karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web...

29
Karnataka Power Corporation Limited Bellary Thermal Power Station KARNATAKA POWER CORPORATION LIMITED BELLARY THERMAL POWER STATION Chief Engineer(O & M)BTPS Kudathini-583152, Bellary Dist., Karnataka (State) BRIEF BID NOTIFICATION (THROUGH e-TENDER/CONVENTIONAL MODE) No: KPCL/2015-16/PS/WORK_INDENT3849/CALL-2 Dt: 13.11.2015 Bids are invited in e-procurement portal for the work of “Repair of 207 MVA, single phase 21KV/400/√3KV, oil filled transformer” from the reputed manufacturers for Bellary Thermal Power station. TENDER SCHEDULE a NIT published date 13.11.2015 b Last date and time for Tender Queries/clarifications 02.12.2015 at 11:00 Hrs c Last date and time for submission of Tender 04.12.2015 upto 16:00 Hrs d Date and time for opening of Technical Bid 07.12.2015 after 16:30 Hrs e Date and time for opening of Financial Bid 08.12.2015 after 11:00 Hrs Details of Bid can be obtained and downloaded from e-procurement portal website http://eproc.karnataka.gov.in. The details of NIT and brief tender notification can also be seen in KPCL website: www.karnatakapower.com. Further information can be had from the office of Chief Engineer(O&M)BTPS,KPCL, Kudathini, Bellary (Dist). Contact Tele No: 9448290717. Page 1 of 20

Transcript of karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web...

Page 1: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station

KARNATAKA POWER CORPORATION LIMITED BELLARY THERMAL POWER STATIONChief Engineer(O & M)BTPS

Kudathini-583152, Bellary Dist.,Karnataka (State)

BRIEF BID NOTIFICATION(THROUGH e-TENDER/CONVENTIONAL MODE)

No: KPCL/2015-16/PS/WORK_INDENT3849/CALL-2 Dt: 13.11.2015

Bids are invited in e-procurement portal for the work of “Repair of 207 MVA, single phase 21KV/400/√3KV, oil filled transformer” from the reputed manufacturers for Bellary Thermal Power station.

TENDER SCHEDULE

a NIT published date 13.11.2015

b Last date and time for Tender Queries/clarifications 02.12.2015 at 11:00 Hrs

c Last date and time for submission of Tender 04.12.2015 upto 16:00 Hrsd Date and time for opening of Technical Bid 07.12.2015 after 16:30 Hrse Date and time for opening of Financial Bid 08.12.2015 after 11:00 Hrs

Details of Bid can be obtained and downloaded from e-procurement portal website http://eproc.karnataka.gov.in. The details of NIT and brief tender notification can also be seen in KPCL website: www.karnatakapower.com. Further information can be had from the office of Chief Engineer(O&M)BTPS,KPCL, Kudathini, Bellary (Dist). Contact Tele No: 9448290717.

For KARNATAKA POWER CORPORATION LIMITED

Chief Engineer(O & M)BTPS

CC: Deputy Commissioner, (Tender Bulletin Officer) Bellary for kind information. : ED(BTPS) for kind information.

: GM(CC) for kind information with a request to publish the tender notification in leading state level newspaper.

: CE(C,O&M) / CE(C)/CE(CIVIL) U-3 for kind information. : SE(CSD) Bangalore for information with a request to publish the Brief tender notification and NIT on

KPCL, website from the files are sent through E-mail. : All SE’s for information : DGM(F)BT / DGM (HRD) for kind information : PC (TP) for information : All EE’s /AGM for information : Notice Board / OC / MF

Page 1 of 20

Page 2: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station KARNATAKA POWER CORPORATION LIMITED

(A Government of Karnataka Enterprises)BELLARY THERMAL POWER STATION

Chief Engineer( O & M)BTPSKudithini -583 152, Bellary (Tq & Dist)

Karnataka (State)

No. : CE(O&M)BT/BTPS/2015-16/NIT/GT1/2323 Dated: 13.11.2015

NOTICE INVITING TENDER (TWO COVER SYSTEM)

(Through e-Procurement Portal/Conventional mode)

Tender is invited from reputed manufacturer of Power transformers of 400KV class having adequate experience in execution of similar works and financial turnover for the following work.

Name of workEMD

(Amount in Rs)

Tender fees (Amount in Rs)

Conventional mode

e-portal mode

Repair of 207 MVA, single phase 21KV/400/√3KV, oil filled transformer. 4,50,000.00 3000.00 As per

e-portal

Tender documents may be downloaded from Government of Karnataka e-procurement website https://eproc.karnataka.gov.in with tender No: KPCL/2015-16/PS/WORK_INDENT3849/CALL-2, Dated: 13.11.2015 as per prescribed date and time published in the portal. The transaction fee is non-refundable.

1) Payment of EMD:Those who want to participate through e-portal, the Tender must be accomplished by Earnest Money Deposit which should be paid online through e-Procurement portal within the date and time published. Bidders who want to participate through conventional mode should enclose tender fee of Rs.3000/-(three thousand only) in the form of DD from any nationalized banks and in the name of DGM(F)BT,KPCL-BTPS along with specified EMD.

2) Tenders shall be electronically submitted through internet within the date and time published in e-Procurement portal. First Cover Tenders will be opened at prescribed time and date in the e-procurement portal in the presence of the bidder who wish to attend at the Office of the Chief Engineer ( O & M)BTPS, Kudathini - 583 152, Bellary (Tq & Dist) Karnataka (State)

3) Other details can be seen in the tender No: KPCL/2015-16/PS/WORK_INDENT3849/CALL-2, Dated:13.11.2015

4) Calender of Events:a NIT published date 13.11.2015

b Last date and time for Tender Queries/clarifications 02.12.2015 at 11:00 Hrs

c Last date and time for submission of Tender 04.12.2015 upto 16:00 Hrsd Date and time for opening of Technical Bid 07.12.2015 after 16:30 Hrse Date and time for opening of Financial Bid 08.12.2015 after 11:00 Hrs

Page 2 of 20

Page 3: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station

5) Eligibility Criteria

a. Reputed manufacturer of Power transformers of 400KV class fulfilling the PRE-QUALIFICATION REQUIREMENTS can bid for the tender.

b. The tenderer has to visit BTPS to ascertain the condition of the transformer to be repaired prior to attending the pre-bid meeting at office of the Chief Engineer(O& M), BTPS.

c. The tenderer should be able to complete the repair work within 90 days including transportation of damaged transformer to works and its re dispatch to site after repair.

d. The tenderer should lift the transformer from the BTPS site within 10 days from the date of work order or shall start the work at site.

e. No joint venture/Consortium is permissiblef. Bidder shall not be under declaration of ineligibility for corrupt and fraudulent practices issued

by the competent authority.g. None of the contracts of the bidder/company/individuals should have been

terminated/foreclosed on account of his default elsewhere during last ten years.h. The bidder must have in house capability to design/manufacture and test oil immersed

Transformers with voltage rating of 400KV and above.

6) PRE-QUALIFICATION REQUIREMENTS:

a. The tenderer should have designed and manufactured at least ONE number of Generator transformers of rating not less than 207 MVA with HV side voltage of 400KV class and supplied to any Thermal power station or state electricity board or industries.

b. The bidder should produce performance certificate from the end user for the above for satisfactory performance for a minimum period of five years as on date of tender opening.

c. The bidder should have annual financial turnover of not less than Rs.25.00Crores in any two of the last five financial years. Turn over certificate issued by the Chartered Accountant shall be enclosed as a documentary proof.

The Price bid of the agencies who do not meet the above requirements will not be opened.

7) The tender is of two cover system The Bidder should upload scanned copies of the following documents

COVER – I (Technical bid)

(a) Earnest Money Deposit (EMD)[add DD of tender fee if participated through conventional mode].(b) Bidder shall upload all ANNEXURES mentioned in bid document duly signed with stamp (c) Pre qualifying requirement documents

COVER – II (Financial / Price bid)

Cover-II Shall contain Price bid only.

Page 3 of 20

Page 4: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station

8.0 General Terms and Conditions:

1. The bidder shall upload duly signed and filled revised schedule-b in addition to provide pro-rata (Rs. per Kg) value of the core part if required for final evaluation.

2. At any time prior to the deadline for submission of Bids, corporation may, for any reason, whether at its own initiative or in response to a clarification sought by a prospective bidder, can modify the bid document by issuing Amendment / Addendum

3. The original document should be produced for verification at any stage of tender process as and when sought for, failing which, the bids are liable for disqualification

4. Rates shall be quoted through e-portal/conventional mode as per relevance.5. The offer should be exactly in accordance with the technical specifications mentioned in the

annexure-1. No deviation is acceptable.6. For those bidders whose Technical Bids satisfy the eligibility criteria and pre - qualification

requirements criteria and who has furnished all the necessary documents, only those financial Bids will be opened.

7. Tender validity shall be 180 days from last date specified for tender submission in the calendar of events.

8. The tender document is part and parcel of the agreement.9. Conditional Tenders will not be accepted.10. All stage and final inspection will be carried out by M/s KPCL. Vendor has to raise the

inspection call with minimum 7 days advance notice. No work should proceed further without inspection or specific waiver of inspection by KPCL.

11. The tenderer will be required to meet such guaranteed technical data(as enclosed as annexure-2) at the time of final testing of transformer after repair. These are essential acceptance criteria.

12. Right to reject any or all the bidder without assigning any reasons rests with the accepting authority.

13. Transit insurance of damaged transformer to works and its re-dispatch to site after repair shall be arranged by vendor.

14. All the prices shall remain firm till the execution of the contract.15. The party shall take out the adequate insurance policy(with KPCL as joint beneficiary) for

the safe custody of the transformers received at their works at all times till final dispatch to site.

16. KPCL shall recover the Income Tax, Work contract Tax, VAT etc., at the prevailing applicable rates.

17. If the contractor makes any alterations in the conditions of the contracts or puts any condition of his own, such tenders are liable for rejections.

18. 100% payment along with the taxes and duties will be done after completion of work. (subject to production of successful completion certificate from KPCL).

19. No “Advance Payment” Term will be accepted.20. The maximum allowed time for the delivery of the repaired transformer at site shall be 90

days from date of LOI. The effective date of the contract shall be the date of LOI.21. Liquidated damages shall be levied @ 2% per week subject to a maximum of 10% of the

total contract value. Delivery shall be guaranteed by acceptance of liquidated damages.22. No import license will be given in any case (including warranty replacements). Only offer for

the indigenous manufactured or of the imported stock will be considered. Customs clearance and duty payments, if any shall be to the account of vendor only.

Page 4 of 20

Page 5: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station 23. Any other information required may be obtained from the office of the undersigned during

office hours.24. Further details of the work can be obtained in the Office of the Chief Engineer (O & M),

BTPS, Kudathini during office hours.

25. The tender notification along with Blank Tender Form will be accessible in the e-procurement website (www.eproc.karnataka.gov.in) with tender No: KPCL/2015-16/PS/WORK_INDENT3849/CALL-2, Dated: 13.11.2015 aspiring bidders/contractors who have not obtained the user ID and Password for participating in e-procurement in Karnataka Power Corporation Limited may now obtain the same from the website (www.eproc.karnataka.gov.in)

Signature of Tenderer with seal Chief Engineer(O & M)

Page 5 of 20

Page 6: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station

SECTION- I

1.0 Eligibility Criteria:

a. Reputed manufacturer of Power transformers of 400KV class fulfilling the PRE-QUALIFICATION REQUIREMENTS can bid for the tender.

b. The tenderer has to visit BTPS to ascertain the condition of the transformer to be repaired prior to attending the pre-bid meeting at office of the Chief Engineer(O& M), BTPS.

c. The tenderer should be able to complete the repair work within 90 days including transportation of damaged transformer to works and its re dispatch to site after repair.

d. The tenderer should lift the transformer from the BTPS site within 10 days from the date of work order or shall start the work at site.

e. No joint venture/Consortium is permissiblef. Bidder shall not be under declaration of ineligibility for corrupt and fraudulent practices issued

by the competent authority.g. None of the contracts of the bidder/company/individuals should have been

terminated/foreclosed on account of his default elsewhere during last ten years.h. The bidder must have in house capability to design/manufacture and test oil immersed

Transformers with voltage rating of 400KV and above.

2.0 PRE-QUALIFICATION REQUIREMENTS:

a. The tenderer should have designed and manufactured at least ONE number of Generator transformers of rating not less than 207 MVA with HV side voltage of 400KV class and supplied to any Thermal power station or state electricity board or industries.

b. The bidder should produce performance certificate from the end user for the above for satisfactory performance for a minimum period of five years as on date of tender opening.

c. The bidder should have annual financial turnover of not less than Rs 25 Crore in any two of the last five financial years. Turn over certificate issued by the Chartered Accountant shall be enclosed as a documentary proof.

The Price bid of the agencies who do not meet the above requirements will not be opened.

3.0 Terms and Conditions:-3.1 The Contractor can pay the Earnest Money Deposit (EMD) of 4,50,000/- (Rs. Four Lakh Fifty

Thousand Only). in the e-Procurement portal using any of the following payment modes: Credit Card Direct Debit National Electronic Fund Transfer (NEFT) Over the Counter (OTC)The bidder shall visit BTPS site before submitting the tender.

3.2 Completed bids received through fax email telegraph will not be accepted.3.3 Completed bids received after the due date and time will not be accepted.3.4 The successful bidder has to furnish DD/FDR/BG towards contract performance guarantee

equivalent to 10% of the contract value at the time of entering into contract agreement. 3.5 In case the dates notified above are declared as holiday, the immediate next working day

shall be Reckoned

Page 6 of 20

Page 7: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station 3.6 KPCL reserve the right to postpone the time and date of opening and also to accept or reject

any or all bids without assigning any reasons there off.3.7 The contractor has to obtain the insurance coverage for all the workers engaged for the work.3.8 The Agency shall comply for all statutory obligations such as workman compensations,

Minimum Wages, factory act, Labour act PF etc.3.9 The income tax and other applicable taxes/duties etc as per the rules will be deducted from the bills

payable.3.10 The rate coated by contractor is inclusive of all taxes & duties Alternative tenders will not be considered.

Bid document is non-transferable. 3.11 Bids with stipulation for settlement of disputes by reference to arbitration will be rejected. The bids

containing conditions whatsoever will be rejected.3.12 Intending bidders can have detailed information from the Office of Chief Engineer(O&M),

Karnataka Power Corporation Ltd., Bellary Thermal Power Station, and Kudithini - 583152, Bellary (Dist) contact Cell No: 9448290717.

5.0 TENDER SCHEDULE:

a NIT published date 13.11.2015

b Last date and time for Tender Queries/clarifications 02.12.2015 at 11:00 Hrs

c Last date and time for submission of Tender 04.12.2015 upto 16:00 Hrsd Date and time for opening of Technical Bid 07.12.2015 after 16:30 Hrse Date and time for opening of Financial Bid 08.12.2015 after 11:00 Hrs

6.0 GENERAL TERMS AND CONDITIONS OF TENDER

6.1 At any time prior to the deadline for submission of Bids, corporation may, for any reason, whether at its own initiative or in response to a clarification sought by a prospective bidder, can modify the bid document by issuing Amendment / Addendum

6.2 The original document should be produced for verification at any stage of tender process as and when sought for, failing which, the bids are liable for disqualification

6.3 Rates shall be quoted through e-portal/conventional mode as per relevance.6.4 For those bidders whose Technical Bids satisfy the eligibility criteria and pre - qualification

requirements criteria and who has furnished all the necessary documents, only those financial bids will be opened.

6.5 Tender validity shall be 180 days from last date specified for tender submission in the calendar of events

6.6 The tender document is part and parcel of the agreement.6.7 Conditional Tenders will not be accepted.6.8 KPCL reserves the right to verify any information/documents furnished by the bidder should the

circumstances so warrant. In case the information or the document furnished is found to be incorrect/false or invalid then the EMD furnished by such bidder shall be forfeited.

6.9 Right to reject any or all the bidder without assigning any reasons rests with the accepting authority.

6.10 The successful bidder shall give an undertaking that they would abide by the provisions of the Employee’s Provident Fund Act.

6.11 The contractor shall obtain insurance coverage for all the workers working in this area.6.12 The contractor shall quote his rates inclusive of PF as per the applicable rates as issued by the

PF department from time to time and if any variation occur, it shall be paid/refunded by / to the Corporation against the documentary evidence.

6.13 KPCL shall recover the Income Tax, Work contract Tax, VAT etc., at the prevailing applicable rates.

6.14 The bidder should maintain the register of labour deployed and the wages paid for the workers and shall produce the documents whenever called for by the competent authority and remittance

towards PF shall commensurate with the labour component for the work involved. Page 7 of 20

Page 8: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station 6.15 Contractor should have independents PF code. The contractor shall remit PF of labours to

contractor’s permanent PF code number only and not to the KPCL PF sub-code.6.16 In case the dates notified above are declared as holiday, the immediate next working day shall

be reckoned.6.17 The successful bidder shall obtain the applicable ESI registration certificate.6.18 If the contractor makes any alterations in the conditions of the contracts or puts any condition of

his own, such tenders are liable for rejections.6.19 Any other information required may be obtained from the office of the undersigned during office

hours.6.20 Further details of the work can be obtained in the Office of the Chief Engineer (O & M), BTPS,

Kudathini during office hours.6.21 The tender notification along with Blank Tender Form will be accessible in the e-procurement

Website (www.eproc.karnataka.gov.in) with tender No: KPCL/2015-16/PS/WORK_INDENT3849/CALL-2, Dated: 13.11.2015 aspiring bidders/contractors who have not obtained the user ID and Password for participating in e-procurement in Karnataka Power Corporation Limited may now obtain the same from the website (www.eproc.karnataka.gov.in)

6.22 Tenderers are advised to peruse all the clauses in the specification and the instructions before quoting.6.23 The tenderer shall clear their doubts, if any, about the meaning of any portion of general conditions of the

Tender from The Chief Engineer( O & M )BTPS, Karnataka Power Corporation Ltd., Bellary Thermal power station, Bellary, before submission of the bids. The conditional tenders will be summarily rejected.

6.24 The Agency should give clearly in his tender the place of residence and postal address. The delivery at the above name, place or posting in the post box regularly maintained by the Post Office or sending by

letter registered for acknowledgement or other communications shall be deemed sufficient proof thereof.6.25 The submission of tender by a contractor implies that he has read these notices and conditions of contract

and made himself aware of the scope of the work to be done. 6.26 Photo-copies of documents shall be accepted only after verification with the originals. The tenderer shall

produce the originals for verification.6.27 In order that the tender may receive full consideration, the complete information asked for in the

accompanying schedule and elsewhere must be supplied by the tenderers.6.28 It is not binding on the KPCL to accept the lowest or any other tender.6.29 Bid prices must be filled in the bidding schedule under Schedule-B and those received in any other form

will not be accepted.6.30 All copies of the completed Schedule-B shall be submitted along with the other documents.6.31 The agency/contractor shall give declaration as per annexure (at the time of submitting bid document)

that none of his contracts are terminated / foreclosed in KPCL or elsewhere in past 10 years.6.32 KPCL reserves the right to verify any information/documents furnished by the bidders, should the

circumstances so warrants in the overall interest of Corporation. In such cases, if the information or the documents furnished are found to be incorrect or invalid, then the EMD furnished by such bidders will be forfeited.

6.33 The right to reject any or all tenders without assigning the reasons is reserved by KPCL.6.34 The contractor has to make his own arrangement for site office and storage yard etc. if required, at his

own cost.

Signature of Tenderer with seal Chief Engineer(O & M)

Page 8 of 20

Page 9: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station

SECTION- II

7.0 SCOPE OF WORK:

Repair of 207 MVA, single phase 21KV/400/√3KV, oil filled transformer which includes

1. Complete replacement of HV and LV windings with new copper and insulations2. Repair of main tank3. Supply of HV, LV, Neutral bushings4. Supply of Primary protection devices like WTI, OTI, PRV, Buccholtz relay etc5. Supply of Transformer oil, copper strips etc6. Transportation, loading and unloading of transformer7. Erection , pre commissioning activities and testing 8. Any other items/works related to transformer in all respect.9. All tests to be carried out on transformer as per annexure-3.

Generator Transformer Details Make: BHEL

Single phase transformer Voltage rating: HV / LV: 400/√3 kV--21kV, 50 HZ

Impedence volt at 207 MVA:15% +/- IS tolHV tap position 5/LV- 15%HV tap position 1/LV-(approx. 15%)HV tap position 9/LV-(approx. 14.6%)

Connection: YNd1; Ambient temp: 500CElectrical Specification: 601125Line current (HV): 537.8/717.1/89Rating: 124.2/165.6/207 MVAType of cooling: ONAN/ONAF/OFAFInsulation level (HV): SI 1180 LI 1425-AC 38Insulation level (LV): LI 125 AC 50Temp rise over amb :350C AT 207 MVA

8.0 DUTIES, RESPONSIBILITIES AND OBLIGATION OF CONTRACTOR:8.1 The contractor shall obtain insurance coverage for all the workers engaged for the work. 8.2 The Bidder shall inspect the site, examine and obtain all information required and satisfy himself regarding

matters and things such as access to site, communication, transport, right of way, the type and number of equipment and facilities required for the satisfactory carrying out the said work. The availability of local labour, availability and rates of materials, local working conditions, uncertainties of weather, obstructions and hindrances that may arise, etc., which may affect the work or cost thereof, before submission of bid. The CORPORATION as a basis for any claim shall not accept ignorance of site conditions. The submission of bid by the bidder will be construed as evidence that such an examination was made and any later claims/disputes in regard to rates quoted shall not be entertained or considered by the CORPORATION.

8.3 All the work shall be carried out under direction and satisfaction of the Engineer. Not with-standing the fact that clearance or approval has been given by the Engineer; the contractor shall be responsible for the correction of positions, dimensions and the quality of workmanship.

8.4 The Contractor shall have at the site accredited and qualified men and supervisors with adequate number of years of experience in execution of similar type of works for satisfactory execution of said work. The staff deployed shall possess adequate knowledge of fire fighting, first aid & safety measures.

8.5 In the event of occurrence of any accidents at/near the site of work or in connection with execution of the work, a report shall be submitted by the contractor immediately to the engineer giving full details of the

Page 9 of 20

Page 10: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station accident. He shall also report such accidents to all competent authorities wherever such reports are

required by them. Safety aspects are to be followed as per the industrial safety norms.

8.6 The Contractor shall arrange all the necessary tools and tackles, equipments, vehicles, etc., required to carry out the work at his own cost.

8.7 The Personnel deployed by the Agency shall be the employees of the contractors only. The corporation at no time directly or indirectly employs the agency for any service of deal with any personnel in any capacity during the tenure of the contract.

8.8 The Corporation shall not be responsible for any of the unauthorized acts and or liable for any damage/injury sustained by agency in the course of their work duty in and around the office and plant premises.

8.9 During the duty hours, the Contractor shall keep all persons under their control and within the boundaries of the BTPS plant premises and he shall be held responsible for the acts on all the works until their completion with all risks arising from carelessness, negligence or operative damage or loss by thefts, etc.

8.10 The contractor shall submit the details of personnel employed and any other details necessary for carrying out the work satisfactorily. In addition, the Contractor shall furnish the details of men posted daily for the different works entrusted to him and actually engage such person and complete the work satisfactorily. The Contractor shall also maintain proper records and present to the concerned officers whenever called for.

8.11 The Corporation shall not be held responsible or called upon to make good any losses/costs incurred by Contractor, on account of factors beyond their control such as rain, earthquake, lightening, other natural phenomena, legal implications, etc., or for any reason whatsoever.

8.12 The Contractor shall make his own arrangements for safeguarding/Maintaining of his general tools, general consumables and tools and tackles issued by corporation.

9.0 RIGHTS OF KPCL:9.1 To reserve its right to seek for any additional details/ documents required at any point of time during and

after the process of bidding. If the agency fails to furnish such details their offer is liable for rejection.

9.2 To reserve its right to modify, change, cancel any or all the tenders without giving any reason thereof.9.3 Final acceptance rests with KPCL. KPCL reserves the right to accept or reject any or all tender without

assigning any reason thereof.9.4 The Schedule of works is liable to alteration by way of deletions or additions at the discretion of the

company.9.5 The Chief Engineer (O&M) or by his authorized Officers of the Company shall have the power, from time

to time, in the execution of the work, to issue notice in writing and to instruct/direct the Contractor to make alterations / variations in the work.

9.6 If the contractor fails to carry out the assigned works satisfactorily during the currency of the Contract, the company shall have the power to enter upon and take possession of the works and to engage any other person, firm or agency to complete the work. Twice the cost incurred by the company due to such failure shall be recovered from the contractor.

9.7 To prevent disputes and litigations, it shall be accepted as an inseparable part of this contract that in matters regarding work, interpretation of contract, mode of procedure and carrying out the work, the decision of Chief Engineer (O&M) shall be final and binding on the Contractor.

9.8 SUBLETTING: Subletting of the contract is not permitted and contractor shall not sublet the contract. If the Contractor found to have sublet the contract the above contract will be terminated at the risk and cost of the contractors concerned.

9.9 The Company reserves the right to extend or short close the contract depending upon the satisfactory execution of the work or otherwise by the Contractor, as the case may be, and the Contractor shall carry out works on the same terms and conditions of the contract during the extended period in the event of any extension given.

9.10 The contractor shall be liable to pay damages caused to the property of KPCL, on account of negligence or defective working on the part of the Contractor and his employees. Such amount of damages shall be recovered from the R.A. bills of the contractor.

9.11 The agency shall arrange for security and safety of their personnel, Machineries and equipments, tools and tackles, consumables etc., provided for carrying out services.

10.0 CONTRACT TERMS10.1 PERIOD OF CONTRACT:

Page 10 of 20

Page 11: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station

i. The period of contract is 90 days including transportation.

10.2 TERMINATION OF CONTRACT:i. If successful tenderer fails to carry out the said works to the satisfaction of the corporation, the

corporation reserves the right to terminate the contract without notice and recover damages besides forfeiting security deposit in full and also from the other amounts, bills etc., and payable to the contractor. The decision of corporation is final.

ii. If the contractor neglects to execute the work with due diligence and expedition or does not comply with the instruction given, the Corporation reserves the right to terminate the contract by giving a months notice.

iii. The misbehaviors on the part of laborer / workmen/ technician, deployed by the agency shall be viewed very seriously and the contract may be terminated if the same attitude is continued in spite of the three notices issued by KPCL.

iv. If the services of the Agency in KPCL found not satisfactory and if any of the conditions of the contract agreement is violated, the Chief Engineer (O&M) reserves the right to terminate the contract prematurely without any compensation on any kind of loss.

v. If, any of the documents / information furnished by the contractor is found to be false after award of the contract the EMD and SD will be forfeited and the contract will be terminated.

10.3 PRICES: The rates shall be inclusive of all taxes levies and duties. The quoted price shall be firm and holds for the entire period of the contract and extension thereon. The validity period of offer shall be 180 days. Prices quoted shall be deemed to include everything necessary to complete the work satisfactorily as determined by the Engineer.

10.4 PRICE BID EVALUATIONS:Sum of total amount quoted by the bidders in price Schedule B shall be considered for the purpose of evaluation of bid and for determining L1 tender.

The agency shall mention their rates neatly both in figure and words. Overwriting if any should be endorsed with signature. Any discount should be indicated clearly in the respective price schedule only. In case of difference between the price quoted in words and figures, the lower of the two shall be considered.

10.5 PRICE VARIATION: No price variation clause is admissible. The agreed rate of the contract is holds good for entire period of contract. And in the event of extension the agency shall provide the services at the same rates and terms and conditions.

10.6 EXECUTION OF AGREEMENT:The contractor shall execute an agreement with KPCL on a stamp paper of appropriate value in the prescribed form within 15 (fifteen) days from the date of issue of the work order. The cost of the stamp paper shall be borne by the Contractor. Payment to the contractor will be released only after the execution of the contract agreement. The contract shall not be deemed to be complete until the agreement has first been duly signed and stamped in each sheet by the contractor and then by the officer authorized to enter into the contract on the behalf of the corporation. Until such a agreement is executed the condition of the contract as per the specification and bid together with acceptance thereof with such modification as have been mutually agreed upon in writing shall govern the rights and obligation of the contractor and the corporation.

10.7 CONTRACT PERFORMANCE SECURITY/ SECURITY DEPOSIT:

Page 11 of 20

Page 12: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station The successful bidder has to furnish DD/FDR/Bank Guarantee towards performance Security /

Security Deposit equivalent to 10% of the contract value at the time of entering into contract agreement. The same shall be valid for the entire contract period.

The Security deposit shall be refunded only on completion of the contract to the satisfaction of the KPCL. If KPCL incur any loss or damage on account of non-fulfillment of obligations under this contract, then such losses / damages incurred by KPCL shall be deducted from the security deposit. The amount so deducted / adjusted shall not be refunded to the tenderer.

If the whole or a part of the EMD / security deposit is adjusted / attached by the KPCL for any default of tenderer in the due fulfillment of the contract during the contract period, then tenderer shall immediately arrange to replenish the amount of security deposit so attached / adjusted for the continued operation of the contract, failing which the contract is liable for termination by KPCL, the responsibility for which shall wholly rest with the tenderer.

10.8 BILLING & PAYMENT: 100% Payment shall be made on submission of bill in complete manner along with the documents to

Chief Engineer(O & M), BTPS.

The payment will be made duly after deducting amount towards any statutory deductions.

10.9 PAYING AUTHORITY: All the payment related to this contract shall be made by the Deputy General Manager (Finance) at BTPS Kudithini Bellary. The bills shall be raised in the name of Chief Engineer(O & M), BTPS, KPCL, Kudithini-583152, Bellary (Dist).

10.10 DEDUCTION OF INCOME TAX, AND OTHER APPLICABLE TAXES AND DUTIES & ETC.: Tenderer shall provide PAN/GIR Number to KPCL. Income-tax and other applicable taxes if any shall be deducted at source at the prescribed rates from the bills of Tenderer as per the statutory levies / taxes in force at the time of payment of the bills. Necessary certificates of tax deducted at source (TDS) shall be issued by KPCL to the agency.

All compensations or other sums of money payable by the Contractor, under the terms of this contract may be deducted from his security deposit or from any sums that may be due, or may

become due to the Contractor by the Corporation on any account whatsoever and in the event of security deposit being reduced by reason of any such deduction, the Contractor shall, within 10 days thereafter make good the shortfall in the security deposit referred to above.

10.11 PENALTY: In the event of delay in completion of work from that of the contractual commitment the levy of penalty shall be at 2.0% of contract value for each week of delay or subject to maximum of 10% of contract value.

Any amount or amounts which becomes due and payable to KPCL from the contractor shall be deducted from any amount or amounts becoming due and payable to the contractor under this or any other contract with KPCL.

10.12 GUARANTEE :The entire equipment /system repaired shall be guaranteed for the satisfactory operation for a minimum period of 12 months from the date of commissioning or 18 months from the date of receipt of transformer at site.

Any part which proved defective either in design, materials and manufacture within the above guarantee period shall be replaced free of cost.

10.13 TESTING and INSPECTION:

Page 12 of 20

Page 13: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station All relevant tests shall be conducted as per standards in the presence of KPCL representatives

and the result of test in the form of test report duly signed by a responsible offer shall be submitted to KPCL approval before the dispatch of the transformer.

Acceptance of the equipment or waiving of test/inspection there of shall, in no way relieve the contractor of his responsibilities.

During the period of repair KPCL representative can visit the manufacturer factory for supervising the repair work.

10.14 CLEARANCES: It is the responsibility of the Tenderer to get all the clearances from the concerned authorities required for the executing the work as per the terms and conditions of this tender.

10.15 FORCE MAJEURE:

At any time during the continuance of this contract, if the performance in whole or in part of any obligation under this contract shall be prevented or delayed by reasons of any war, hostility, acts of public enemy, acts of civil commotion, strikes, lockouts, sabotage fires, floods explosions, epidemics, quarantine restrictions or other acts of God (hereinafter referred to as eventualities) then, provided notices of the happening of any such eventuality is given by Tenderer to the Corporation within 15 days from the date of occurrence thereof, neither party shall, by reasons of such eventuality, be entitled to terminate this contract, nor shall have any claim for damages against the other in respect of such nonperformance or delay in performance, and deliveries under this contract shall be resumed as soon as practicable after such eventuality has come to an end or ceased to exist.

10.16 SECURITY AND REGULATIONS:

The Bellary Thermal Power Station and surrounding area being a prohibited area, the tenderer shall obtain entry pass for himself and other employees employed by him in the Bellary Thermal Power Station from the concerned competent authority of KPCL for the entry in to the BTPS. The tenderer and his employees shall abide and follow the rules of security and instructions of the security officer at BTPS.

10.17 DISCIPLINE:

The Tenderer shall ensure that he and his employees maintain proper discipline and decorum at BTPS while dealing and executing the contract so that there should not be any hindrance for the smooth running of the Power station etc. If any of the employees of the contractor is found unsuitable by the Engineer-in-Charge at BTPS, then on demand by KPCL, such employee shall be removed.

10.18 INSTITUTION OF SUITS:

Any suit or any proceedings arising in any respect under this contract shall be subject to Jurisdiction in law courts at Bellary, Karnataka only. It is agreed that no other court shall have jurisdiction to entertain any suit or proceedings even though part of the cause of action might arise within the jurisdiction of any such courts. Arbitration in this contract is not acceptable.

10.19 COMMERCIAL AND TECHNICAL DEVIATIONS:

Page 13 of 20

Page 14: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station No commercial and technical deviation will be accepted and that conditional tenderers will be

summarily rejected. Hence, the tenderers are requested to get all the doubts clarified in the pre bid meeting before submitting the tender.

13.0 INSURANCE The contractor shall obtain workmen compensation insurance, the insurance shall protect the

contractor against all claims applicable under workmen compensation act 1948 (GOI) this policy shall also cover the contractor against claims for injuries, disabilities, diseases, or death of his employee, which for any reason are not covered under workmen compensation act 1948. The liabilities shall not be less then

i. Workmen compensation as per statutory provisions ii.Employees liability as per statutory provision

iii.Vehicle insurance as per motor vehicle act.

14.0 GENERAL The Bid document is intended as a general description of quality envisaged for material,

workmanship and of the finished work. It is not intended to cover minute details. The work shall be executed in accordance with the best modern practice and shall be to the complete satisfaction of the CORPORATION. Special techniques approved by the Engineer shall be used if and where found necessary.

Signature of Tenderer with seal Chief Engineer(O & M)

Page 14 of 20

Page 15: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station

SECTION- III

SCHEDULE-B

Sl. No Description Unit Qty Rate Amount

1

Complete replacement of HV and LV windings of 207MVA, 21KV to 400KV Line to Line, Percentage IMPD 15, 1-phase oil filled Generator transformer with new Copper and Insulations with consideration of salvage value of copper windings and Repairing the main tank. Note: Any other works related to readiness of the transformer in all respect as per IS2026 including erection, testing at site and freight, including loading and unloading. Inclusive of all taxes.

LS 1

2

Supply of LV, HV, neutral bushings, WTI, OTI, Buccholtz relay, PRV etc, transformer oil, New OCTC, Cu earthing strips, set of gaskets. Note: Any other items related to readiness of the transformer in all respect and relevant IS standards. Inclusive of all taxes.

LS 1

3Core part requirement on pro-rata basis if required. Kg 1

Note: 1. The rates quoted shall be inclusive of all taxes, levies, duties and etc., 2. Total quantity of Core part if required for replacement shall be assessed and finalized after joint

inspection at the bidder’s site. However the bidder should provide the cost of core on pro-rata basis. (Rs per Kg)

Page 15 of 20

Page 16: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station Signature of Tenderer with seal Chief Engineer(O & M)

ANNEXURE-1

Tender No.: KPCL/2015-16/PS/WORK_INDENT3849/CALL-2 Date: 13.11.2015

To,

The Chief Engineer(O&M)

Karnataka Power Corporation Limited

Bellary Thermal Power Station

Kudithini -583 152, Bellary.

From,

……………………………..…………………………………..………………………………

Declaration of Method of Payment of Service tax

1.0 We are hereby declare and confirm that we have included in our quoted price, service tax computed as per the following scheme:

1.1 Service tax payable under regular assessment rule 2A of the Service Tax (Determination of Value of Taxable Service) Rules, 2006 @ 12.36% ad valorem.

1.2 Service tax payable under the Works Contract (Payment of Service Tax under Composition scheme) Rules, 2007 @ 4.95 % ad valorem.

1.3 Service tax payable by claiming abatement under Sl.No.7 of the Table annexed to Notification No.1/2006-ST, dated 1.3.2006 as amended.

1.4 Deduction of value of goods sold while providing service, from the gross value under Notification No.12/2003-ST, dated 206.2003 @ 12.36 % ad valorem.

1.5 No Service tax is payable as the contract relates to Road, Tunnel, Dam or Railway, and hence excluded from the scope of service tad liability.

(Note: Bidder to strike out whichever is inapplicable).

2.0 We further confirm that we shall not change the scheme adopted by us for computation of service tax at Sl.No.1.0 above after the submission of the bid, until completion of the execution.

Page 16 of 20

Page 17: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station Dated: Signature of Tenderer:

Place: Name& Designation:

Company Seal:

ANNEXURE-2Technical Requirements of Generator Transformers

SL. NO.

DESCRIPTION UNITSPECIFICATION REQUIREMENTS

1.0 Transformer applications Generator Transformer

2.0 Type & Make Outdoor, Single Phase

3.0Applicable standard (Rev. as applicable on date of offer)

IS 2026

4.0 Quantity Nos. 4

5.0 Full Load Rating MVA 207

6.0 Rating of each winding MVA HV: 207, LV: 207

7.0 Rating no load voltage HV/LV KV 400/√3/ 21

8.0

Rating of different cooling methods;

ONANONAF

OFAF/ODAF

124.2 MVA (60%)165.6 MVA (80%)

207.0 MVA (100%)

9.0 Impedance Value % 15 ± IS tolerance

10.0 Rated Frequency Hz 50

11.0Winding connection of different

windings and vector groupYNd1 (After bank

formation)

12.0System Earthing

a) HVb) LV

HV: Solidly Effectively/Effectively

13.0Type of tap changer off

circuit/onloadOff circuit

14.0 Full Power tapping provided Yes/No Yes

Page 17 of 20

Page 18: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station

15.0Type of voltage variation

(CFVV / VFVV / CbVV)CFVV

16.0 Overfluxing capability110% continuous

125% for 1 minute140% for 5 Seconds

17.0Winding insulation type, uniformly

or non-uniformly insulated

17.1 HV Non Uniform

17.2 LV Uniform

SL. NO.

DESCRIPTION UNITCONTRACTOR’S

DATA

18.0Impulse withstand voltage of

winding HV/LVkVp 1425 (FW) (*) / 125

19.0Power frequency withstand

voltage of winding HV/LV/HV Neutral

kV/rms

HV: 510/460 KV with PD (++)LV: 50HVN: 38

20.0

Maximum temperature rise at full load with 100% coolers

(a) Oil(b) Winding

˚C˚C

3540

21.0 Bushing particulars

21.1 Applicable standard for bushing IS 2099

21.2Clearance in air HV/LV/neutral (between phases and phase to

earth)mm

HV- 3500 (Ph-E)LV- 330 (Ph-Ph), 230

(Ph-E)HVN - 320

21.3 Quantity of oil in oil filled bushing Litre 170

21.4 Creepage distancemm/

KV34

22.0 No load loss KW 110Firm

23.0 Load loss KW 370 Firm

24.0 Cooler loss KW 45 Firm

25.0Efficiency

a) At full load b) At 75% load

%%

99.77 approx.99.79 approx.

26.0 No load current A10 Approx. referred to

HV

27.0 Total estimated weight Kgs 306000 Approx.

28.0 OCTC

Page 18 of 20

Page 19: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station

28.1 Make *

28.2 Rated voltage volts 60000

28.3 Rated current amps 1200

28.4 No. of steps8 steps.

(8+1 positions)

SL. NO.

DESCRIPTION UNIT CONTRACTOR’S DATA

28.5 Step Voltage Volts 5774

28.6Time of operation from one step to other for Auto/manual mode

Sec. NA

29.0Type of axial and radial coil supports for HV/LV

*

31.0Guaranteed no load currentWhen excited from LV side at 100% and 110% rated voltage

Amps*

32.0Max. flux density when rated and 110% rated voltage

Wb/m2 *

33.0Vacuum withstand capability main tank.

mm of Hg

*

34.0 Weight

34.1 Core Kg 116000 (Approx.)

34.2 Net copper wt. HV/LV Kg *

34.3 Oil Kg *

34.4 Un-tanking weight Kg *

36.0

Capability of transformer to remain in operation from hot conditions after failure of forced cooling with full load

Min. *

37.0 Core insulation level KV *

Note:

1. “ * ” Information shall be furnished by CONTRACTOR along with offer.

Page 19 of 20

Page 20: karnatakapower.comkarnatakapower.com/wp-content/uploads/2015/11/e-proc...  · Web view2015-11-21 · Bids are invited in e-procurement portal for the work of “Repair of 207 MVA,

Karnataka Power Corporation Limited Bellary Thermal Power Station

ANNEXURE-3

Sl. No

Test description Acceptance value

01 All routine tests like ratio,resistance,magnetic balance,magnetizing current,polarity,vector goup,insulation resistance etc.

As per relevant IS standards

02 Capacitance and tan delta measurement As per relevant IS standards03 Separate source voltage withstand test Should pass 38KV rms or HV and 50KV

rms for LV04 Measurement of no load loss and currents at

90%,100% and 110% of nominal voltageAs per GTP

05 Lightning and switching impulse tests Should pass the specified value,1425/1180(LI/SI) and chopped wave 1570KVp

06 Induced over voltage test with partial discharge measurement

Should pass the specified value,460/510KV rms as per IS 2026

07 Measurement of load loss and impedance voltage

Should be comparable with original test value,370KW and 15+/- 10% at 207MVA

08 Operational test on OLTC/off circuit tap changer

As per IS-2026

09 Isolation test between core,core clamping structure and tank(earth)

Should pass the specified value(10KV)

10 Magnetic circuit test As per relevant IS standards11 SFRA Yes 12 Oil testing TB-15813 Vacuum test To be conducted14 Measurement of harmonics in no load

currentAs per IS standard

15 Measurement of noise and vibration level As per NEMA standard

Page 20 of 20