shall be carried out with 1100V grade single core multi strand flexible
copper conductor wires with HRPVC insulation and shall be flame retardant, vermin
and rodent proof. The current carrying capacity of wire shall be adequate for the
duty assigned to it considering short circuit condition and shall have sufficient
flexibility to facilitate proper termination at any location. Colour coded wires (red,
yellow, blue, black) shall be used for CT, The copper conductor used for internal
wiring be one 2.5 Sq mm per lead.

6.02.02: The bidder shall be responsible for the completeness and correctness of the internal
wiring and for the proper functioning of the connected equipment.







28
6.03.00: Mounting.

6.03.01: The Micro Processor based electronic digital governor system shall be mounted such
that removal and replacement can be accomplished individually without interruption of
service to adjacent equipment conforming all safety interlocks.

6.04.00: Micro Processor Based Electronic Digital Governor

6.04.01: The general requirements for the Micro Processor based electronic digital governor
system are described here under however; Governor should be designed, built and
tested in compliance with relevant standards and in general comply with the
technical specifications mentioned in scope of supply clause no.2.01.01

Bidder shall have to submit Guaranteed Technical Parameters for which they
have offered Digital Governor


7.00.00: TESTS

7.01.00: The New governor panel shall be tested at the place of manufacturer in presence of
Purchasers representative without any extra cost.

7.02.00: Immediately after finalization of programme of testing of panel the supplier shall give
two weeks advance intimation to the purchaser to enable him to depute his
representative for witnessing the tests.


8.00.00: INSPECTION DURING MANUFACTURING

8.01.00: The inspection may be carried out by the purchaser at any stage of manufacture. The
successful bidder shall grant free access to the purchasers representative at a
reasonable time when the work is in progress. Inspection and acceptance of any
equipment under this specification by the purchaser shall not relieve the supplier of his
obligation of furnishing equipment in accordance with the specifications and shall not
prevent subsequent rejection if the equipment is found to be defective.
8.02.00: The supplier shall keep the purchaser informed well in advance, about the
manufacturing programme so that the arrangement can be made for inspection.

9.00.00 QUALITY ASSURANCE PLAN

9.01.00: The bidder shall invariably furnish along with his offer the quality assurance plan
adopted by him/his sub-supplies in the process of manufacturing all major
equipment/component.
9.02.00: Precaution taken for ensuring usage of quality raw materials and sub-components shall
be stated in the quality assurance plan.


29
9.03.00: The bidder should specifically express their consent to accept additions, revisions to
their quality assurance plan to meet the purchasers requirements if needed. The final
quality assurance plan to be adopted, with mutual consent, shall be decided after
discussion with successful bidder.


10.00.00: GUARANTEE AND WARRANTY:

10.01.00: All equipment supplied against this specification shall be guaranteed for a period of 18
months from the date of receipt at the destination store center OR 12 months from the
date of commissioning which ever is earlier, however any engineering error, omission,
wrong provision, equipment failure etc., if found during actual commissioning as
well as during performance guarantee period of the equipment shall be attended
by the supplier/contractor free of cost.

10.02.00: The material supplied shall be manufactured not before the year 2010 and of high
quality and free from defects in design, material and workmanship, complete in all
respects confirming to latest revision of relevant Indian Standards or equivalent
International standards. However, other terms and conditions of GT & CAP as regards
to Guarantee and Warranty shall be applicable.

10.03.00: The party has to give performance guarantee for the trouble free operation of the 2 X
2.5 MW TG sets for the period of eighteen months after commissioning (i.e. M/c taken
on bar successfully on full load) & testing of supplied items & work attended .

11.00.00: DEVIATIONS

All the Technical & Commercial Deviations from the Specifications should be
mentioned in Schedule-F4. Deviations mentioned elsewhere shall not be considered.
Any deviation claimed by the bidder shall be considered to have no effect unless
otherwise it is specifically discussed and agreed upon in writing by the owner during
the process of Tender Finalization.



30
12.00.00: DOCUMENT SUBMISSION
12.01.00: All drawings/documents / Test Reports submitted by supplier shall be having
sufficient detail to indicate the type, size, arrangement, weight (as applicable),the
external connections, fixing arrangements required, the dimensions required for
installation and interconnections with other equipment and materials, clearances
and spaces required between various portions of equipment and any other
information specifically requested.
12.02.00: Drawings / Documents / Test Reports submitted shall be signed by responsible
representatives of the Bidder and all drawings shall be of A-3 size. (297mmX420
mm )

All dimensions on drawings shall be in Metric Units, unless otherwise specified. The
details in the drawings shall be in English language only.

12.03.00: In addition to the information provided on drawings, each drawing shall carry a
revision number, date of revision and brief details of revisions carried out. Wherever
any revision is carried out, correspondingly revision number must be updated. All
revisions carried out shall be highlighted on the drawing and a separate sheet
furnished stating the reasons for such revision. A note stating drawing is generally
revised is not acceptable.

12.04.00: Drawings submitted by the Bidder for approval will be checked/ reviewed by the
Purchaser and comments, if any, on the same will be conveyed to the Bidder. It is
the responsibility of the Bidder to incorporate correctly all the comments conveyed
by the Purchaser on the Bidders drawings. The drawings, which are approved with
comments, are to be resubmitted to the Purchaser for purpose of records. Such
drawings will not be checked / reviewed by the Purchaser to verify whether all the
comments have been incorporated by the Bidder. If the Bidder is unable to
incorporate certain comments in his drawings he shall clearly state in his forwarding
letter such non-compliance along with valid reasons and justification.

12.05.00: Any work performed or material ordered by the Bidder prior to receipt of drawings
stamped Approved with comments as noted by the Purchaser shall be at the risk of
the Bidder. After print of any drawing has been returned Approved, the Bidder
may release the parts covered by the drawing, for production / construction.

12.06.00: Reproducible, where called for in the Drawing Submission Schedule, shall be
submitted after the approval of drawings. These should be of good quality and
capable of producing clear and legible prints.

12.07.00: Upon completion of the installation, the Bidder shall furnish a complete set of
drawings on reproducible tracing film on which the Bidder shall make in a neat and
accurate manner, a complete record of all changes and revisions to the original
design, as installed in the completed work. These drawings shall be submitted to the
Purchaser.


31

12.08.00: Drawings prepared by the Bidder and approved by the Purchaser shall be considered
as a part of the Contract Specification. However, examination and approval of the
drawings by the Purchaser shall not relieve the Bidder of his responsibility for
engineering, design, workmanship, materials and construction under the Contract.

12.09.00: If, at any time before the completion of the work, changes are made necessitating
revision of approved drawings, the Bidder shall make such revisions and proceed in
the same routine as for the original approval.

12.10.00: The drawing and documents which are not subject to approval shall be stamped
FOR INFORMATION. However, the Purchaser shall reserve the right to
comment.

12.11.00: The Bidder shall prepare and submit to the Purchaser, operation and maintenance
manuals in accordance with the Purchasers requirements and in sufficient detail, for
the Purchaser to get familiarized with the equipment and to enable him to operate,
maintain, dismantle, reassemble, adjust and repair the equipment in a safe and
efficient manner. O&M Manual shall contain

i) Vendor Contact Details
ii) Storage Instruction
iii) Erection & Commissioning Instruction
iv) Operating Procedure /Instruction and Maintenance Schedule
/Trouble shooting.
v) List of Bought out component & sub vendors addresses
vi) Technical Data Sheet
vii) Leaflets of Bought Out component
vii) Drawings etc.
viii) Bill of materials.

12.12.00: A separate section of the manuals shall be devoted to each size/ type of equipment
and shall contain a detailed description of construction and operation, together with
all relevant pamphlets, catalogues, drawings and a list of parts with procedure for
ordering spares. Maintenance instructions shall include checking, testing and
replacement procedures to be carried out to ensure trouble-free operation.

12.13.00: All documents including drawings, data sheets, erection and commissioning
manuals, O & M manuals shall be provided on electronic media viz. CDs. Each
electronic media shall be of high quality and suitable for long-term storage.
The reproduction from media shall be of good quality.







32
13.00.00: DRAWINGS / DATA / DOCUMENTS TO BE SUBMITTED BY
SUCCESSFUL BIDDER

13.01.00: After issue of detailed purchase order, the successful bidder shall submit within six
weeks, four sets of complete drawings along with detailed bill off material for
approval. In normal practice, the documents submitted for the approval will be
commented upon or approved if in order, within 25 days from the date of receipt of the
same.

13.02.00: Before dispatch of equipments to consignees, the supplier is required to submit sets of
following drawings / documents in suitable files. There shall be such four sets per
equipment and shall be forwarded to (a) Three sets to consignee before dispatch of
equipment and ( b) One set with equipment

a) Control schematics and wiring diagrams.
b) Operation and maintenance manual.
c) Commissioning manual.
d) Catalogues for all bought out items.

The manuals and test reports should be submitted in bound form suitable for long
storage with the necessary information printed on the cover page as well as back for
easy traceability. The documents not submitted in the above manner will not be
accepted.

All Erection, operation & maintenance manuals & drawings shall be furnished in
reproducible form (DVDs/CDs) also.


14.00.00: PACKING AND TRANSPORT

14.01.00: All equipment/material shall be suitably packed for transport, carriage at site and
outdoor storage during transit. The Supplier/contractor shall be responsible for any
damage to the equipment during transit due to improper and inadequate packing. The
cases containing easily damageable material shall be very carefully packed and marked
with appropriate caution symbols i.e. `FRAGILE `HANDLE WITH CARE, `USE
NO HOOK etc. The contents of each package shall bear marking that can be readily
identified from the package list and packing shall provide complete protection from
moisture, termites and mechanical shocks etc.

14.02.00: Wherever necessary proper arrangement for attaching slings for lifting shall be
provided and all packages clearly marked with gross weight, signs showing `UP and
`DOWN sides of boxes, contents of each package, order no. and date, name of the
plant of which the material in the package forms part of and any handling and
unpacking instructions considered necessary. Any material found short inside the intact
packing cases shall be supplied by the manufacturer/supplier without any extra cost.



33
14.03.00: Bidder shall ascertain, prior to shipment, from concerned authorities, the transport
limitations like weight and maximum allowable package size for transportation. Fragile
material such as Electronic Items, Instruments and other glass material shall be
carefully covered with shock absorbing protective materials, such as thermocol, silica
gel or equivalent moisture absorbent material in small cotton bags shall be placed
inside the packing wherever necessary.

14.04.00: Each consignment shall be accompanied by a detailed packing list containing the
following information.

a) Purchase order reference.
b) Name of consignee
c) Details of consignment
d) Destination
e) Total weight of consignment
f) Handling and unpacking instructions.
g) Bill of materials indicating contents of each package
h) Sign showing upper/lower side of the crate.


15.00.00: TRAINING

15.01.00: The successful bidder shall be required to provide facility for in-plant training, at no
extra cost to the purchasers four engineers to be nominated by the purchaser for a
period of seven days at his works, where the equipment offered shall be manufactured.
The training shall cover familiarization with manufacturing and assembly techniques,
procedures of installation, testing, commissioning, operation, maintenance and trouble
shooting.


16.00.00: SUPERVISORY INSTALLATION & COMMISSIONING

16.01.00: The bidder shall depute their Engineers, technicians and Labours to the site for
carrying out the Capital overhauling work, Erection, testing and commissioning of
supplied items as per clause 2.00.00

The work supervisor must be experienced engineer who has minimum work
experience of 5 years of similar overhauling work of Hydro T-G set overhauling. Party
has to provide full bio data of his entire work force with relevant work experience
details along with technical bid


34

17.00.00: SCHEDULES

The bidder shall fill in the schedules indicated in Section II which form part of the bid
specification and offer. If the schedules are not submitted duly filled in with the
offer, the offer is likely to be ignored.


18.00.00: GUARANTEE FOR MAINTENANCE, SPARES AND SERVICES

The bidder shall be guaranteed for supplying, maintenance, spares and services as well
as repairing of offered items of scope of supply (clause no.2.01.00) for a period of the
life expectancy of 20 years.


19.00.00: GENERAL TERMS & CONDITION.

01) Whole work must be carried out with sufficient skilled manpower. Damage if any
occurs during execution of job to any equipment, recovery shall be made from
contractors bill.

02) Party will be solely responsible for any fatal/non fatal accident which occurs to their
person during execution of work.

03) Payment shall be made for actual quantities of work executed and based on joint
measurement basis.

04) If any major / minor site constraints may arise for carrying out work, the same be
discussed and decided with Engineer-In-charge and his decision shall be final &
binding to the party.

05) If the work found not satisfactory or non progressive, the Corporation may take
action deemed fit to see that work be completed in time at partys risk and cost.

06) Contractor should strictly follow instruction of Corporations Engineer-in-Charge for
execution of work.

07) Any major defect observed during retrofitting work and not covered in scope of work
will be attended at an extra cost; the rates for the same will be decided jointly.

08) All materials, tools tackles, man power, transportation etc. required for retrofitting
work shall be arranged by the party No materials / tool tackles will be provided by
GSECL

09) No man power will be provided by GSECL for above said work.






35


SECTION-II (SCHEDULES)

CONTENTS

Schedule
No.
DESCRIPTION Page No.
F 1 Schedule of general information and completion
period
36-38
F 2 Bidders experience list 39
F 3 Technical personnel qualification & experience data 40
F 4 Deviations from the technical & commercial
specifications
41
F 5 List of drawing enclosed with the bid. 42
F 6A-B-C Schedule of prices 43-47
F 7 Schedule of tests 48
F 8 Schedule of erection tools & erection personnel 49
F 9 Delivery & completion schedule 50
F10 Performance evaluation test 51
F11 I n t e g r i t y Pa c t 52
F12 Certificate-A 53












36
SCHEDULE F 1

SCHEDULE OF GENERAL INFORMATION AND COMPLETION PERIOD
(To be furnished with Techno-commercial bid)

Sub: Supply and Replacement of Microprocessor Based Electronic Governing System
and Capital Overhauling of 2x2.5 MW T-G Sets installed at Mini Hydro (LBCPH)
Power station at Ukai TPS.

A.00 General:

A.01 Name and address of bidder
(a) E-mail address :
(b) Fax No. :
(c) Phone No. :
(d) Mobile No. :

A.02 Name and address of the person to :
Whom all references shall be made
to expedite technical coordination.
(a) E-mail address :
(b) Fax No. :
(c) Phone No. :
(d) Mobile No. :

A.03 Is the firm proprietary :
Private or Limited company ?
(a) Name of the partners :
(b) Name of the authorized signatory :

A.04 Offer No. and date :

A.05 Is tender valid for 180 days from the :
date of opening of Technical bid ?

A.06 Is the bidder agreeable to undertake :
this contract, if deviations stipulated
by him are not acceptable to the
purchaser ?


A.07 Has the bidder paid tender fee & EMD:
as per tender conditions?


37

A.08 Is the bidder agreeable to furnish :
the security deposit cum
performance guarantee as per
tender requirement ?:

A.09 (a) Are quoted price firm during :
execution of the contract ?
(b) Have prices been quoted firm :
and FOR site?
(c) Is price break-up given in price bid:
as per format of the tender

A.10 Is the bidder agreeable to the terms of:
payment specified in tender?
If not, has bidder indicted deviated
payment terms in technical bid?

A.11 (a) Does the bidder agree to the :
completion period as per the
tender?
(b) Are the completion period :
guaranteed with penalty as
per tender?
(c) Are equipments guaranteed as per :
various guarantee clauses of tender
documents?

A.12 (a) Has the bidder brought out :
all deviations with justifications
in schedule of deviations ?
(b) Are all the schedules filled in? :

A.13 Place of manufacture :

A.14 Service facilities :

A.15 Availability of spare parts :


A.16 Has the bidder submitted all :
the documents for qualification
requirement as per tender ?



38
A.17 Completion period for Delivery and E&C:
(a) FOR site delivery period from the :
date of issue of LOI/Order
(b) Is FOR site delivery period :
guaranteed with specified
penalties?
(c) Period of erection, testing and :
commissioning of Public Address
system.
(d) Is period of erection, testing and :
commissioning guaranteed with
specified penalties?




Name of the firm : ________________
Signature of bidder : ________________

Name of bidder : ________________

Seal of Company Designation : ________________

Date : _______________





















39
SCHEDULE F 2

BIDDERS EXPERIENCE LIST
(To be furnished with Techno-commercial bid)

Sub: Supply and Replacement of Microprocessor Based Electronic Governing System
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro
(LBCPH) Power station at Ukai TPS.

Sr.
No.
Name
of
Work
Location/Postal
address
Capacity
in MW
Scheduled
completion
period
Actual
Completion
period &
Year
Whether
performance
certificate
attached.







NOTE:
1) Tenderer may also furnish the above details for ongoing projects.
2) Separate details/documents are also to be furnished to establish the Qualification
Requirements


SEAL OF THE TENDERER SIGNATURE OF TENDERER'S
AUTHORISED REPRESENTATIVE









40
SCHEDULE F 3

TECHNICAL PERSONNEL QUALIFICATION & EXPERIENCE DATA
(To be furnished with Techno-commercial bid)

Sub: Supply and Replacement of Microprocessor Based Electronic Governing System
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro
(LBCPH) Power station at Ukai TPS.


Sr.
No.
Name of
Engineer
& Age
Qualific
ation
Position
being
held
Experi-
ence in
years
Field of
experience
Name of
Past
Employer
Other
assigment
alloted in sister
concern if any












SEAL OF THE TENDERER SIGNATURE OF TENDERER'S
AUTHORISED REPRESENTATIVE








41
SCHEDULE F 4

DEVIATIONS FROM THE TECHNICAL & COMMERCIAL SPECIFICATIONS
(To be furnished with Techno-commercial bid)

Sub: Supply and Replacement of Microprocessor Based Electronic Governing System
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro
(LBCPH) Power station at Ukai TPS.

Sr. No. Clause No. of
Tender
Specification
Brief matter of
the clause
Scope
acceptable to
tenderer
Justification














SEAL OF THE TENDERER SIGNATURE OF TENDERER'S
AUTHORISED REPRESENTATIVE







42
SCHEDULE F5

LIST OF DRAWING ENCLOSED WITH THE BID.
(To be furnished with Techno-commercial bid)

Sub: Supply and Replacement of Microprocessor Based Electronic Governing System
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro
(LBCPH) Power station at Ukai TPS.


Sr.No Drawing No. Title of the drawing Remarks,
if any















SEAL OF THE TENDERER SIGNATURE OF TENDERER'S
AUTHORISED REPRESENTATIVE








43

SCHEDULE F6A (SUPPLY)
SCHEDULE OF PRICES
Sub: Tender for Supply and Replacement of Microprocessor Based Electronic Governing System
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro (LBCPH) Power
station at Ukai TPS.
Please note that L
1
position(Lowest Bidder position) will be considered on the total amount of
Supply Schedule(F6A) & Works Schedule(F6B) only.
Sr.
No.
Description Qty. Estimate Priced offered
by Bidder
1 Governing System:-
(i) Micro Processor based electronic digital governor
consist of Power supply card, Analog Input card,
CPU card, Auto Synchronizing card along with
speed sensor, Control panel for electronic
Governor, Relay and other hardwares. (as per
Annexure A:3)
a) Analog Input /Output card 3nos.
b) Digital Input /Output card 3nos.
c) Auto-Synchroniser 1no.
d) Power Supply card 1no.

2 sets

65,00,000.00

(ii) Hydraulic pumping unit including
a) Oil tank 1 no.
b) Pump motor 2 no.
c) Servo valve 2 no.
d) Pilot check valves - 2 nos.
e) Throttle valves 2 nos.
f) Pressure relief valves 2 nos.
g) Pressure switches - 3 nos.
h) Actuator 1 no.
i) Isolation valve 2 nos.
j) Heat exchanger 1 no.
k) Online filterers 2 nos.
l) Digital temperature indicators 1 no.
m) Hand operated pump 1 no.
n) Level switches 2 nos.
o) Level gauges 1 no.
p) Pressure gauge 1 no. and necessary piping
In case above items are required less or more
nos. for supplies item, unit rates will be
operated as per actual execution.



2 sets



53,00,000.00

(iii)
Hydraulic cylinder for guide vane operating
mechanism (2 nos.) and separate lube clean make
oil purifier (1 no.) along with necessary oil piping
and their fitting including high pressure hose
pipes.


2 sets


10,15,000.00

2 Turbine:-
(i)
a) Guide vane apparatus assembly.
1. Dowel Bush 24 nos.
2. Sleeves - 24 nos.
3. Natural rubber cord 01 nos.











44
4. O ring 24 nos.
5. U seal 48 nos.
b) Top Cover assembly.
1. Gasket 14 nos.
2. Rubber disc 02 nos
c) Middle bush stud bush01 nos.
d) Top bush std. bush 01 nos.
2 sets 13,75,000.00
3 Brake & Jack System:-

(i)
Braking and Jacking system with OPU consisting
of
a) Jack with pads & locking arrangement - 6 nos.
b) OPU tank 1 no.
c) AC motor with pump 1 no.
d) DC motor with pump 1 no.
e) DC valves 1 no.
f) Return line filter 2 nos.
g) Shut off valve 1 no.
h) Hand operated pump 1 no.
i) Pressure relief valve 1 no.
j) Pressure gauge 1 no.
k) Oil level indicator 1 no.
l) High Pressure hoses and control panel with
cabling as per system requirement.
In case above items are required less or more
nos. for supplies item, unit rates will be
operated as per actual execution.

2 sets

18,90,000.00

4 Control & Instrumentation:-


(i)
Latest upgraded Instrumentation system
comprising of necessary oil flow switches,
pressure switches and pressure gauge used in
cooling system and feedback system consists of
linear transducer or angle transducer and their
mountings arrangement. Guide vane limit and
position indicators at local governor panel as well
as at control desk at control room. speed
indicators at local governor panel as well as at
control desk at control room etc.




2 sets




2,20,000.00

(ii)
POWER CABLE:
a) HT(11KV)XLPE-185mm Aluminum Armor
single core cable for Generator to HT
panel.(Phase & Neutral side Both) 170
meter
b) Suitable size LT power cable for new OPU of
Governing System 50 meter
c) Suitable size LT power cable for new Brake-
Jack System AC/DC Motor 60 meter
d) Control and instrumentation cables having
XLPE insulated and PVC sheathed 1.1 KV
grade copper conductor with required core and
sizing alognwith cable trays, termination kits
and other necessary piping and control panel.





2 sets





20,75,000.00



45
Payment shall be made as per actual
consumption of cables in running meter
during execution.
(iii)
Providing new Annunciation System as per
AnnexureA:2
2 sets
5 Buyback offer of existing Woodward, USA
make Hydro-Mechanical governor
2 sets

TOTAL for 02 sets of machine 1,83,75,000.00


Rs. In words: _____________________________________________________________________________________________






CHIEF ENGINEER (GEN)
GSECL: CO: VADODARA





































46
SCHEDULE F6B (WORKS)
SCHEDULE OF PRICES
Please note that L
1
position(Lowest Bidder position) will be considered on the total amount of
Supply Schedule(F6A) & Works Schedule(F6B) only.
Sub: Tender for Supply and Replacement of Microprocessor Based Electronic
Governing System and Capital Overhauling of 2X2.5 MW T-G Sets installed at
Mini Hydro (LBCPH) Power station at Ukai TPS.

Sr.
No.
Description Qty. Estimate Priced offered
by Bidder
1 Complete Overhauling of 2 X 2.5 MW Mini Hydro
Power Station Ukai, Detail inspection of individual
items including runner chamber welding and winding,
Replacement of existing governing system with new
Micro processor based electronic Digital Governor
system consists of Power supply card, Analog Input
card, CPU card, Auto Synchronizing card along with
speed sensor, Control panel for electronic Governor,
Relay and other hardwares, Hydraulic pumping unit
including oil tank, pump motor, servo valve, pilot
check valve, throttle valve, pressure relief valve,
pressure switch, actuator, isolation valve, heat
exchanger, digital temperature indicator, hand
operated pump, level switch, level gauge, pressure
gauge and necessary piping along with stand by pump,
motor and online filter & Hydraulic cylinder for guide
vane operating mechanism and separate oil purifier
along with necessary oil piping and their fitting
including high pressure hose pipes, Compete Braking
& Jacking system, Slip ring, Brush assembly and re-
erection of 2 X 2.5 MW Mini HPS units and
commissioning with Complete overhauling &
servicing of 50 KW House Set including its Governor,
Control Panel, and 6 Nos. Jyoti make Air Circuit LT
Breakers.













02 sets











12,50,000.00 X 2
=
25,00,000.00


TOTAL for 02 sets of machine 25,00,000.00

Rs. In words: ____________________________________________________________________________


Total Estimate of Tender = Schedule F6A (Supply) + Schedule F6B (Works)
(1,83,75,000.00) + (25,00,000.00) = Rs.2,08,75,000.00
Offered rate of Bidder for entire tender Above % ______________
Below % ______________
Net Rs. ______________
Rs. in words_______________________________________________________



CHIEF ENGINEER (GEN)
GSECL: CO: VADODARA



47
SCHEDULE F6C(MANDATORY SPARES)
SCHEDULE OF PRICES
Please note that L
1
position(Lowest Bidder position) will be considered on the total amount of
Supply Schedule(F6A) & Works Schedule(F6B) only.
Sub: Tender for Supply and Replacement of Microprocessor Based Electronic
Governing System and Capital Overhauling of 2X2.5 MW T-G Sets installed at
Mini Hydro (LBCPH) Power station at Ukai TPS.

Sr.
No.
Item
Description
Unit Unit rate
Ex-
Works
Qty. Total Unit
price with
all taxes &
duties
P& F
charge
s
F & I
charge
s
Unit
F.O.R.
(UHPS)
Site price
Total
F.O.R.
price


































































SEAL OF THE TENDERER SIGNATURE OF TENDERER'S
AUTHORISED REPRESENTATIVE





48



SCHEDULE F7
SCHEDULE OF TESTS
(To be furnished with Techno-commercial bid)

Sub: Supply and Replacement of Microprocessor Based Electronic Governing System
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro
(LBCPH) Power station at Ukai TPS.














SEAL OF THE TENDERER SIGNATURE OF TENDERER'S
AUTHORISED REPRESENTATIVE







49



SCHEDULE F 8

SCHEDULE OF ERECTION TOOLS & ERECTION PERSONNEL
(To be furnished with Techno-commercial bid)

Sub: Supply and Replacement of Microprocessor Based Electronic Governing System
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro
(LBCPH) Power station at Ukai TPS.


Bidder shall furnish under this schedule a detailed list of construction aids, erection tools,
tackles and equipment as well as the number and category of construction personnel & labour;
erection & testing personnel they propose to furnish at site for timely execution of all the
equipments/devices/system covered under the contract.

Bidder shall indicate the details of fabrication works planned at site.

Bio data of managerial supervisory and engineering personnel on the firm's permanent role as
on date of bid shall be furnished.

Organization chart of erection, testing & commissioning personnel proposed to be deployed to
site.

NOTE: The bidder will have to engage men-power team such that in specified stipulated
period, the work of respective Units is Completed in totality and if required GSECL will
reserve the right to instruct the successful bidder to increase the men-power for successful
completion of the unit wise work in time.









SEAL OF THE TENDERER SIGNATURE OF TENDERER'S
AUTHORISED REPRESENTATIVE



50



SCHEDULE F 9

DELIVERY & COMPLETION SCHEDULE
(To be furnished with Techno-commercial bid)

Sub: Supply and Replacement of Microprocessor Based Electronic Governing System
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro
(LBCPH) Power station at Ukai TPS.

Bidder shall indicate below the periods for delivery and completion at site for the subject work
included in the specification. A detailed delivery, manufacturing, testing, dispatch of the
subjected material after dispatch clearance & completion schedule in the form of Bar Chart shall
also be furnished as per specification. Periods shall be counted from the dates of issue of Letter
of Intent:


S.No. Item Description <-- Weeks after Letter of Intent ------>
Delivery Completion
1 2 3 4


















SEAL OF THE TENDERER SIGNATURE OF TENDERER'S
AUTHORISED REPRESENTATIVE



51




SCHEDULE F10

PERFORMANCE EVALUATION TEST
(To be furnished with Techno-commercial bid)

Sub: Supply and Replacement of Microprocessor Based Electronic Governing System
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro
(LBCPH) Power station at Ukai TPS.















SIGNATURE OF TENDERER'S SEAL OF THE TENDERER
AUTHORISED REPRESENTATIVE





52


SCHEDULE F 11
I N T E G R I T Y P A C T
(To be furnished with Techno-commercial bid)
Date :
Sub: Supply and Replacement of Microprocessor Based Electronic Governing System
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro
(LBCPH) Power station at Ukai TPS.

OUR ENDEAVOUR
To create an environment where Business Confidence is built through Best Business Practices and is fostered in an
atmosphere of trust and respect between providers of goods and services and their users for the ultimate benefit of
society and the nation.

_________________________ ______________________
Seal & Signature Seal & Signature
(GSECLs Authorized Signatory) (Partys Authorized Person)

Name : Name :

GSECLS COMMITMENT PARTYS COMMITMENT

To maintain the highest ethical standards in
business and professions.
Not to bring pressure recommendations
from outside GSECL to influence its
decision.
Ensure maximum transparency to the
satisfaction of stakeholders.
Not to use intimidation, threat,
inducement or pressure of any kind on
GSECL or any of its employees under
any circumstances.
To ensure to fulfill the terms of agreement /
contract and to consider objectively the
viewpoint of parties.
To be prompt and reasonable in fulfilling
the contract, agreement, legal
obligations.
To ensure regular and timely release of
payments on due dates for work done.
To provide goods and/or services timely
as per agreed quality and specifications at
minimum cost to GSECL.
To ensure that no improper demand is made
by employees or by anyone on our behalf.
To abide by the general discipline to be
maintained in our dealings.
To give maximum possible assistance to all
the Vendors / Suppliers / Service Provider
and other to enable them to complete the
contract in time.
To be true and honest in furnishing
information.
To provide all information to suppliers /
contractors relating to contract / job which
facilitate him to complete the contract / job
successfully in time.
Not to divulge any information, business
details available during the course of
business relationship to others without
the written consent of GSECL.
To ensure minimum hurdles to vendors /
suppliers / contractors in completion of
agreement / contract / work order.
Not to enter into carter / syndicate /
understanding whether formal / non-
formal so as to influence the price.


53
Designation :

SCHEDULE F 12

Sub: Supply and Replacement of Microprocessor Based Electronic Governing System
and Capital Overhauling of 2X2.5 MW T-G Sets installed at Mini Hydro
(LBCPH) Power station at Ukai TPS.



Tender No: Due On:


On Firms Letter Head


CERTIFICATE A
I / We______________________________________________authorized signatory
of M/s____________________________________________hereby Certify that
M/s_______________________________________________is not related with other
firms who have submitted tenders for the same items under this inquiry / Tender.



SEAL OF THE TENDERER SIGNATURE OF TENDERER'S
AUTHORISED REPRESENTATIVE



Place:

Date:











54
ANNEXURE: A1

Sr.
No. Description Qty. Unit Parameter Range Location
1
Turbine Guide Bearing Temp.
Gauge 2 1 & 2 Temperature 0 to 120
Turbine
Floor
2 Thrust Bearing Temp. Gauge 2 1 & 2 Temperature 0 to 120
Turbine
Floor
3
Generator Guide Bearing Temp.
Gauge 1 1 Temperature 0 to 110
Turbine
Floor
4
Generator Guide Bearing Temp.
Gauge 1 2 Temperature 0 to 100
Turbine
Floor
5
Air Oil Pressure Tank for
Governor Pressure Gauge 1 1 Pressure 0 to 42
Turbine
Floor
6
Air Oil Pressure Tank for
Governor Pressure Gauge 1 2 Pressure 0 to 42
Turbine
Floor
7
House Set Main Inlet Pressure
Gauge 1 - Pressure
0 to
10.5
Turbine
Floor
8 House Set Pressure Gauge 1 - Pressure 0 to 21
Turbine
Floor
9
House Set RPM Counting
Gauge 1 RPM
0 to
2500
Turbine
Floor
10 Turbine Speed Indicator 2 1 & 2 Speed 0 to 800
Control
Room
11 Gate Position 2 1 & 2 Position 0 to 10
Control
Room
12 Gate Limit 2 1 & 2 Limit 0 to 10
Control
Room
13 Speed Setting for Governor 2 1 & 2 Speed
(-15 to
+5)
Control
Room
14 Digital Temperature Scanner 8 1 & 2 Temperature
Control
Room



















55

ANNEXURE: A2


(ANNUNCIATION SYSTEM OF 2 X 2.5 MW MINI HYDRO POWER STATION for each T-G Set)

Sr. No. Description
1 Turbine Generator Bearing Pad Temperature high
2 Turbine Generator Bearing Pad Temperature very high Trip
3 Turbine Generator Bearing Oil Temperature high
4 Turbine Generator Bearing Oil Temperature very high Trip
5 Generator T & J Bearing Thrust Pad Temperature high
6 Generator T & J Bearing Thrust Pad Temperature very high Trip
7 Generator T & J Bearing Journal Pad Temperature high
8 Generator Lower Guide Bearing Pad Temperature high
9 Generator Lower Guide Bearing Pad Temperature very high Trip
10 Generator Lower Guide Bearing Oil Temperature high
11 Generator Stator winding Temperature high
12 Generator Stator winding Temperature very high Trip
13 Governor Oil Pressure very low Trip
14 Generator Over speed Trip
15 CO2 released Trip
16 Rotor Earth Fault Trip
17 Stator Earth Fault Trip
18 SEU Field Breaker Tripped
19 Generator Differential Trip
20 Generator Transformer Differential Trip
21 Negative Sequence Trip
22 Generator Over Voltage Trip
23 Generator Under Voltage Trip
24 Restricted Earth fault Trip
25 Field Failure Trip
26 Generator Back-Up Trip
27 Unit Auxiliary Transformer O/C & E/F Trip
28 Generator Transformer Buchholz Trip
29 Bus bar Differential Protection Trip
30 Unit Control Board Panel DC Supply Failure alarm
31 Water Fire Pumps Start alarm
32 Generator Transformer Winding Temperature very high Trip
33 Emergency Trip
34 Generator Transformer Buchholz alarm
35 Unit Auxiliary Transformer Oil Temperature high
36 Unit Auxiliary Transformer Winding Temperature high
37 Unit Auxiliary Transformer Buchholz Trip
38 Unit Auxiliary Transformer Buchholz alarm
39 Generator Transformer Winding Temperature high
40 Governor Oil Pressure stand by Pump fail


56
41 Generator Cooler Air Temperature high
42 Generator T & J Bearing Oil Temperature high
43 Generator Lower Guide Bearing Water flow low
44 Generator Air Cooler Water flow low
45 Generator T & J Bearing Water Flow low
46 Generator Lower Guide Bearing Oil level low
47 Turbine Seal Cooling water flow low
48 Top cover Drainage Sump water level high
49 Governor Oil Pressure high
50 Generator Break Pressure Low
51 Generator Transformer Oil Temperature high
52 Generator Transformer Oil Temperature very high Trip
53 Generator Transformer Oil level low
54 CO2 ready for operation
55 Negative Sequence
56 Main Circuit Breaker Tripped
57 Control Desk DC supply fail
58 Unit Auxiliary Board AC Supply fail
59 Main/Stand by Air Compressor Pressure low
60 Supply Failure for BUS protection in/out circuit
61 Dewatering Sump water level high
62 Drainage Sump water level high
63 Generator T & J Bearing Oil level low
64 Service Station Transformer Buchholz Alarm
65 Service Station Transformer Oil Temperature high
66 Service Station Transformer winding Temperature high
67 DC Bus supply fail
68 Alarm Annunciation Supply fail
























57
ANNEXURE: A3
(To be filled up by Bidder/Party)

TECHNICAL PARAMETERS OF DIGITAL GOVERNING SYSTEM

Sr. No. Parameters Indicate for each item
1 Microprocessor Model & make
2 Internal Memory
3 Internal Cache Memory
4 External Flash EEPROM
5 Permanent Droop
6 Speed Dead band
7 Control Power Supply
8 Rated Voltage
9 Voltage variation range
10 Rated Current
11 Environmental conditions
Ambient Temperature
Relative Humidity

12 Digital Input Signals
No.of input channels
Input voltage range
Input impedance
Type of isolation

13 Digital Output Signals
No.of input channels
Input voltage range
Input impedance
Type of isolation

14 Digital Input Signals
No.of input channels
Type of output
Output contact rating
Type of isolation

15 Analog Input Signals
No.of channels
Input range
Input resistance
Resolution
Common mode voltage

16 Analog Output Signals
No.of channels
Output range
Resolution
Type of output









58
ANNEXURE: A4
(To be filled up by Bidder/Party)

GUARANTEED TECHNICAL PARAMETERS OF OFFERED DIGITAL
GOVERNING SYSTEM.

Sr. No. Description Remarks, if any















































59
GENERAL SAFETY RULES/NORMS TO BE OBSERVED BY THE CONTRACTORS:

All the contractors working at Ukai Thermal Power Station shall have to strictly
observe the following Safety Rules. The Contractors shall be responsible for
informing & observing these rules by their supervisors / employees / labours as well
as the supervisors / employees/ labours of their sub-agencies /sub-Contractors
engaged, if any. Prior to commencement of the work, Contractor shall have to submit
a written assurance on their letterhead to the concerned Sectional Head /
Engineer-in-charge that they have thoroughly gone through these Rules, have
educated their employees/employees of their sub contractor and will strictly observe
the said Rules while execution of work under work contract awarded to them. They
will have to indemnify the Corporation for any loss or damage / accident /
injury to the Corporations property / employee or employee of their own in default of
non - observing these rules.

01 Persons to be employed for carrying out the work shall possess required
qualification, be fully trained and conversant for works to be done. All persons
should have gate pass. Register consisting the full details (i.e. address, phone no,
details of nearest relative, etc.) of all persons is to be maintained. During the work
execution, one trained & competent supervisor should always remain present at
site.

02 The contractor shall take all the required safety measures prior to commencement
of work on dangerous substances, machineries or area at which cautionary notice is
displayed and obtain Line Clear or Work Permit through the concerned
Department / Section.

03 Prior to carrying out welding, gas cutting, furnace heating or any other hot work
job, the contractor shall remove all the inflammable material lying at or nearby
worksite or cover it properly by suitable protective covering. Also, special care shall
be taken before carrying out such job & see that all possible contributing factors to
set fire shall be removed / vanished prior to commencement of the work.

Advance intimation shall be given to concerned section / fire section to commence the
work in fire prone areas. They should also keep ready all the First Aid Fire
Extinguishers / equipments & fire extinguishing media / material like sand /
water buckets or other appropriate equipment at such place.

04 While carrying out work in confined space or inside vessel, the contractor shall
obtain necessary Confined Space / Vessel Entry Permit from concerned
department prior to commencement of the work. For lighting in such areas, only
24-volt (ISI certified & with proper guard) hand lamp shall be used. For taking
care of the persons working inside the confined space / vessel, a supervisor /
person capable to keep continuous watch on person(s) working inside, assist
them incase of emergency or arrange to get immediate outside help, shall
remain present at entry point and shall use full body safety belt without fail.

While working inside sewage, trench or in-depth, a person to warn outsiders /
entrants / passers etc shall remain available near entry point or the entry point shall
be cordoned by a barricaded tape with a cautionary notice. After completion of the


60
works, all the lids / covers / grills / grits opened, shall be re-fixed / re-placed
in the original position as it were prior to commencement of the work and leave
the work place in safe condition in all respect, so as to prevent accident to
fellow workers.

05 The contractor shall see that he / his persons do not block (by stacking
material, spare parts, tools-tackles, equipments etc), any passages / walkways /
gangways / aisles / staircases / ladders / lifts or any other approaches / roads
leading to plants or its auxiliaries, on which there is a traffic movement or
possible traffic movements in case of emergency. Such passages are meant for
safe escape in the event of emergency. If it is utmost necessary to carry out work
in such area with blocking of passage, prior permission of Competent
Authority or the Engineer-In-Charge shall be obtained. To demarcate / declare the
area as UNSAFE, cordon it using barricading tape & display suitable caution notice
or keep a person to restrict / divert the traffic on this route through other safe
passage.

06 Prior to use power / electrically operated hand tools / equipments / machines /
gadgets like welding machine, hand grinder, hand drill etc, ensure for its safe
operation & use it only if it is found safe to use. Do not use defective, unsafe or
improperly maintained equipments. The electrical power supply required to run such
equipments shall not be taken directly at their own but shall be obtained
through concerned Electrical Maintenance Departments or their authorized persons
or under their observations / guidance only. The Electrical Section shall provide
temporary electrical connection up to contractors Mains Board on which it is
compulsory to install mains switch, ELCB & fuses of adequate capacity. All such
equipments shall invariably be earthed adequately to prevent electrical shock,
sparking, short circuit etc. Power cord to be used shall be of adequate
capacity, without any joint & shall consist of earth wire also. Hence, it is
necessary to use adequate capacity 3-wire power cord for single & 5-wire
power cord for three phase power connections. The plugs, receptacles, pi ns,
holders etc shall be of adequate capacity & safe to use.

All electrical & mechanical equipments / tools-tackles viz. welding machine, cutting
machine, Grinder, Drill, Chain Pulley Blocks, Hook chooks etc required to be used
during work execution shall be of standard make & bear ISI certification mark on
it. The consumables like welding electrodes, grinding wheels / discs etc which has
specific prescribed life span shall not be used in any case if its expiry date is
over.

07 It is compulsory to use standard make Personal Protective Equipments (P.P.Es.) as
per the job requirement. Do not work without use of required P.P.Es. Contractor is
responsible to provide standard make (ISI approved) Personal Protective
Equipments / Safety Gadgets suitable to give sufficient protection against hazards
involved in their work / job to their staff, as per the job requirement and insist /
enforce their staff to put on the same while at works.

The ongoing work is liable to be stopped at any time if the contractorsstaff
is found working without P.P.Es. Following is the list of various P.P.Es. to be used for
various works / worksites.



61
List of safety equipments


01 Industrial Safety
Helmet.
For protection of head against falling
objects or during fall of person from
height.
02 Safety Goggles
(Grinding, Welding, etc).
For protection of eyes against flying
particles / dust, chemical splash, spark, arc,
flashover etc.
03 Face shield (Half or full). For protection of face against flying
particles / dust, chemical splash, spark, arc,
flashover etc.
04 Earplug / Ear muffs. For ear / hearing system protection while
working in high noise level area.
05 Apron (Rubber / PVC /
Asbestos / Leather /
Cotton).
For body protection against chemicals,
oils, sharp edged objects, heat, hot objects
etc.
06 Gloves (Rubber/PVC,
Asbestos, Leather,
Electrical shock proof).
For protection of hands against chemicals,
oils, sharp edged objects, heat, hot
metals/objects, electricity etc.
07 Safety/ Leather / Asbestos
shoes, Gum Boots etc.
For protection of leg/feet against falling
objects, sharp edged objects, heat, hot
metals/objects, electricity etc..
08 Safety Belt (full body) /
Rope / Life line / Fall
prevention system etc.
For fall prevention while working at
heights or in depth, working in vessel or in
confined space.
09 Dust Respirator / Scarf. Protection of respiratory system against
dust.
10 Chemical Cartridge
Respirator
Protection against chemical fume /
vapor etc.
11 Canister Gas mask. Protection against toxic/poisonous
fumes/gases.
12 Air supply respirators. Working in oxygen deficient zone.







62
08 Before using lifting machines / tackles (like C.P.Bs., Hook chooks, winch, forklift,
mobile crane, EOT crane etc) & its attachments (like D-shackles, slings, U-clamps,
Eye bolts or any fixtures), it shall be checked and used only if found safe to use.
Also, ensure that these are tested, examined & certified in form no 9 / 10 by
Competent Person as per the Factory act-1948 and its validity is not expired.
Further, it shall be fixed properly and firmly prior to lifting the weight.

09 Scaffoldings to be used for working at height shall be of adequate size & capacity.
Obtain the work permit when working at height . While climbing on such scaffolding
or working on any structure at height, use of full body safety belt & Helmet is
compulsory. It is also necessary to fasten chinstraps of the helmet.

10 Contractor or their employee shall not interfere in day-today routine plant activities
/ works except the work assigned to them, shall not loiter in the areas other than
their work jurisdiction, as well as shall not temper / operate / touch the
machineries / equipments / auxiliaries with which they are not concerned. Also,
the contractor shall strictly instruct their staff not to sit or take rest at / near /
below running plants, auxiliaries, systems or any place which is risky, hazardous
& prone to accident.

11 The cylinders containing poisonous/toxic or inflammable / explosive gas like
Oxygen, Acetylene, LPG, Hydrogen, Ammonia, Chlorine, CO
2
etc shall be handled
safely taking due care. To handle/ shift such cylinders a special trolley / cage
meant for it must be used but in no case it should be rolled. Domestic LPG cylinder
shall not be used / permitted.

12 On completion of the work, cotton waste, spilled oil / grease, pieces of welding rod
& other waste material shall be removed from work site and the area shall be left
safe, neat & clean.

13 In case of any injury / accident while working, it shall immediately be reported
to Safety Department through concerned Sectional Head / Engineer. The
prescribed Form No. 21 may be obtained from concerned section or Safety Officer. For any
incident occurred but have no injury to any persons should also be informed to
Safety Officer as Near Miss Incident.

14 In all risky jobs, before starting the work, contractor should obtain General Safety
Work Permit from concerned section well in advance.

15 In case of noticing smoke or fire during their work execution, they shall make
immediate efforts to extinguish/control it and simultaneously inform the Fire
Brigade on phone No. 4444 or 4344 or 5555 or 02624-290049, shall shift the
casualty to nearby hospital after rendering first aid in case of accident.

16 Over & above these, contractor shall have to follow all the safety requirements /
rules & regulations / norms and legal provisions laid down in various statutes,
particularly the provisions of The Factories Act-1948 & The Gujarat State Factories
Rules-1963 (Amended up to date) shall be followed strictly. The contractor shall
also obey the rules / regulations / instructions of the local Competent Authority
for safety requirements.


63
17 No women or young person shall be allowed to clean, lubricate or adjust any part
of a prime mover or of any transmission machinery while the prime mover or
transmission machinery is in motion. Examination or operation of motion
machinery shall be made or carried out only by a specially trained adult male
worker wearing tight fitting clothing as per section 22 of factories act 1948.

18 No women or young person shall be employed or permitted to work in Lead-
compound area like battery room etc. as per schedule VI of GFR 1963.

19 All the relevant labour and industrial laws shall also be followed compulsorily.

20 It is felt necessary to deploy safety officers / Safety supervisors by contractors /
Agencies involved in carrying out hazardous activities/ operations inside TPS to
have better and constant supervision in terms of Health Safety and Environment
activities.

21 In case, it comes to the notice of GSECL UTPS management that the safety
guidelines / safety rules / safety norms are not being followed then a minimum
sum of Rupees One Thousand shall be penalized on the contractor / Agency and
for subsequent such violation, a severe penalty / action as deemed fit shall be
imposed, which may please be noted.

22 The above rules shall be scrupulously followed and where required, they may contact the Safety
Officer for any ambiguity / further guidance in this regard.

23 For performance evaluation of contractor, safety factors of work accident, fire
incident & near miss accident will be considered. Steps can be taken to review the
job assignment up to cancellation for negligence.







Signature and seal of Bidder CHIEF ENGINEER (GEN)
Date: GSECL: CO: VADODARA













64

TERMS AND CONDITIONS REGARDING INDUSTRIAL AND LABOUR LAWS:


01. Persons below the age of 18 years shall not be employed for the work.

02. No female workers shall be employed in the night shift between 07.00 PM to 06.00 AM.

03. Contractor shall maintain valid labour license under the Contract (Regulation & Abolition) Act 1972
for employing necessary manpower to be required by him. In the absence of such license the contract
shall be liable to be terminated without assigning any reasons thereof.
04. The contractor shall at his own expense comply with all the labour laws and keep the Corporation
indemnified in respect thereof. Some of the major liabilities under various labour and Industrial laws
which the contractor shall have to comply with are as under.
05. Payment of contribution of employees (contractor labour) as well as employers contractor)
contribution towards provident Fund, Family pension scheme. Employees Deposit Linked Insurance
Scheme. Administrative charges, inspection charges etc. at the rates made applicable from time to time
by Government of Gujarat/Government of India or other statutory authorities.

06. Labours engaged by you shall be entitled for Earn leave as per the provision laid down in factories Act.
1948. Contractor shall extend the facility of E.L. as per the provision laid down in Factories Act and
shall also have to maintain leave records in prescribed form under Factories Act.

07. No labours are allowed to enter in power station premises who do not have Identity card
prescribedunder Factories Act.

08. Contractor shall have to comply with the Maternity benefit if he happens to engage female labours as
per Maternity benefit Act.

09. Contractor shall have to obtain Insurance of the labours engaged by him to carry out contractual work
before commencement of work under workmens compensation Act.

10. P.F. CODE NUMBER / PAN NO:
The contractor shall have to submit the details of his own P.F. code number alongwith offer from
appropriate authorities, without P.F. Code no. the tender is likely to be disqualified.

11. PROVIDENT FUND AND FAMILY PENSION SCHEME:

The contractor shall submit alongwith his bill (Month wise) a statement regarding deductions at the
rate of 12% of the wages against employees provident Fund & Family pension Scheme in respect of
each concerned employee. (or at the rates made applicable by the Government from time to time ) of
the wages. The contractors contribution and his workers contribution towards Provident fund and
Family Pension Scheme shall be deposited by the contractor with Regional provident Fund
commissioner Ahmedabad or to the authority prescribed under the Act. alongwith the other charges
applicable.

12. If any workman engaged by contractor meets with fatal or non-fatal accident while on duty then
contractor shall be liable to pay compensation to the legal heir or to the workman as the case may be as
per workmans compensation Act.





65

13. EMPLOYEES DEPOSIT LINKED INSURANCE SCHEME:
The contractor shall have to deposit % of the rate applicable form time to time of the wages In
respect of employees who are a member of the Provident Fund against the contribution towards Deposit
linked insurance scheme with regional Provident Fund Commissioner, Ahmedabad.

14. The Contractor should pay prevailing minimum wages to the labours engaged by him as per the
minimum wages Act in presence of the Corporations Officer of Representative.

15. The Contractor shall deposit fifteen days salary for every completed year of service in case of
each worker towards the liability of gratuity.

16. ADMINISTRATIVE CHARGES:

Administrative charges for maintaining Provident Fund Account shall be deposited by the contractor
with Regional Provident fund commissioner, Ahmedabad at the rates applicable.

17. LABOUR LICENSE FOR LABOUR CONTRACT:
The contractor shall have to obtain the copy of labour contract license under contract labour
(Regulation & Abolition) Act from the appropriate authorities before commencement of work.

18. Contractor shall have to issue the appointment letter to their labour engaged during the contract period
each and every instance & should narrated clear cut terms & conditions for the liabilities of the
concerned employees.

19. After completion of the contract work, the work completion certificate is required to be produced
before the D.G.M. / I.R.O for the purpose of no due certificate and cancellation of the gate passes
issued to the contractors workman at the time of execution of the contract work.

20. The contractor shall have to maintain all the relevant records under labour laws as mentioned here in
above and keep ready for verification by the Corporations authority as well as the authority of the
Government Officials as and when asked for the checking.

21. The contractor shall have to produce/submit the original copy of wage register/muster roll and relevant
records under labour laws for the contract work as and when demanded by the Corporation for
statutory compliance if arise in future.

22. Tenderer shall strictly observe all safety rules and provide necessary safety equipments to the contract
labors as per the factory act .1948 and whatever amendments made from time to time to avoid any
chance of accident






Signature and seal of Bidder CHIEF ENGINEER (GEN)
Date: GSECL: CO: VADODARA





66

(On non judicial stamp Paper of Rs.100/-)

BANK GUARANTEE FORMAT FOR EMD


WHEREAS Messers---------------------------------------------------- (Name and Address of the firm)
having their registered office at -------------------------------------------------------------------( address of firms
registered Office) ( hereinafter called the Tenderer ) wish to participate in the Tender No.---------------------
----------------------------for -------------------------------------------------- ( Consultancy) of ---------------------------
--------------------(Name work) for ---------------------------Gujarat State Electricity Corporation Ltd. (
hereinafter called the Beneficiary) and
WHEREAS a Bank Guarantee for Rs.----------------- (Amount of E.M.D.) valid till -------------------------------
(mention here date of validity of this guarantee which will be 3 months beyond initial validity of Tenderers
offer), is required to be submitted towards the Earnest Money Deposit by the Tenderer alongwith the tender.
We,---------------------------------------------------------------------------(Name of the Bank and address of the
Branch giving the Bank Guarantee) having our registered Office at ------------------------------( Address of
Banks registered Office) hereby give this Bank Guarantee No.-------------------Dated------------------------and
hereby agree unequivocally and unconditionally to pay within 48 hours on demand in writing from the
Gujarat State Electricity Corporation Ltd. or any officer authorized by it in this behalf any amount not
exceeding Rs.-----------------( amount of E.M.D.) (Rupees.--------------------------------------------------
------) to the said Gujarat State Electricity Corporation Ltd. on behalf of the Tenderer.
We,---------------------------------------------------(Name of the Bank) also agree that withdrawal of the tender or
part thereof by the tenderer within its validity or non-submission of Security Deposit by the Tenderer within
one month from the date of tender or a part thereof has been accepted by the Gujarat State Electricity
Corporation Ltd. would constitute a default on the part of the tenderer and that this Bank Guarantee is liable
to be invoked and enchased within its validity by the beneficiary in case of any occurrence of a default on the
part of the Tenderer and that the encashed amount is liable to be forfeited by the beneficiary.
This agreement shall be valid and binding on this Bank upto and inclusive of --------------------------------------
----------------------------------( mention here the date of validity of Bank Guarantee ) and shall not be
terminated by notice or by change in the constitution of the Bank or the firm of Tenderer or by any reason
whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or
variations or alterations made, given, conceded with or without our acknowledge or consent by or between
the Tenderer and the Gujarat State Electricity Corporation Ltd..
NOTWITHSTANDING anything contained hereinbefore our liability under this Guarantee is restricted to
Rs.-------------- (amount of E.M.D.) ( Rupees:------------------------------------------------------------(in words).
Our guarantee shall remain inforce till---------------------(date of validity of the guarantee).




Place: Date : Signature of the Banks authorized
Signatory with official seal










67

(On Stamp Paper of Rs.100/-)

FORMAT FOR CONTRACT AGREEMENT


This agreement is made at Ukai the -----------------day of ----------------in the Christian year Two thousand ---
----- between ----------------------------------------------------------(herein after referred to as THE
CONSULTANT which expression shall unless excluded by or repugnant to the contract include its
successors or permitted assigns) of the one part and the Gujarat State Electricity Corporation Ltd. Ukai
(hereinafter called The GSECL which expression shall unless excluded by or repugnant to the context
include its successors or assigns) of the other part.

WHEREAS the aforesaid GSECL has accepted the tender of the aforesaid consultants for -----------------------
---------------------------------------------------------------------------- as per GSECLs Order No.----------------------
-----------------------hereinafter called the Works and more particularly described enumerated or referred to
in the specification, terms and conditions prescribed in the Order letter, covering letter and other letters and
schedule of price which for the purpose of identification have been signed by Shri ---------------------------- on
behalf of the Consultants and by --------------------------on behalf of the GSECL a list whereof is made out in
the Schedule hereunder written and all of which said documents are deemed to form part of this contract and
included in the expression the Works wherever herein used, upon the terms and subject to the conditions
hereinafter mentioned.

AND WHEREAS THE GSECL has accepted the tender of the consultants for the construction of the said
works for the sum of Rs.-----------------------(Rupees:-----------------------------------------------------------) upon
the terms and subject to the conditions herein mentioned.

NOW THIS AGREEMENT WITNESSES AND IT IS HEREBY AGREED AND DECLARED THAT:

(a) The consultants shall do and perform all works and things in this contract mentioned and described or
which are implied therein or there from respectively or are reasonably necessary for the completion
of the works as mentioned and at the times, in the manner and subject to the terms, conditions and
stipulations contained in this contract, and in consideration of the due provision, executions,
construction and completion of the works agreed to by the consultants as aforesaid, the GSECL doth
hereby covenant with the consultant to pay all the sums of money as and when they become due and
payable to the consultants under the provisions of the contract. Such payments to be made at such
times and in such manner as is provided by the contract.

(b) The conditions and covenants stipulated herein before in this contract are subject to and without
prejudice to the rights of the GSECL to enforce penalty for delays and / or any other rights
whatsoever including the right to reject and cancel on default or breach by the consultants of the
conditions and the covenants as stipulated in the general conditions, specifications, forms, or tender
schedule, drawing, etc., attached with GSECLs Order No.------------------------------------------------.

The contract value, extent of supply delivery dates, specifications, and other relevant matters may be altered
by mutual agreement and if so altered shall not be deemed or construed to mean or apply to affect or alter
other terms and conditions of the contract and the general conditions and the contract so altered or revised
shall be and shall always be deemed to have been subject to and without prejudice to said stipulation.




68


SCHEDULE

List of documents forming part of the contract:

1.
2.
3
4.
5.
In witness whereof the parties hereto have set their hands and seals this day and month year first
above written.


1. Signed, Sealed and delivered by :

(Signature with Name, Designation & official seal)

for and on behalf of M/s.__________________

In the presence of name , Full Address & Signatures. :
-------------------------------------------------------
------------------------------------------------------
------------------------------------------------------


2. Signed, Sealed and Delivered by:

(Signature with Name, Designation & oficial seal)

For and on behalf of Gujarat State Electricity Corporation Ltd.,
Thermal Power Station Ukai, Dist. tapi
-------------------------------------------------------
------------------------------------------------------
------------------------------------------------------



In the presence of Name, Full Address & Signature:

-------------------------------------------------------
------------------------------------------------------
------------------------------------------------------









69


(On stamp paper of Rs.100/-)

FORMAT OF
PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT / PERFORMANCE.


The Bank of -------------------------------------------------hereby agree unequivocally and unconditionally to
pay within 48 Hours on demand in writing from the Gujarat State Electricity Corporation Ltd. or any
Officer authorized by it in this behalf any amount up to and not exceeding Rs.------------------ ( in words)---
------------------------------- to the said Gujarat State Electricity Corporation Ltd. on behalf of M/s.------------
--------------------------------------------------who have entered in to contract for the supply / works specified
below.

A/T No.------------------------------------------------dtd.-----------------

This agreement shall be valid and binding on this Bank up to inclusive of -----------------------------------and
shall not be terminable by notice or by change in the constitution of the Bank or the firm of contractors or
by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged by any
extension of time or variations or alterations made, given conceded or agree, with or without our
knowledge or consent by or between parties to the said within written contract.
(NOTWITHSTANDING anything contained herein before our liability under this guarantee is restricted to
Rs.-----------------(Rupees-------------------------------------------------------------------).

Our guarantee shall remain in force until -------------------------.
PLACE: ------------

SIGNED ----------------------------
DATE ------------

You might also like