Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice...

46
Tender No. PEDA/PGL/2018-19/13 Punjab Genco Ltd. Invites E-Tenders For Repair, Maintenance and Modifications in the Bye Pass Gates in accordance with the redesigned wheel assembly arrangement with new wheel including refurbishment and modification in hydraulic pressure unit at four Hydel Power Plants on Abohar Branch Canal. ************************************************** Director Punjab Genco Limited, Solar Passive Complex Plot No. 1 & 2, Sector 33-D, Chandigarh Tel. (0172) – 2648004

Transcript of Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice...

Page 1: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13

Punjab Genco Ltd.

Invites

E-Tenders

For

Repair, Maintenance and Modifications in the Bye Pass Gates in accordance with the redesigned wheel assembly arrangement with new wheel including refurbishment and modification in hydraulic pressure unit at four Hydel Power Plants on Abohar Branch Canal.

************************************************** Director

Punjab Genco Limited, Solar Passive Complex

Plot No. 1 & 2, Sector 33-D, Chandigarh Tel. (0172) – 2648004

Page 2: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

2

Notice Inviting Tender

Punjab Genco Limited

(Wholly Owned Company of Punjab Energy Development Agency) Solar Passive Complex

Plot No.1 & 2, Sector 33-D, Chandigarh-160034, Tel.: 91-172-2663328, 2648004

E-Bids are invited separately for the following works:

A. Abohar Branch Canal

Repair, Maintenance and Modifications in the vertical hydraulically lifted Bye Pass Gates and its structure in accordance with the redesigned wheel assembly arrangement with new wheel assemblies including refurbishment and modification in hydraulic pressure unit at Mini Hydel Plant Chupki, Narangwal, Tugal & Dalla including all the material, accessories, spare parts, tools and tackles etc. required to complete the work and commissioning of gates.

(Tender No. PEDA/PGL/2018-19/13)

B. Bathinda Branch Canal

Repair, Maintenance and Modifications in the Bye Pass Gates in accordance with the redesigned wheel assembly arrangement with new wheel assemblies, relocation of its Hydraulic Hoisting including refurbishment and modification in hydraulic pressure unit at Mini Hydel Plant Bowani, Khatra, Jagera & Kanganwal including all the material, accessories, spare parts, tools and tackles etc. required to complete the work and commissioning of gates.

(Tender No. PEDA/PGL/2018-19/14

The bidders are requested to submit separate bids for each work mentioned above at A & B as per schedule and terms & conditions mentioned below:

1. Date of uploading of Bid Document 16/10/2018 2. Date of Pre – Bid Meeting 22/10/2018 at 11: 30 AM 3. Last date and time for submission of e-bids 27/10/2018 up-to 5:00 PM 4. Date and Time of opening of Technical e-bids 30/10/2018 at 11:00 AM 5. Cost of bid document(Rs.) 10,000/- 6. E- Processing fee(Rs.) As applicable for the bid 7. Earnest Money Deposit (Rs.) 3 lacs

1. The detailed terms and conditions and scope of work eligibility are given in the bid document, which

can be downloaded from the http://eproc.punjab.gov.in or www.peda.gov.in . 2. Bidder to remain updated for any kind of notices/updates/amendments/modifications/clarifications etc. to

the bid document in the website http://eproc.punjab.gov.in or www.peda.gov.in only. No separate notifications will be given for such notices/updates/amendments/modifications/clarifications etc. in the print media (press) or individually.

3. For participating in the above e-tendering process, the bidders shall have to get themselves registered with https://eproc.punjab.gov.in and get user ID and Password. Class-2 / 3 Digital Signature is mandatory to participate in the e-tendering process. For any clarification / query regarding bid-document or its clauses, bidders can contact PGL at 0172-2648004, 9815602615, 8699007080 for any technical help regarding e-tendering process flow, please contact E-tendering helpdesk at 0172-2791326/2791226 Technical / Financial Bid Forms in bid document are for reference purposes only. Bidders have to download the Bid Forms from e-tendering website http://eproc.punjab.gov.in) only after payment of bid document cost.

4. Corrigendum if any will be uploaded on the website http://eproc.punjab.gov.in or www.peda.gov.in No separate notice shall be published in press.

5. PGL, reserve the right to accept or reject any or all the bids and annul the entire bidding process without assigning any reason thereof.

DIRECTOR

Page 3: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

3

TENDER SUMMARY

E-Tender No.

EMD (Rs.) by on-line payment

only

Tender form fee (Rs.) by on-line

payment only

Tender Proces-sing fee

by on line payment

only

Date & Time

Bid Document Sale Period

Pre-Bid

Meeting Bid

Submission Bid

Opening

Tender No. PEDA/PGL/2018-19/13

3.00 Lacs Rs 10000/- As applicable for the bid

16.10.2018 to

27.10.2018

22.10.2018, 11.30 AM

Upto 27.10.2018,

5.00 PM

30.10.2018 at 11.00 AM

Page 4: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

4

TABLE OF CONTENTS

SECTION SUBJECT PAGES

I Invitation for E-tender 5-6

II Instructions and Guidelines to Bidders for using E-

Procurement System For Bid Submission

7-9

III Terms & conditions of the Bid 10-16

IV Detailed scope of work and Technical Specifications 17-31

Bid proposal (Performa – I) 32-33

Particulars of Bidder (Performa – II) 34-35

Technical Qualification Criterion (Performa-III) 36

General and Technical deviations (Performa – IV) 37

Personnel Available for the project ( Performa-V) 38

Certificate of Genuine Parts (Performa-VI) 39

Litigation History (Performa-VII) 40

List of Drawings attached (Performa-VIII) 41

Price Bid Performa - (Performa – IX) 42

Page 5: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

5

SECTION I INVITATION FOR E-TENDER

Director PGL (Punjab Genco Ltd.), Chandigarh invites e-tenders from eligible firms for

carrying out Repair, Maintenance and Modifications in the Bye Pass Gates and its structure in accordance with the redesigned wheel assembly arrangement with new wheel assemblies including refurbishment and modification in hydraulic pressure unit at four Hydel Power Plants on Abohar Branch Canal

The detailed scope of work and technical specifications are detailed in Section-IV .

BID CONDITIONS 1. Bidders are advised to study the Bid Document carefully. Submission of Bids shall be

deemed to have been done after careful study and examination of the Bid Document with full understanding of its implications.

2. Online offers prepared in accordance with the procedures enumerated in Section II should be submitted on line which can be uploaded upto the date and time laid down in this document. .

3. The PGL reserves the rights to reject any bid or all the bids or withdraw Notice Inviting Tenders without assigning any reasons and revising quantity, fine-tuning specifications as per requirement/result of clarifications / site visit in between the period of sale of this document before opening the technical bids.

4. Bidders/ Supplier are to submit online tenders by accessing tender documents on the website, fill it and submit the completed tender document into Electronic Tender form on the website itself. Bidders / Contractors shall attach scanned copies of all the papers, i.e. Earnest Money, Tender Form Cost & the certificates as required in Eligibility criteria.

5. Corrigendum / Addendum / Corrections, if any will be published in the website. 6. If the date of opening of tenders happens to be a holiday then the tenders will be opened

on the next working day. 7. The Performa for Appraisal of Company Capability (Performa-II) & Price Bid format

(Performa- ?) of Section–V will be visible after purchase of Bid Document. 8. PGL reserves the right to increase/decrease/nullify the DNIT quantity without assigning

any reason. 9. The submitted bids shall be valid for 120 days from date of opening of financial bid. 10. Addressee and Address at which Bids are to be submitted:https://eproc.punjab.gov.in

For Director Punjab Genco Limited, Solar Passive Complex Plot No. 1 & 2, Sector 33-D, Chandigarh Tel: (0172) – 2648004 E-Mail – [email protected], [email protected]

11. Technical Bids will be opened on the prescribed date and time 12. Financial Bids of only those Bidders will be opened who qualify technically. The

information regarding date of financial bid opening shall be made available on the web

site.

Page 6: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

6

13. Please note that Financial aspects (prices, cost etc.) should not be indicated in the Technical Bid and should be quoted only in the Financial Bid.

14. The General terms and conditions of the BID are elaborated in Section-III

Page 7: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

7

SECTION II

SECTION II INSTRUCTIONS AND GUIDELINES TO BIDDERS FOR USING

E-PROCUREMENT SYSTEM FOR BID SUBMISSION 1. REGISTRATION OF BIDDERS ON E-PROCUREMENT SYSTEM: For participating in the e-tendering process, the Suppliers shall have to get themselves registered with https://eproc.punjab.gov.in and get user ID, Password. Class II or III Digital Signature is mandatory to participate in the e-tendering process. 2. DIGITAL CERTIFICATES: The Bids submitted online should be signed electronically with a Class II or III Digital Certificate to establish the identity of the Bidder submitting the Bid online. The Bidders are required to obtain Class II or III Digital Certificates issued by ITI/Punjab Infotech Ltd. A Class II or III Digital Certificate is issued upon receipt of mandatory identity proofs along with an Application Form. Only upon the receipt of the required documents, a Digital Certificate can be issued. Note: It may take up to 2-3 working days for issuance of Class II or III Digital Certificate after completion of required documentation, hence the bidders are advised to obtain them at the earliest. For any clarification/difficulty regarding e-tendering process flow, please contact on 0172-2791326, 2791226 or Contact PGL Tel- Fax no. 0172 – 2648004 (M) 9815602615,8699007080. 4. PUBLISHING OF N.I.T.: For the Tenders processed using the e-Procurement System, only a brief Advertisement related to the Tender shall be published in the newspapers and the Detailed Notice shall be published only on the e-Procurement System. The contractors can view the Detailed Notice and the time schedule for all the Tenders processed using the e-Procurement System on the website https://eproc.punjab.gov.in 5. KEY DATES: The Bidders are strictly advised to follow the time schedule (Key Dates) of the Tender given in the Tender Summary in this document for their side of tasks and responsibilities to participate in the Tender as all the stages of each Tender are locked before the start time and date and after the end time and date for the relevant stage of the Tender as set by Punjab Genco Limited . 6. PURCHASE OF TENDER DOCUMENT : The Tender documents can be purchased ONLY online from 16/10/2018 which can be down loaded from the web site https://eproc.punjab.gov.in. Arrangements have been made for the Bidders to make payments online via IPG (Internet Payment Gateway) / Internet Banking/NEFT/RTGS. As this is online tendering, the application form for the purchase of tender documents shall not be required. The Bidders are to purchase the tender documents online by making online payment of tender document fees using the service of the secure electronic payments gateway via one of the payments modes as mentioned above, and should print out the system-generated receipt for their reference that can be produced whenever required.

Page 8: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

8

7. SUBMISSION OF EMD: The Bidders are to deposit the Earnest Money of Rs 3 lacs online by making online payment using the service of the secure electronic payments gateway via one of the payment modes as mentioned in clause - 6 above, and should print out the system-generated receipt for their reference that can be produced whenever required. 8. PRE-BID: The bidders are invited to attend a pre – bid meeting. The purpose of meeting will be to clarify issues and to answer queries on any matter that may be raised at that stage. The queries shall be entertained only on Technical matters and must be submitted prior to pre bid meeting through e-mail. After pre-bid meeting all the queries posted by the bidders and replies given by the department will be uploaded on the above website for the information of all the bidders. The date and time of meeting are as follows:

1. Date – 22/10/2018 2. Time – 11:30 AM 3. Place – Director, Punjab Genco Ltd. Plot No. 1 & 2, Sector – 33D, Chandigarh

9. AMENDMENT OF BID DOCUMENT: At any time upto the last date for receipt of bids, the PGL may, for any reason, whether at his own initiative or in response to a clarification requested by prospective Bidders, modify the Bid Document by an amendment:

a. The amendment will be notified on the website and will be binding on the prospective bidders.

b. In order to afford prospective Bidders reasonable time or otherwise for any other reason, in which to take the amendment into account in preparing their bids, PGL may, at his discretion, extend the last date for the receipt of Bids.

10. OPENING OF TENDERS: The concerned Officials of the department will open the Technical Bid online on the date and time stipulated in the NIT. In case the tender could not be opened on due date and time, the same will be opened in the subsequent working day/days at the same time. Date & time of the financial bid opening will be uploaded on the web site. Financial Bid of only Technical Qualified Bidders will be opened on that date & time. Date & time of Financial Bid opening will be uploaded on the website.

11. COST OF BID PREPARATION :

The Bidder shall bear all costs associated with the preparation and submission of its Bid, including cost of presentation for the purposes of clarification of the bid, if so desired by PGL and PGL will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Biding process.

The Bidder is expected to carefully examine all instructions, forms, terms and specifications in the Bid Document. Failure to furnish all information required in the Bid Document or submission of a bid not substantially responsive to the Bid Document in every respect will be at the Bidder’s risk and may result in the rejection of the bid. 12. AUTHORISED SIGNATORY:

Tender must bear Full/Complete signatures of a person authorized as per constitution and composition of the company. Authenticating documents to prove authority of signatory (Legal power of attorney in favour of signatory) must be attached with the tender. Name and Designation of the so authorized signatory must be indicated with each signature. It may be noted that in case signatures do not tally or differ, such signatures shall not be considered authentic.

Page 9: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

9

All the correspondence with PGL shall also bear signature of the so authorized signatory, in this manner. Any correspondence with improper signatures shall not be entertained. 13. AWARD OF CONTRACT

In case one bidder becomes L1 for both canals after financial bid opening, he will be allocated the works of four Power Houses on one Canal of his choice. The works of other four Power Houses on the other canal will be offered to L2 at L1 rates. In case L2 don’t agree to L1 rates, the work will be offered to L3, L4 etc. and in case of non-acceptance by L2,L3,L4 etc., work will be allocated to L1.

For any clarification/difficulty regarding e-tendering process flow, please contact on 0172-2791326, 2791226 or Contact PGL Tel. 0172 – 2648004 (M) 9815602615, 8699007080. E-Mail – [email protected], [email protected]

Page 10: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

10

SECTION - III TERMS AND CONDITIONS OF THE BID

1. LANGUAGE OF BID :

The Bids prepared by the Bidder and all correspondence and documents related to the bids exchanged by the Bidder and PGL, shall be written in the English language, provided that any printed literature furnished by the Bidder may be written in another language so long as accompanied by an English translation in which case, for purposes of interpretation of the bid, the English translation shall govern. 2. TECHNICAL QUALIFICATION CRITERION :

a. The Bidder must be a firm (proprietorship or partnership)or company incorporated under Indian Companies Act 2013 , and have its own workshop. The complete address of the workshop premises be submitted alongwith documentary evidence .

b. The Bidder must have executed at least one project of similar nature i.e manufacturing, erecting testing and commissioning of Irrigation Canal or Dam /Barrage or Hydel Power Plant gates or has undertaken the Repair & Maintenance of these gates, or Modification or replacement of Hoisting System of these gates in last five years and shall provide the detail and scanned copies of documents as a proof in pre-qualification documents in the technical bid (Ref Performa-III of section V)

c. The value of one similar projects executed in last five years should be more than 1.30 crore or for two projects of 0.8 crore each or three projects of 0.65 crores each. Last five years will be the years preceding tender publication date

d. The Bidder must possess Professional Competence and experience of the personnel to be associated with this project. Scanned copies of work experience in the bidding company of such key personnel to be attached in Technical Bid.

e. The Bidder should not be under a declaration of ineligibility for corrupt and fraudulent practices or any other reason, whatsoever, or have not been blacklisted by the Government of India or any of its agencies, including public enterprises and/or by any State Government or any of its agencies.

f. The Bidder must have PAN issued by Income Tax Authorities, India and GST No.

g. The Bidder shall give a certificate regarding the use of OEM components for hydraulic systems as indicated in performa-VI.

3. TECHNICAL BID WILL CONSIST THE FOLLOWING:

(a) Bid Proposal Sheet as per Performa-I of Section-V.

(b) Particulars of Bidder as per performa-II of Section-V.

(c) Scanned copies of all the documents to be attached .

(d) All the Technical Drawings of the modifications required in the Hydraulic System along with offered system are detailed in Performa-VIII.

(e) General and Technical Deviations, if any, from the terms and conditions and specifications (Performa-IV). Failing which, it would be assumed that there are no technical deviations and the full responsibility lies on the Bidder.

Page 11: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

11

4. FINANCIAL BID WILL CONSIST THE FOLLOWING:

(a) Bid prices duly filled, signed and complete as per the Price Schedule on the prescribed Performa (Performa-IX).

(b) The prices will be fixed and valid for a period of twelve months from the date of signing the contract.

(c) Financial Deviations not allowed. 5. INSPECTION OF EXISTING BYE PASS GATES SYSTEM AND STRUCTURE AT POWER PLANTS:

Bidder , if desires, may inspect the Bye Pass gates System to assess the repair/maintenance/replacement of parts requirements alongwith Structure whose modification is planned at MHP- Chupki, Narangwal, Tugal, Dalla and examine and obtain all information required and satisfy himself regarding objectives , supplies and technical works involved and all local matters and things before submission of their tender. They should also satisfy themselves regarding the type and number of equipment and facilities required and constraints for the satisfactory completion of work. The quantities of various sections of the work, the availability of local labour, availability and rates of materials, local working conditions, extreme weather conditions, uncertainties of weather, obstructions and hindrance that may arise etc. all which may affect the work and cost thereof.

Pre-bid meeting will be held on 22.10.2018 at 11.30AM in the office of PGL

Chandigarh.

6. STANDARDS: The Goods supplied under this contract shall conform to the standard mentioned in the Technical Specifications, and when no applicable standards are mentioned, it should conform to the authoritative standards. Such Standard shall be the latest issued by the concerned institution governing that standard.

7. COMPLETION PERIOD :

a. The part of this work will be carried out in canal closure period of 21 days. Therefore its completion is of prime important and bidder is required to adhere to the same. This part of the work is detailed in clause of Section IV.

b. The completion period for balance work will be will be within 20 weeks for the entire project from the date of signing the contract.

c. Planned shutdown of the power plants will be provided for carrying out the installation and commissioning of other than canal closure works within the above mentioned period if required provided the bidder has completed the required supplies at that site.

d. In the event of delay in the supply and /or installation, specified above, the bidder shall be liable to pay a penalty @ 1% value per power plant for every week of delay subject to a maximum of 5% value per power plant , after which PGL, shall be at liberty to cancel the contract. For the purpose of this clause, part of a week shall be considered to be a full week.

e. Relaxation in completion period for the purpose of penalty shall be allowed if it is felt that the delay is beyond the control of contractor or due to non availability

Page 12: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

12

of planned plant shutdowns or due to force majure conditions. The decision in this regard shall be given by Director, PGL

8. SIGNING OF CONTRACT AGREEMENT AND SUBMISSION OF PERFORMANCE GUARANTEE:

a. The Bidder whose tender will be accepted will be notified through letter of intent. The tenderer will then execute the contract agreement with PGL within 5 days from the issue of letter of intent and submit performance Bank Guarantee of 10% of the quoted price in the prescribed Performa and it would be valid for warranty period (after schedules completion period of other than canal closure works). The Bank Guarantee will be released after completion of warranty obligation period.

b. An unexcused delay by the Bidder in the performance of its supply and installation obligations shall render him liable to penalties as mentioned in clause 7 above and in addition to that Earnest Money/ Security will be forfeited in case the maximum value of penalty is reached.

c. Hiding of facts, misrepresentation, corrupt practices by the Bidder if revealed at any stage, withdrawing the bid after opening of Financial bid, non-signing of contract within stipulated period would amount to forfeiture of EMD and subsequently the firm may also be blacklisted.

9. STANDARD OF PERFORMANCE:

The firm shall carry out the supply order and carry out its obligations under the contract with due diligence, efficiency and economy in accordance with generally accepted norms techniques and practices used in the industry. The Bidder shall also adhere to professional implementation and support services during the execution of the project. The PGL may carry out benchmarking of sample equipments to be provided by the short listed Firm before and / or immediately after the delivery of equipment.

It shall employ appropriate advanced technology and safe and effective equipment, machinery, material and methods. Bidder shall always act in respect of any matter relating to this contract, as faithful advisors to the PGL and shall, at all times, support and safeguard the PGLs legitimate interests in any dealings with the third party.

10. USE OF CONTRACT DOCUMENTS AND INFORMATION:

a. Bidder shall not, without the PGL’s prior written consent, disclose the contract or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of PGL in connection therewith to any person other than a person employed by Bidder in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

b. Bidder shall not without the purchaser’s prior written consent, make use of any document or information.

c. Any document other than the contract itself shall remain the property of the PGL and shall be returned (in all copies) to PGL on completion of the service provider’s performance under the contract if so required by the PGL.

Page 13: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

13

11. SCHEDULE OF PAYMENT:

i. 20% of the project cost will be released on submission of Bank Guarantee of 110% value (of 20%) valid for a period of six months. The bank guarantee will be released on completion of all the works at four power houses.

ii. Breakup of 70% Payment:

a) 70 % of the cost of canal closure works will be released on completion of these works on per power house basis.

b) 70 % of the cost of works other than canal closure works shall be released to the bidder after successful installation and commissioning complete hoisting modification works and demonstration of functioning of gates at each plant on pro-rata basis per power plant .

iii. The remaining 10% will be released after completion of entire works at all the four power plants and performance run of one month from the commissioning of works at last power plant .

12. WARRANTY PERIOD:

a. The firm will be responsible for a comprehensive warranty of one year from the date of works at all the four power plants.

b. The firm will rectify the faults as soon as possible appropriately within 36 clock hours . Such services shall be provided on all days.

c. The firm will provide preventive performance check once in three months and if felt necessary will provide the preventive maintenance thereof .

d. In case of default, the PGL will have the right to arrange maintenance at the risk and cost of the firm from any other source and shall adjust the charges from the Performance Bank Gurantee. PGL decision shall be final in this regard and will be binding on the firm.

e. The firm will not remove any equipment without the written permission of the PGL to be repaired/replaced under warranty obligations.

13. TAXES AND DUTIES:

a. The bidder shall be entirely responsible for all taxes, levies, cess, Octroi, duties, license fees, etc. incurred until completion of warranty obligations.

14. SUSPENSION:

a. PGL may by a written notice of suspension to the Firm, suspend all payments to the Firm under the contract, if the Firm fails to perform any of its obligations under this contract provided that such notice of suspension:

i. Shall specify the nature of the failure.

ii. Shall request the bidder to remedy such failure within a specified period from the date of receipt of such notice of suspension by the bidder.

Page 14: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

14

15. TERMINATION FOR DEFAULT:

a. The PGL may, without prejudice, to any other remedy for breach of contract, by written notice of default sent to the bidder, terminate the contract in whole or in part if:

i. The bidder fails to deliver any or all of the obligations within the time period(s) specified in the contract, or any extension thereof granted by the PGL.

ii. The bidder fails to performs any other obligation(s) under the contract.

iii. The Firm shall be given maximum of two opportunities of 15 days each to improve his service level and meet the obligations as per the contract.

16. TERMINATION FOR INSOLVENCY:

The PGL may at any time terminate the contract by giving written notice to the bidder without compensation to the bidder, if the bidder becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or effect any right of action or remedy which has accrued thereafter to the PGL.

17. “NO CLAIM CERTIFICATE:

The bidder shall not be entitled to make any claim, whatsoever, against the PGL under or by virtue of or arising out of this contract nor shall the PGL entertain or consider any such claim, if made by the bidder after he shall have signed a “no claim” certificate in favour of the PGL in such forms as shall be required by the PGL after the works are finally accepted.

18. DOCUMENTATION BY BIDDER IS PGL PROPERTY:

All plans, drawings, specifications, designs and other documents prepared by the bidder in the execution of the contract shall become and remain the property of the PGL, and before termination or expiration of this contract, the bidder shall deliver all such documents to the PGL under the contract along with the detailed inventory thereof.

19. CONFIDIENTIALITY:

The bidder and their personnel shall not, either during the term or after expiration of this contract, disclose any proprietary or confidential information relating to the services, contract or the PGL’s business or operations without the prior written consent of the PGL.

20. FOCE MAJEURE:

a. Notwithstanding the provisions of the bid, the bidder shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that, its delay in performance are other failure to perform its obligations under the contract is the result of an event of Force Majeure.

Page 15: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

15

b. For purposes of this Clause, “Force Majeure” means an event beyond the control of the bidder and not involving the bidder and not involving the bidder’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

c. If a Force Majeure situation arises, the bidder shall promptly notify the PGL in writing of such conditions and the cause thereof. Unless otherwise directed by the PGL in writing, the bidder shall continue to perform its obligations under the contract as far as reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. The PGL may terminate this contract, by giving a written notice of minimum 30 days to the bidder, if as a result of Force Majeure, the bidder being unable to perform a material portion of the services for a period of more than 60 days.

21. COST OF BID PREPARATION :

The Bidder shall bear all costs associated with the preparation and submission of its Bid, including cost of presentation for the purposes of clarification of the bid, if so desired by PGL and PGL will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Biding process. The Bidder is expected to carefully examine all instructions, forms, terms and specifications in the Bid Document. Failure to furnish all information required in the Bid Document or submission of a bid not substantially responsive to the Bid Document in every respect will be at the Bidder’s risk and may result in the rejection of the bid. 22. SUPPLY OF T&P , SAFETY EQUIPMENTS AND CONSUMABLES: Except where otherwise specified the contractor shall at his own expenses supply and provide all the T&P, temporary works, material for installation , safety equipments , testing equipments etc for both for temporary and for permanent works. This will also include supervision and labour including their transport to or from the site and their staying arrangements and any other and everything required for executing the entire works. Contractor will provide the mobile crane and any other equipment required for execution of works at his own cost and care. 23. NIGHT WORK AND SAFETY PRECAUTIONS: Night work shall not be allowed . The contractor is responsible to safeguard the workmen and the public and suitable precautions shall be taken to prevent accidents and accidental falls. 24. SUB CONTRACT The contractor shall not subcontract any portion of the contract without the prior written approval of Director, PGL.

Page 16: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

16

25. Compliance to Regulations and Bye Laws: The contractor shall conform to the provisions of any statue relating to his workers and the work and regulations and bye-laws of any local authority and or any Central/State Deptt. or undertaking in whose jurisdiction the work connected . 26. COMPENSATION UNDER WORKMEN’S COMPENSATION ACT:

The contractor shall be responsible for and shall pay any compensation to his workmen payable under the Workmen’s Compensation Act,1923 (VIII of 1923) or any other act applicable hereinafter called the said Act for injuries caused to the workmen. The contractor will take a policy with an Insurance Company to cover all his workers against injuries fatal/non-fatal during course of duty against Workmen’s Compensation Act. The contractor shall submit a copy of the same before start of the work so that PGL is kept free from any liability.

27. OTHER CONDITIONS:

a. Risk purchase at the cost of bidder will be made on the failure of the bidder to make supply as per Terms and Conditions. The difference of excess in cost thus incurred will be received from the bidder in a suitable manner and even from his pending bills, earnest money or security whichever is available.

b. If the contractor or his work people, or servants shall break, deface, injure or destroy any part of a building or existing equipments , the contractor shall make the same good at his own expense.

c. All disputes, differences, claims and demands arising under or pursuant to or touching the contract shall be referred to the arbitrator(s) as per the provisions of the arbitration Act. Such arbitration shall be held at Chandigarh.

d. In all matters and disputes arising there under, the appropriate Courts at Chandigarh alone shall have jurisdiction to entertain and try them.

e. Quote should be F.O.R destination. The list of 4 power plants & its locations are mentioned in Scope of Work.

Page 17: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

17

Section IV

DETAILED SCOPE OF WORK and TECHNICAL SPECIFICATIONS

Repair, Maintenance and Modifications in the Bye Pass Gates and its structure in accordance with the redesigned wheel assembly arrangement with new wheel assemblies including refurbishment and modification in hydraulic pressure unit at four Hydel Power Plants on Abohar Branch Canal

1. INTRODUCTION: Punjab Genco Ltd., (wholly owned company of Punjab Energy Development Agency - PEDA, a State nodal agency for promotion and development of Non-Conventional and Renewable Energy Sources) has set up four canal based hydel plants at sites Chupki, Narangwal, Tugal and Dalla in Ludhiana districts of Punjab. These plants are set up in tandem on Abohar Branch canal which is an off shoot of Sirhind canal and is perennial in nature. Since the power houses are canal based, the water available in the canal is diverted to the power houses by providing fixed wheel, vertical lift, electrically operated gates in the main canal. Each power house has a bye-pass channel for passage of water when the power house is in shut down condition. Two Nos vertical lift hydraulically operated bye pass gates has been provided at each power plant on this channel.The improved redesign of structure and wheel assembly arrangement alongwith new wheel assemblies wiith maintenance and replacement of parts of these gates and complete refurbishment of Hydraulic pressure unit are proposed for execution through this tender. Salient Features of 500 & 750 KW TG Units

1. Technology : syphon intake 2. Type of turbines : Vertical Semi -Kaplan; with fixed guide vanes and moveable

runner blades 3. Speed Increaser is provided for transmission of power. 4. Type of generator-Induction (Crompton – Make), Grid fed. 5. The power houses are operated through Supervisory Control And Data Acquisition

(SCADA) system (supplied by Alstom of India) 6. Generation voltage- 0.415 KV 7. Transmission voltage-11 KV 8. Hydraulically operated bye pass gates & electrically operated Main Canal Gates. 9. Vacuum pump system is provided for creation of syphon. 10. The power generated from MHPs is injected to the nearest PSPCL grid.

The details of installed capacity, discharge and designed head are as under:

S.No. Name of

Site District Maximum

discharge (cumecs)

Net Head (Mtrs.)

Installed capacity (in KW)

Expected generation (in MU)

1. Chupki Ludhiana 71.450 2.76 2 x 750 11.4383 2. Narangwal Ludhiana 67.168 2.62 2 x 750 10.1171 3. Tugal Ludhiana 60.940 2.85 2 x 750 10.0203 4. Dalla Ludhiana 47.630 2.48 2 x 500 7.1415

Page 18: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

18

Turnkey Contractor The power houses are designed, erected and commissioned by M/s Triveni Engineering Industries Limited (TEIL), New Delhi Generating Units Each power house is comprised of two no. semi kaplan turbines based on syphon in-take principle. These turbines are of vertical cross section having fixed vanes and moveable runner blades. Generators (supplied by Crompton Greaves Ltd.) installed are of induction type and are grid fed. Generation voltage is 415v, 50 Hz, AC. Speed Increaser Speed increaser (supplied by M/s. Kirloskar Pneumatics Ltd., Pune) is installed between turbine and generator for attaining the required speed of generator. Indoor Switch Gear The indoor switch gear is comprised of : • Air circuit Breakers (Siemens Make), Over current & Instantaneous Relays, Earth fault

relays, Over voltage & Under voltage relays, Reverse power relays for Generators.

• Air circuit Breakers (Siemens Make), Buchholz relay, over temp relay, winding temp relay

for Transformers.

• Capacitor panels for maintaining power factor.

• Control & Relay Panel with Over current, Earth-fault relays for 11 KV Out-door type

vacuum circuit Breaker is installed on the Main Outgoing transmission line.

• Batteries & battery charger for supply of 24 V DC Control Supply to all auxiliaries and

Uninterrupted Power Supply for supply of power to Microprocessor Control system.

• Auxiliary Control panel for running the plant Auxiliaries.

• Microprocessor Control System (PLC based) the most modern system for control of the

plant automatically, SCADA system.

• Control, metering and protection relay panels.

Outdoor Switch Gears The outdoor switchyard comprises of : • 1600 KVA/2500 KVA Main out going transformer 415V/11 KV, outdoor type, natural

cooled (ONAN).

• CTs & PTs for protection & metering.

• Outdoor type Vacuum Circuit Breaker, 12 KV, 630A, 50 Hz, Motor charged with rated

short circuit Current of 25 KA & rated lightning withstand voltages of 75KV, having over

current- instantaneous relays, restricted earth fault relay & emergency tripping facility.

• 100 KVA, 11 KV- 415V, auxiliary transformer.

Page 19: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

19

• Main Isolators & Auxiliary Transformer Isolators.

Transmission Line & HT indoor Switch Gear at PSPCL Grid Transmission Lines are erected from plant outdoor switchyard to nearest PSPCL grid for injection of power to PSPCL Grids. In the control room of PSPCL Grid, the following equipment is installed. • HT VCB 630 A, 12 KV, 50 Hz Motorised spring changing Making capacity of 62.5 KA

(Peak) with overcurrent.

• Earth fault relay with instantaneous protection feature, PSPCL check meter facility,

connected to Grid Bus.

A power purchase agreement for sale of power has already been signed between company and PSPCL. The power from these power houses shall be generated at 415 volts and stepped up to 11 KV for injection to nearest PSPCL grid. The length of transmission lines is as under: S.No. Name of

Site Grid Sub-Station where power is injected

Approximate Distance between Site & Grid Sub-Station

1. Chupki 66 KV Alamgir 5.00 Km 2. Narangwal 66 KV Narangwal 2.5 Km 3. Tugal 66 KV Sudhar 7.0 Km 4. Dalla 66 KV Roomi 8.5 Km

Location: Abohar Branch Canal Projects

1. MHP- Chupki,

Village Chupki, Teh. Dehlon, Dsitt. Ludhiana

2. MHP- Narangwal, Village Narangwal, Teh.Dehlon, Distt Ludhiana

3. MHP- Tugal Village Tugal , Teh Jagraon. , Dsitt. Ludhiana

4. MHP- Dalla Village Dalla , Teh. Jagraon , Dsitt. Ludhiana

2. BRIEF DESCRIPTION BYE PASS GATES AND ITS HYDRAULIC SYSTEM: - Two nos bye pass gates have been provided at each power house .These bye pass gates

are of vertical lift type . - The gates has no counter weights and operates through vertical double acting cylinders. - One nos double acting Hydraulic cylinder is attached with each gate at four power

houses. - Hydraulic System working pressure is around 70 BAR

Page 20: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

20

- The Hydraulic Unit is of MANNESMAN REXROTH make. - The scanned copy of Hydraulic circuit is attached herewith having all the details.

3. OBJECTIVE OF INITIATING MODIFICATIONS The gates have fixed wheel assemblies. These wheel assemblies got damaged frequently as water and sand destroyed its bearings. The functioning of the gates thus got affected which further affected the power generation from the plants. As a remedial measure to have reliable continuous operation of the gates, the bearings of the wheel assemblies are to be replaced with modified redesigned new wheel assemblies. The new arrangement for replacement of wheel assemblies is also required to be made at site on the gates as per enclosed drawing. Further the existing structure where cylinders are fixed is too narrow for carrying out maintenance on the hydraulic cylinders. Therefore about 1.00 meter widening of platform is proposed in the drawing enclosed . Painting of gates and structure will also be carried out as per the specifications mentioned herein 4. DETAILS OF WORKS:

TECHNICAL SPECIFICATIONS

1.00 GENERAL These technical specifications are for the hydro mechanical works included in the project. Works include fabrication including material, transportation, installation, testing and commissioning as are required for the successful completion of the items of works. The specifications have been framed in accordance with the requirements of the corresponding Indian standards, where available. If there be any variation between these specifications and the relevant IS specifications, the work shall be done in accordance with the latest IS specifications.

2.00 MODIFICATION WORKS OF BYE PASS GATES & HOISTING

STRUCTURES OF FOUR MINI HYDEL POWER PLANTS OF ABOHAR BRANCE CANAL

2.01 SCOPE OF WORK-GENERAL The broad scope of work to be carried out by the contractor is as defined below:-

(i) Fabrication, inspection, shop assembly, transportation and handling, site storage, site erection, painting, testing and commissioning including provision of labor, plant and material for the above.

(ii) Guarantee of successful operation of all the works carried out by the contractor.

It is not the intention of these specifications to specify complete details of equipment. However, the contractor shall supply the materials, parts and equipment which will meet in all respects, the requirements of owner in regard to performance, durability and satisfactory operation. All the equipment supplied shall conform to the relevant Indian standards. Wherever Indian standards are non-existent or silent, relevant International Standards (as agreed upon between the owner and the contractor) shall be followed. 3.00 Widening of existing hoist bridge by one meter and detachable arrangement of wheel assembly. 3.01 Details of widening hoist bridge and detachable arrangement of wheel assembly have

been shown in the relevant drgs. The work is to be carried out according to these drgs.

Page 21: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

21

Material shall be arranged as per the specifications given in Bill of Material of the drg and the fabrication shall be done according to the details given there in.

4.0 SCOPE OF WORK IN DETAILS : 4.1 CANAL CLOSURE HYDROMECHANICAL WORKS: The Combined Branch Canal of Sirhind Canal System is expected to remain close w.e.f 10.11.2018 till 30.11.2018 or the period as notified by WRD GOP . The following works required to be undertaken by finalised bidder ( say contractor ): 4.1 a) BYE PASS GATES SECTION • Dismentalling of Gate lifting arrangement. • Thorough examination of existing hoisting structure for any damage and its repairs etc. to

give it required strength. • Extraction of Gate Leaves for repair maintenance works . • Removal of wheel assemblies and seals. Confirmation of sizes, • Manufacturing of new wheel assemblies with new design and supplying to site alongwith

new seals and damaged retention plates if any.Wheel assemblies will be manufactured in accordance with the new design as per the drawing attached for MHP Dalla and to be replicated for other three power houses with minor dimentional changes if required. The detachable arrangement(detachable arrangement of wheel assembly shown in Drg) will also be required to be made in the end vertical girder of the gates as per the enclosed drawing for MHP Dalla . The same design and works will be replicated at the other three plants with some dimentional changes as per the actual sizes.

• Removal of rust etc and painting of gates as per specifications mentioned herein, with epoxy based paint of approved make by PGL .

• Supply of new SS nuts and bolts as required to fix the seals and wheel assemblies as required. The existing leakage from the gates should be contained within permissible limits.

• Replacement of wheel assemblies with new one, seals with new seals, nut bolts with new ones .Inspection by PGL will be made on completion of these works.

• Lowering of Bye Pass Gates in position. • Bye pass gates to be made operational by installing hydraulic system in existing position

and condition to enable the plant to continue power generation when the canal closure ends.

4.1 (b) TRASH RACKS Trash Racks installed at the inlet bay of power houses will be examined for any repair required and the same will be carried out alongwith the material required. Racks will be painted with the epoxy based paint duly approved by PGL. The above works are emergent work and required to be completed at all the four power houses within the period of Canal closure . 4.2 WORKS OTHER THAN CANAL CLOSURE:

4.2 a) HYDRAULIC SYSTEM SECTION Hydraulic system is provided with hydraulic pressure unit (HPU) of MANNESMAN REXROTH make.. It may be noted that though these works are not specified under the canal closure works but to complete the entire work order well within the time , these works can be undertaken in canal closure also as the executing sub agency will be different. The following works are required to be executed on the system: • HPU to be fully serviced by the authorized service provider of MANNESMAN REXROTH.

All the t hydraulic pumps are to be replaced with new ones of same make. Motors which

Page 22: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

22

are in working condition will be serviced and its bearings to be replaced with new ones. Any other observed damage to be rectified and no load parameters to be recorded.

• Motors which are not in working condition , to be rewinded and motors which are missing to be replaced with new one.

• Electrical switchgears to be serviced/replaced where required and to be made functional as original.

• Replace all the filters etc in the hydraulic line. • Replace the indicating gauges, manifolds, solenoids, valves etc. which are damaged and

HPU to be made functional as original condition. • All the instruments from where signal to PLC is generated to be made functional by

replacement with new ones if defective. • Check for Hydraulic cylinder condition and piston condition. Any damaged part to be

replaced and seals replacement is must. • There is also requirement of providing hydraulic pressure back-up for Lifting of gates in

case of power failure. The system is existing with bladder type accumulators and nitrogen charging cylinder. The contractor is required to make the system operational by replacing the bladders and nitrogen charging.

• Check for leakage in piping. New piping will be laid and all the connectors and other accessories will be provided new for the leakages.

• Contractor will fill the HPU with recommended grade new hydraulic oil , make of which will be approved by PGL.

• Any other shortcoming in HPU will be provided by the Contractor Complete bye pass gates system will be made functional and site testing will be performed.

4.2 b) STRUTURAL MODIFICATION WORKS:

Details of widening hoist bridge have been shown in the relevant drgs. The work is to be carried out according to these drgs. Material shall be arranged as per the specifications given in Bill of Material of the drg and the fabrication shall be done according to the details given there in.

4.2 c) TRASH CLEANING MACHINE • Providing power supply system of bare copper conductor to suitably fixed on power

house wall and trash cleaning machine(DSL). • The hydraulic system to be overhauled and defective parts to be replaced. • Braking system to be checked and defective parts to be replaced. • Provide new hydraulic oil. • Al the solenoids, valves, gauges etc. to be checked and defective to be replaced. • Rusted and wornout body parts including wheels to be repaired/replaced. • Hydraulic pump to be provided new one and motors serviced with replacement of

bearings. • Electrical controls to be repaired and replacement is required to be made where ever

required. • Ropes to be provided new one of SS for updown jaw travelling system. • Two coats of approved shade of paint to be applied.

The trash cleaning machine will be made fully operational and its functioning will be demonstrated at site. 5. Technical procedure to be adopted for execution of works: 5.05 Welding 5.05.1 All welding shall be done by electric are method using a process which will exclude the

atmosphere from the molten metal. Welding rods shall be of the heavily coated type designed for all position welding and the size, type and manufacturer of the rods shall

Page 23: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

23

be subject to approval of the engineer-in-charge. Welds shall be made as specified on the drawings and in accordance with the conventional welding symbols given in IS:813-1961. Welding shall be done in accordance with “IS:4353-1995. Recommendations for submerged arc welding of mild steel and low alloy steels.” All butt welds shall be complete penetration welds, where metal is deposited in successive layers, each layer shall be cleaned before the subsequent layer is deposited.

5.05.2 Qualification of welders:- The manufacturer/contractor shall be responsible for the quality of the work performed by his welding staff. All welders assigned to the work shall have passed qualification tests for welders as per the provisions of relevant IS code. If at any time the work of any welder appears questionable, welder shall be required to pass additional tests to determine his ability to perform the type of work on which he is engaged.

5.05.3 Non-destructive Tests/Inspection:- Manufacturer/contractor shall perform adequate inspection and quality control and conform to the inspection procedure, outline below. All material entering into the work shall be subject to inspection by Engineer and all purchase orders for materials and supplies shall carry a notation to this effect. Copies of all purchase order and subcontracts shall be submitted to Engineer at the time of placing the order.

Waving off Inspection by Engineer shall not relieve the manufacturer/contractor from the responsibility of supplying material and workmanship acceptable to Engineer. Manufacturer/contractor shall be responsible for proving quality of material and workmanship, either by records of inspection or by immediate inspection. Manufacturer/contractor shall perform any nondestructive testing and inspection required by Engineer on any material or workmanship in which defects are suspect. Witness tests and inspection of material will be made at the place of work by Engineer. Engineer shall at all times have access to all places of works where equipment or materials are being made or prepared for use under this contract and shall have full facilities, including office space and communication facilities, for unrestricted inspection of such materials and equipment. Whereas such witnessing and inspection will be conducted so as to interfere as little as possible with the operation of with work, Manufacturer/contractor shall conform to the requests made by Engineer, concerning the method of test or correction of defective workmanship. Unless otherwise specified, any rejection based on witness tests or general inspection to be reported to the manufacturer/contractor within 10days. Material which shows injurious defects subsequent to its acceptance at the Manufacturer/contractor’s works, will be rejected and the Manufacturer/contractor shall be notified. Test pieces which represent material shall either be preserved for a period of time to be mutually agreed upon between Engineer and Manufacturer/ contactor and Manufacturer/contractor may make claim for a rehearing. Magnetic particle inspection of welds shall be conducted in accordance with relevant codes. Ultrasonic examination of welds shall also be carried out as per relevant IS codes. All unacceptable defects in welds shall be chipped out to sound metal and such areas shall be checked by magnetic particle inspection or ultrasonic testing by the manufacturer/contractor as directed by the Engineer, to ensure that the defect has been completely removed before re-welding. Repair welding shall be performed using a qualified procedure and in a manner acceptable to Engineer. Rewelded joints, and weld-repaired areas shall be ultrasonically examined. All records of ultrasonic tests to be maintained by the contractor.

Page 24: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

24

All testing of weldments shall be performed by Manufacturer/contractor at his expense. Magnetic particle inspection of weldments shall be performed by Manufacturer/contractor on all high stress carrying members as per the directions issued by Engineer-in-charge regarding the extent and locations of weldments. Water and Power will be provided free of cost if available at the plant. Else contractor has to make his own arrangement at his own cost. 6.00 SURFACE PREPARATION AND PAINTING 6.01 General

(a) The Manufacturer/contractor shall provide as part of his supply the surface treatment, priming, corrosion protection and painting of the equipment furnished. Such work shall include the cleaning by sand blasting, coating and painting work at the workshop and at the site upto and including the finish painting. Unless otherwise specified the coating and painting shall be carried out in accordance with the latest Indian standards or equivalent approved standards. All paints, painting material and accessories for painting shall be included in the price bid. All finished and unfinished surfaces of metal work (other than of aluminum brass, bronze or stainless steel)-except screw threads, mating surfaces, sliding surfaces, rolling surfaces shall be cleaned and protective coating applied as specified herein after.

(b) All paints and painting material shall satisfactorily fulfill the requirements imposed by the site conditions, as well as the stresses to which the respective equipment is subjected during operation of the works. Shades of the finishing coatings shall be as approved by the Engineer-in-charge.

(c) The paints and shades of the finished coatings proposed by the Manufacturer must be got approved by the Purchaser before application of the same. The analysis in respect of paint properties, paint composition and performance requirements of the paints shall be submitted by the Manufacturer for check and approval. All painting material shall conform to relevant Indian Standards.

(d) Each coat of primer and paint shall be compatible with the previous and subsequent coats. All pigmented primers and paints which will be used for priming and painting at the site shall be delivered in original and sealed containers packed by the manufacturer.

(e) The Manufacturer shall supply full details regarding the extent to which sandblasting, priming and painting will be carried out in his workshops (or his subcontractors, as the case may be) at the site and after erection. A properly equipped paint shop shall be set up at the site using a specialist organization, experienced and skilled in the preparation and application of protective coatings at the conditions prevailing at the site.

6.02 Surface Preparation After the equipment has been fabricated, it is essential that before any primer and coat of paint is applied, the surface is property prepared. Such preparation shall include through cleaning, smoothing, drying and similar operation that may be required to ensure that the primer and/or paint is applied on suitable surfaces. Clean cloths and clean fluids, hall be used to avoid greasy film or greasy residue on the surface being cleaned. The procedure for surface preparation shall be as follows:

(a) Weld spatters or any other surface irregularities shall be removed by any suitable means before cleaning.

(b) All oil grease and dirt shall be removed from the surface by the use of clean mineral spirits, xylol or white gasoline (lad free) and clean wiping materials.

(c) Following the solvent cleaning, the surfaces, to be painted shall be cleaned of all rust, mill scale and other lightly adhering objectionable substances by sand blasting or grit

Page 25: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

25

blasting to uniform bright base metal. Average surface roughness for sand blasted area shall not exceed 40 microns. Any grit or dust remaining after the cleaning operation shall be completely removed from the surface by wire brushing, air blowing, suction or other effective means before the surface is painted.

(d) Surfaces of stainless steel, nickel, bronze and machined surface adjacent to metal work being cleaned or painted shall be protected by masking tape or by other suitable means during the cleaning and painting operations

(e) Primers shall be applied as soon as the surface preparation is complete and prior to the development of surface rusting. In case there is considerable time gap, the surface shall be re-cleaned prior to priming.

6.03 Shop Painting (a) Stainless steel and bronze surface shall only be cleaned but not painted. (b) All surface embedded parts which are to come in contact with concrete shall be

cleaned as mentioned above and given two coasts of cement latex to prevent rusting during the shipment and while awaiting installation.

(c) Two coats of zinc rich primer with epoxy resin shall be applied to all unfinished surfaces of the embedded parts and gates which shall remain exposed to atmosphere or submerged in water to obtain a dry film thickness of 60 microns, which shall be followed by three coats at an interval of 24 hours of coal tar blend epoxy resin paint, so as to get a dry film thickness of 80 micron, in each coat. Total dry film thickness of paint shall be 300 microns.

(d) All finished surfaces of ferrous metal including bolts, screw threads, etc., that ill expose during shipment or while awaiting installation shall be cleaned and given heavy uniform coating of gasoline soluble rust preventive compound or equivalent.

(e) All exposed surfaces for hoists, supporting structure, shall be given two coats or red lead primer at the coverage rate of 9 sq.m/litre to obtain dry film thickness of 35 microns which shall be followed by two coats of aluminum paint at the coverage rate of 6 sq. m/litre to obtain dry film thickness of 150 microns (i.e. 75 microns for each coat). Total thickness of film shall be 225 microns. Hoist machineries may be given machinery finish paint.

(f) All other surfaces to be painted shall be primed with one coat of an approved synthetic varnish, rust preventive and lead paint. The surface which will be inaccessible after assembly shall be given an additional coat (total two coats) of the same paint.

6.04 Measures during Painting (a) Any bare spots or holidays shall be recoated with additional application of primer. (b) All runs, sags, floods or dips shall be removed by scrapping and cleaning, the cleaned

area shall be retouched or all such defects shall be remedied by re-blasting or re-priming.

(c) Special attention shall be given to obtaining good coverage on rivets, welds and sharp edges and corners.

(d) Suitable measures shall be taken to protect applied primer form contact with rain, fog, mist, dust or other foreign matter until completely hardened and next coat applied.

(e) The air temperature at the time of application must not be below 10 Deg. C and relative humidity must not be above 60%.

6.05 Application Procedure

All paints and coating materials shall be in a thorough mixed condition at the time of application and shall not be thinned except as hereinafter specifically provided. Any warming of the paint shall be performed by means of hot water bath. On all surfaces, to which paint shall be applied immediately after cleaning, and except otherwise specifically provided. Shall be applied by either brushing by spraying. When paint is applied by spraying, a mechanical agitator type of paint pot shall be used. Means shall

Page 26: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

26

be provided for removing all free oil and moisture from the air supply lines of spraying equipment. Each coat of paint shall be free from runs, sags, pin holes and holes.

Each coat of paint shall be allowed to dry or harden thoroughly before the succeeding coat is applied. All paints shall be applied by skilled workmen in a workmanlike manner. Paint shall not be applied during damp weather and on surfaces that are not entirely free from moisture. Rust preventive compound shall be applied by any convenient method to ensure complete coverage of heavy coating. After the final application, the paint film shall be allowed to cure atleast for 7 days.

6.06 Field Painting The painted metal work shall be handled with care so as to preserve the shop coats. The area of the shop paint which has been damaged during transport shall be cleaned to base metal and repainted. Paint applied to such areas shall be of the same type as used originally in shop painting. All unfinished surfaces of embedded parts and gates that are exposed to atmosphere or submerged in water shall be given a finishing paint of aluminum epoxy paint so as to obtain shining surface of pleasing colour. This finishing coat should be able to reflect light and limit the heat absorption when exposed to sun.

6.07 Reference Codes Following IS Codes shall be followed for all the above painting works:- (i) IS:1477 (Part-I)-1971 “Code of practice for painting of ferrous metals in buildings part-I

pretreatment. (ii) IS:1477 (Part-II)-1971 “Code of practice for painting of ferrous metals in building part-II

Painting.

7.00 MISCELLANEOUS 7.01 Structural Steel Works 7.01.1This specification covers the supply, fabrication, transportation to site and erection of

structural steel work consisting of rolled steel joist girder/columns, trusses, beams, chequered plate, stair case, bracings, hand railing etc for the proposed work.

Fabrication, erection and approval of steel structures shall be in compliance with – - These General Specifications and IS:800 – 1984 (latest edition) - Drawings and supplementary drawings to be supplied to the Contractor during

execution of the work.

Providing shop primer two coats for steel structures and two coats of finishing paint. Pressure grouting of holding down bolt pockets and below base plates where required. In case of conflict between the clauses mentioned here and the Indian Standards, those

expressed in this specification shall govern. 7.01.2 Fabrication, supply and erection of the super-structure consists of an jobs herein

enumerated including providing all labour, tools and plants, all materials and consumables such as welding electrodes, bolts and nuts turned and fitted bolts and nuts, oxygen and acetylene gases, oils for cleaning etc. of approved quality as per specification, drawings and cleaning etc of approved quality as per specification, drawings and relevant IS Codes. The work shall be executed according to the drawings, specifications, relevant codes, etc in an expeditious and workmanlike manner, as detailed in the specifications and the relevant Indian Standard codes and best standard practices and to the complete satisfaction of the Engineer-in-Charge.

The scope of work mainly consists of the following works, however, not limited to the same:-

- Steel structural works for Rolled steel joist girders/columns, trusses, beams, bracings etc.

Page 27: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

27

- Alignment, level, erection, pressure grouting under steel column bases including handover superstructure complete in all respects to the satisfaction of the Engineer-in-Charge.

- Any other items as shown in the drawings or covered in the specifications and bills of quantities to the satisfaction of the Engineer-in-Charge.

7.01.3 The Contractor shall prepare all fabrication and erection drawings on the basis of detail drawings supplied to him and submit the same in triplicate to the Engineer-in-Charge, for approval and comment, if any on the same. Such approval, if any, by Engineer-in-Charge does not relieve the Contractor of any required guarantees/responsibilities. The contractor shall, however, be responsible to fabricate the structures strictly conforming to specifications and approved drawings.

Fabrication drawings shall include the following: - Member sizes and details - Types and dimensions of welds and bolts - Shapes and sizes of edge preparation for welding - Details of shop and field joints included in assemblies - Bill of Materials - Erection assemblies, identifying all transportable parts and sub-assemblies, associated

with special erection instructions, if required, showing part marks and erection - Calculations where asked for, for approval.

7.01.4 When the Contractor prepares his detailed programme, he shall make allowance for minor change in the design if happen due to site condition. Claims of extensions of time will not be permitted on this. Connections, splices, etc. other details not specifically detailed in design drawings shall be suitably given on fabrication drawings considering normal detailing practices and developing full strengths of member. Any alternative design or change in section is allowed when approved in writing by the Engineer-in-Charge. The Engineer’s approval shall not absolve the Contractor of his responsibility for the correctness for dimensions, adequacy of details and connections. One copy will be returned approved with or without comments to the Contractor for necessary action. In the former case, further three copies of amended drawings shall be submitted by the Contractor for final approval.

7.01.5 Steel material must be marked for identification and each load should be accompanied by manufacturers quality certificate, conforming to chemical analysis and mechanical characteristics. Structures with surface defects such as pitting, cracks, laminations, etc. shall be rejected if the defects exceed the allowable tolerances specified in relevant standards or as directed by the Engineer-in-Charge. Welding wire and electrodes shall be stored separately by qualities and lots inside a dry and enclosed room, in compliance with IS: 816 and as per instructions given by the Engineer-in-Charge, Electrodes shall be perfectly dry and drawn from an electrode oven, if required. Checking of quality of bolts of any kind as well as storage of same shall be made conforming to relevant standards. Each lot of electrodes, bolts nuts, etc. shall be accompanied by manufacturer’s test

certificate. The Contractor may use alternative materials as compared to design specifications only with the written approval of the Engineer-in-Charge.

7.01.6 All materials shall be new and shall conform to their respective specifications as specified. The use of equivalent or higher grade of alternative materials will be considered only in very special cases subject to the approval of the Engineer. All structural steel works shall conform to IS:226. All bolts and nuts shall conform to IS: 1363.

Page 28: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

28

7.01.7 The contractor shall be required to produce manufacturer’s quality certificate for the material supplied by the Contractor. Notwithstanding the manufacturer’s Certificates, the Engineer may ask for testing of materials in approved test houses. The test results shall satisfy the requirements of the relevant Indian Standards.

Wherever quality certificates are missing or incomplete or when material quality differs from standard specifications, the contractor shall conduct all appropriate tests as directed by the Engineer at no extra cost.

Materials for which test certificates are not available or for which test results do not tally with relevant standard specifications, shall not be used.

7.01.8 Fabrication shall be in accordance with IS:800 in addition to the following: Fabrication shall be done as per approved fabrication drawings adhering strictly to work points and work lines on the same. The connections shall be welded or bolted as per design drawings. Work shall include fabrication of built-up sections.

Any defective materials used shall be replaced by the contractor at his own expenses, care being taken to prevent any damage to the structure during removal. All the fabricated and delivered items shall be suitably packed to be protected from any damage during transportation and handling. Any damage caused at any time shall be made good by the contractor at his own cost. 7.01.9 Prior to release for the fabrication, all rolled sections warped beyond allowable limit

shall be straightened in a straightening machine only and freed from twists, taking care that a uniform pressure is applied. No hammering shall be applied to remove twists/warps or corrugations, etc.

The sections shall be straightened by hot working only when the Engineer-in-Charge so approves and shall be cooled slowly after straightening.

Warped members like plates and flats may be used as such only if wave like deformation does not exceed L/1000 but limited to 5 mm (L-Length)

Surfaces of members that are to be jointed by lap or fillet welding or bolting shall be even so that there is no gap between overlapping surfaces.

7.01.10 Marking of members shall be made on horizontal pads, or on appropriate racks or supports in order to ensure horizontal and straight placement of such members.

7.01.11 Members shall be cut mechanically (by saw or shear) or by oxyacetylene flame by machine. All sharp, rough, or broken edges, and all edges of joints shall be ground smooth.

No electric metal arc cutting shall be allowed. All edges cut by oxyacetylene process shall be cleaned of burrs, impurities and slag and smoothly dressed prior to assembly.

7.01.12 The edge preparation for welding of members more than 8 mm thick shall be done by edge planning machine only. Cut faces shall not have cracks or be rough.

The base and cap plate shall be accurately machined over the bearing surface and shall be in effective contact with the end of the stanchion, which shall be end-milled after assembly but before welding cap and base plate.

7.01.13 Bolt holes shall be drilled Drilling shall be made to the diameter specified in drawings. No enlarging of holes by filing by mandrilling or oxyacetylene flame shall be allowed. Allowed variations for holes (out-of-roundness, eccentricity, plumb-line deviation) shall be as per IS:800.

o Maximum deviation for spacing of two holes on the same axis shall be ±0.5mm and for distance of holes between extreme holes at ends shall be ±1.0 mm.

o Two perpendicular diameters of any oval hole shall not differ by more than 0.5 mm.

7.01.14 Assembly of structural members shall be made with proper jigs and fixtures as necessary to ensure correct positioning of member (angles, axes, nodes, etc.). the first component/assembly fabrication in such jigs/fixtures shall be inspected thoroughly by the contractor and the inspection results on the fixtures/jigs shall be offered to the Engineer-in-Charge for approval before proceeding with the fabrication.

Page 29: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

29

Sharp edges, rust or cut edges, notches, irregularities and fissures due to faulty cutting shall be chipped or ground or filed over the length of the affected area, deep enough to remove defaults completely.

Edge preparation for welding shall be carefully and accurately made so as to facilitate a good joint as per IS: 823. Generally no special edge preparation shall be required for members under 8mm thick. The members to be assembled shall be clean and dry on the welding edges. Under no circumstances shall be wet greasy, rust or dirt covered parts be assembled. Joints shall be kept free from any foreign matter, likely to get into the gaps between members to be welded. Before assembly the edges to be welded as well as adjacent areas extending for at least 20mm shall be cleaned (until metallic Polish is achieved). When assembling members, proper care shall be taken of welding shrinkage and distortions, as the drawing dimensions cover finished dimensions of the structure. The components shall be approved by the Engineer-in-Charge. The permissible tolerances for assembly of members preparatory to welding shall be as per IS:823. After the assembly has been checked, temporary tack welding in position shall be done by electric welding, keeping in view finished dimensions of the structure. 7.01.15 All welding shall be done manually by the shielded metallic arc process. All welds shall be made continuous and water-tight. The minimum throat dimension of fillet welds shall be 4.5mm. The dimensions and shape of the edges to be joined shall be such as to allow through fusion and complete penetration and the edges of plates shall be properly formed to accommodate the various welding conditions. The surface of the plates for a distance of 20 nun from the edge to be welded shall be thoroughly cleaned of all rust, grease and scale, to bright metal. The technique of welding employed, the appearance and quality of the welds made and the methods used in correcting defective work shall conform to IS : 1024 and IS :822. Welding shall be carried out only be fully trained and experienced certified welders. The welding electrodes shall conform to IS: 816. When welding is carried out in open area, steps shall be taken to protect the places of welding against wind or rain. The electrodes, wire and parts being welded shall be dry. For continuing the welding of seams discontinued due to some reason the end of the discontinued seam shall be melted in order to obtain a good continuity. Before resuming the welding operation, the groove as well as the adjacent parts shall be well cleaned for a length of approx. 50mm. The welding seams shall be left to cool slowly. The contractor shall not be allowed to cool the welds quickly by any method. For multi-layer welding, before welding the following layer, the earlier welded layer shall be cleaned metal bright by light chipping and wire brushing. Backing strips shall not be allowed. The sequence and method of welding shall be so that –

- No unacceptable deformation appears in the welded parts; - Due margin is provided to compensate for contraction due to welding in order to avoid

any high permanent stresses.

The defects in welds must be rectified according to IS: 823 and as per construction of the Engineer.

7.01.16 The weld seams shall satisfy the following: - Shall correspond to design shapes and dimensions; - Shall not have any defects such as cracks, incomplete penetration and fusion, under-

cuts, rough surfaces, bums, blow holes and porosity, etc. beyond permissible limits.

During the welding operations and approval of finished elements, inspections and tests shall be made as directed by the Engineer-in-Charge as per Indian Codes. All welds shall be inspected visually by magnifying glass. The mechanical characteristics of the welded joints shall be as in IS:823.

Page 30: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

30

The members shall be assembled for bolting with proper jigs and fixtures to sustain the assemblies without deformation and bending. Before assembly, all sharp edges, shavings, rust, dirt etc. shall be removed. Before assembly, the contacting surfaces of the members shall be cleaned and given two coats of primer as per IS : 2074. The members which are shop-assembled shall be set according to drawings and temporarily fastened with parallel drifts (minimum 4 pieces) to check the coaxiality of the holes. The members shall be finally bolted after the deviations have been corrected, after which there shall not be gaps. Before assembly, the members shall be checked and got approved by the Engineer-in-Charge. Reaming of holes to final diameter or cleaning of these shall be done only after the parts have been check assembled. As each hole is finished to final dimensions (reamed if necessary), it shall be set and bolted up. Erection bolts shall not be removed before other bolts are set.

7.01.17 Final bolting of the members shall be done after the defects have been rectified and approval of joints obtained from the Engineer-in-Charge. The bolts shall be tightened starting from the centre of joint towards the edge.

7.01.18 Holes and field joints shall be drilled in the shop to final diameters and tested in the shop, with trial assemblies. For bolted steel structures, trail assembly in shop is mandatory subject to check by Engineer-in-Charge. The tolerance for spacing of holes shall be ± 0.5 mm

7.01.19 All tolerances regarding dimensions geometrical shapes and sections of steel structures, shall be as per IS or as shown in the drawings unless specified in the specification. The deviation in the length of individual component/part should not be more than 1.6mm and the same for assembly not more than 3 mm.

7.01.20 One coat of primer paint should be applied to all steel members (unless otherwise specified). Primer coat shall not be applied unless:

- Surfaces have been wire brushed, cleaned of dust, oil, rust, etc. - Erection gaps between members, spots that cannot be painted or where moisture or

other aggressive agents may penetrate, have been filled with an approved type of paint.

- The surface to be painted are completely dry. - The parts where water or aggressive agents may collect during transportation, storage,

erection and operation are provided with proper protection treatment and are provided with holes for drainage of water.

- Members and parts have been inspected and accepted. - Welds have been accepted and all slags are removed.

The following are not to be painted or protected by any other product: - Plane surface - Holes and links

The surfaces that are to be embedded or in contact with the concrete shall be given a coat of cement wash. Special attention shall be given to locations not easily accessible, and which after assembly and erection cannot be inspected and painted. Holes shall be provided for water drainage where required and inaccessible box type sections shall be hermetically sealed by welds. 7.01.21 Field Erection

The erection work shall be permitted only after the foundation or other structure over which the steel work will be erected is accepted by Engineer-in-Charge and is ready for erection.

Page 31: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

31

The Contractor shall satisfy himself about the levels alignments etc. for the foundations well in advance, before starting the erection. Minor chipping etc. shall be carried out by the Contractor at his own cost. Any faulty erection done by the Contractor shall be made good at his own cost. Approval by the Engineer-in-Charge at any stage of work does not relieve the Contractor of any of his required guarantees of the Contract.

7.01.22 Erection in general shall be carried out as required and approved by the Engineer-in-Charge. Positioning and leveling of the structure alignment and plumbing of the stanchion and fixing every member of the structure shall be in accordance with the relevant drawings and to the complete satisfaction of the Engineer-in-Charge.

The following checks and inspection shall be carried out before during and after erection: - Damages during transportation - Accuracy of alignment of structures - Erection according to drawings and specifications - Progress and workmanship

In case there be any deviations regarding positions of foundations or anchor bolts, which would lead to erection deviations, the Engineer-in-Charge shall be informed immediately. Minor rectifications in foundations, orientation of bolt holes etc. shall be carried out as a part of the work at no extra cost. At all stages of erection, the various parts of the steel structure shall be so erected and temporarily braced as to ensure stability against inherent weight, wind, rains, storm and erection stresses. The structure shall be anchored and final erection joints completed after plan and elevation positions of the structural members have been verified with corresponding drawings and approved by the Engineer-in-Charge. The bolted joints shall be tightened so that the entire surface of the bolt heads and nuts shall rest on the member. For parts with sloping surfaces, tapered washers shall be used. 7.01.23 All field assembly and welding shall be executed in accordance with the requirements

for shop fabrication, excepting such as manifestly apply to shop conditions only. Where the steel has been delivered painted, the paint shall be removed before field welding, for a distance of at least 50mm on either side of the joints.

7.01.24 Anchor bolts shall be supplied as shown in the drawings. The anchor bolts assembly to be anchored or embedded in concrete shall be placed and securely help in position strictly as per drawings before and during pouring of concrete, with necessary wooden or steel templates and other devices. It will be the responsibility of the Contractor to provide necessary templates and fixtures for correct alignment of foundation bolts and supervise the concreting work at the time of bolts installation.

7.01.25 Pressure Grouting of pockets and under base plates will be done only after the steelwork has been leveled and plumbed and the bases of stanchions are supported by steel shims. The space below the base plate and pockets shall be thoroughly cleaned.

The mortar used for pressure grouting shall not be leaner than 1:1 (cement: 1 stand) and shall be mixed to the minimum consistency required. It shall be poured continuously under a suitable head and tamped until the space has been completely filled.

Page 32: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

32

SECTION-V

BID PROPOSAL PROFORMA’s Performa -I

BID PROPOSAL SHEET

Bidder’s Proposal Reference No. & Date : Bidder’s Name & Address : Person to be contacted : Designation : Telephone No. Fax No:

To:

Director Punjab Genco Limited, Solar Passive Complex Plot No. 1 & 2, Sector 33-D, Chandigarh

Subject: Repair, Maintenance and Modifications in the Bye Pass Gates and its structure in accordance with the redesigned wheel assembly arrangement with new wheel assemblies including refurbishment and modification in hydraulic pressure unit at four Hydel Power Plants on Abohar Branch Canal.

Dear Sir,

1.0 We, the undersigned Bidders, having read and examined in detail the works to be executed.its technical specifications, drawings , material requirements etc. in respect of subject cited supplies , works, its quality, warranty etc as described in this bid document , do hereby confirm to provide the equipment and services as specified in the bidding document if our bid is accepted

2.0 PRICE AND VALIDITY

2.1 All the prices mentioned in our proposal are in accordance with the terms as specified in bidding documents. All the prices and other terms and conditions of this proposal are valid for a period of 120 days from the last date of submission of bids.

2.2 We do hereby confirm that our bid prices include all taxes and cess including Income Tax and GST.

2.3 We have studied the Clauses relating to valid Indian Income Tax and hereby declare that if any Income Tax, Surcharge on Income Tax and any other Corporate Tax is altered under the law, we shall pay the same.

3.0 EARNEST MONEY

We have enclosed the required earnest money in the form of RTGS/On Line deposit . It is liable to be forfeited in accordance with the provisions of bid document.

Page 33: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

33

4.0 DEVIATIONS

We declare that all the services shall be performed strictly in accordance with the fine tuned Technical specifications and other bid document except the deviations as mentioned in the Technical deviation Performa (Performa-IV) Further we agree that additional conditions, if any, found in the proposal documents, other than those stated in deviations Performa, shall not be given effect to.

5.0 BID PRICING

We further declare that the prices stated in our proposal are in accordance with your terms & conditions in the bidding document.

6.0 QUALIFYING DATA We confirm having submitted in qualifying data as required by you in your bid document. In case you require any further information/documentary proof in this regard during evaluation of our bid, we agree to furnish the same in time to your satisfaction.

7.0 CONTRACT PERFORMANCE SECURITY We hereby declare that in case the contract is awarded to us, we shall submit

the performance Guarantee Bond in the form of Bank Guarantee as per terms of bid document.

7.1 We hereby declare that our proposal is made in good faith, without collusion or fraud and the information contained in the proposal is true and correct to the best of our knowledge & belief.

7.2 Bid submitted by us is properly prepared so as to prevent any subsequent alteration and replacement.

7.3 We understand that you are not bound to accept the lowest or any bid you may receive.

7.4 We understand that the works to be executed under Canal Closure Works are emergent works to be completed in available canal closure of 21 days or the period as notified by WRD GOP. We declare and certify that we have the capability in respect of resources, manpower,technical background and finances etc. to complete these works at the four Hydel Plant Sites in the available canal closure and accordingly we will immediately mobilize these works on receipt of award of contract.

Thanking you,

Yours faithfully,

(Signature)

Date: Name: Place: Designation: Business Address: Seal

Page 34: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

34

Performa -II

Performa for eliciting information for appraisal of company capability to manufacture item(s)/ equipment as per requirements of PGL Tender Specification.

1. Name of the tendering company A) Complete address of the office

i) Telephone Number(s) ii) Fax Number. iii) E. Mail Address iv) Name of the two responsible persons along with Designation

B) Complete address of the workshop from where material manufactured and supplied against this tender enquiry.

i) Telephone Number(s) ii) Fax Number.

iii) email Address……… iv) Name of the two responsible persons with Designation

C) Name, Addresses & Telephone No. of Chairman/ Managing Director/Directors.

i) Name ii) Address

iii) Telephone/mobile Number

i) Name ii) Address

iii) Telephone/mobile Number

i) Name ii) Address

iii) Telephone/mobile Number

2. Year of establishment of the company a) Private Firm or Company b) Registered under the companies Act, Give Registration No. & date.

3. Memorandum and Article of Association of Company 4. Financial Position:- i) Annual financial turnover (duly audited for the last three years)i.e. 2015-16, 2016-17, 2017-18

ii) PAN No. & Proof of filling Income Tax Return for last three years of Company

iii) CIN No. iv)TAN No. v)GST No. 5. Production capability of the item covered in your bid . a) Detail of plant & machinery installed for production of items covered in bid.

b) Quality controls exercised in procurement of raw materials.

Page 35: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

35

6. Bid Document Fee (Non Refundable) Amount, Rs. Date Transaction No. 7. E - Processing Charges (Non Refundable) Amount, Rs. Date Transaction No. 8. Details of EMD ( Rs. _________/- Lac (Rupees

__________only)

Online Transaction No. online Transaction Date

Dated.

Authorized Signatory

Name:_________________ Designation:____________

Address and Seal of the firm NOTES: 1) Please attach additional sheets, where required. 2) Copies of documents attached with the Performa should be attested by the firm’s

authorized signatory with stamp mark of the firm.

Page 36: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

36

Performa-III

TECHNICAL QUALIFICATION CRITERION

The Bidder shall submit copies of work order (WO) of similar type of project executed in last five years with proof of satisfactory execution in the form of certificate of completion etc issued by the ordering agency/department. Refer Clause 2 of Section IV. S. no.

Details of Project

Agency/Department /Power Plant

WO no and date

Value of WO Whether works completed or under progress.

Name/ Designation, Address & phone no. of the contact official of Department /Agency/Power Plant

1.

2.

3.

4.

5.

Note: Copies of performance/ execution certificates or any other supporting documents having executed the project for any Agency/Departments/ Power Plant should be enclosed with the tenders. Only copies/ list of WOs will not be treated as authentic proofs. The In-hand undergoing works if any , shall be considered for qualification upto the extent of value of completed works upto the date of publication of this tender only , if the certificate issued by the concerned authorities certify the value of completed works and satisfactory performance and continuity in execution of balance works by the contractor. Dated.

Authorized Signatory

Name:_________________ Designation:____________

Address and Seal of the firm

Page 37: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

37

Performa-IV GENERAL AND TECHNICAL DEVIATIONS

Subject: Repair, Maintenance and Modifications in the Bye Pass Gates and its structure in accordance with the redesigned wheel assembly arrangement with new wheel assemblies including refurbishment and modification in hydraulic pressure unit at four Hydel Power Plants on Abohar Branch Canal

Dear Sir,

Following are the Technical deviations & variations from the

exceptions to the specifications of the subject cited works.

These deviations and variations are exhaustive. Except these

deviations and variations, the entire work shall be provided as per your specifications and

documents.(attach separate sheet if required)

______________________________________________________________________ Sr. Clause Page Statement of deviations No. No. No. and variations ______________________________________________________________________

____________________________________________________________________

Date Signature

Name

Place Seal Note: The tenderer is to clearly indicate any deviation in technical & general terms and conditions in this Annexure only. In case, the Technical Specification as well as General conditions of Tender Specifications are acceptable in Toto, the word ‘NIL’ shall invariably be put in the above Columns. In case, nothing is mentioned here then it shall be presumed that there is no deviation in the offer and terms and conditions of the specifications are acceptable to the bidder in Toto. Any deviation found elsewhere in hard copy/soft copy but not explicitly mentioned/referred above will be ignored and no communication regarding the same shall be entertained later on.

Page 38: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

38

Performa-V

PERSONNEL AVAILABLE FOR

THE PROJECT*

S. No. Name POST Qualification Total Years

of Experience

Years of Relevant Experience

1.

2. 3.

4.

5.

6.

7. 8.

9. 10. 11. 12. 13.

* The above Personnel requirement is indicative and can be increased/decreased as per project requirement.

Signature with seal of bidder 1. Attach sheet if required.

Page 39: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

39

Performa-VI

CERTIFICATE

Use of new, genuine and OEM components for Hydraulic System

This has reference to the quoted / to be supplied by your company against the tender no. PEDA/PGL/2018-19/13 dated 16.10.2018.

We hereby undertake that all the components / parts/ assembly/ auxiliary equipments, pipes, etc. to be used in Modifications in the existing Hydraulics Systems installed at four hydel power plants for operation of Bye Pass Gates shall be original, new, genuine and as per the said technical specifications in the tender , will be procured from respective OEM(s) of the quoted products. It is also certified that no refurbished/ duplicate/ second-hand components/ parts/assembly/ software shall be used.

In case we are found not complying with above indicated undertaking at the time of delivery or during installation, we allow the Punjab Genco Limited to take appropriate action (e.g. Forfeiture of Bank Guarantee/ EMD, etc.).

Authorized signatory

Page 40: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

40

Performa-VII

LITIGATION HISTORY

Year Award For

or Against Bidder

Name of client, cause of litigation, and matter of dispute

Disputed amount (current value in Rs.)

Actual awarded Amount (in Rs.)

1. Bidder should provide information on any history of litigation or arbitration resulting from

contracts executed in the last five years or currently under execution.

Signature with seal of bidder

Page 41: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development

Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal

41

Performa-VIII

LIST OF DRAWINGS ATTACHED:

I. MHP-Dalla

i. Hoist General Arrangement Drawings (GAD)

ii. Hoist Bridge (2 sheets)

iii. Wheel Assembly

The above drawings for MHPs Chupki, Narangwal and Tugal are the same with slight variation in the dimensions as per site conditions.

iv. Hydraulic Hoist (Hydraulic Circuits for all four plants).

Note: All the relevant drawings are uploaded as detailed above. But Before filling this tender the contractor can see the any other relevant drawings and specifications in the office of the PGL on any working day during working hours if available.

Page 42: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development
Page 43: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development
Page 44: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development
Page 45: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development
Page 46: Punjab Genco Ltd.2018/10/18  · Tender No. PEDA/PGL/2018-19/13 Abohar Branch Canal 2 Notice Inviting Tender Punjab Genco Limited (Wholly Owned Company of Punjab Energy Development