You are on page 1of 12

DAMODAR VALLEY CORPORATION

Mejia Thermal Power Station P.O.: MTPS, Dist.: Bankura: 722183

Notice Inviting Tender No. MT/ CE/ T-2/ TMS / DD(533)/4289

Dt. 16.05.2009

Sub: Chemical Cleaning and subsequent high pressure water jet cleaning of condenser tubes of Unit# 2 (210MW) of MTPS. Sealed Tender in 02 (two) parts containing 03 (three) envelopes. A)1st Envelope: containing Earnest Money Deposit. B) 2nd Envelope (Part I): containing Technical and commercial Bid. C) 3rd Envelope ( Part II ): containing the Price Bid, in duplicate are invited by the Superintending Engineer (Tech.) MTPS (O&M), DVC, P.O. MTPS, Dist Bankura, West Bengal- 722 183, for the Job Chemical Cleaning and subsequent high pressure water jet cleaning of condenser tubes of Unit#2(210MW) of MTPS. All the three envelopes must be sealed and marked correctly as EMD, Part- I & Part-II respectively and kept in the main envelope. All the envelopes must be superscribed with tender notice no., due date of opening and the word Chemical Cleaning and subsequent high pressure water jet cleaning of condenser tubes. 1. Estimated Cost: Rs.17,13,240/-. 2. Earnest Money: Rs. 34,265/- (Rupees Thirtyfour thousand two hundred sixtyfive) only. 3. The parties may visit out power house for Pre-bid discussion on 26.5.09 if it is felt necessary at their own cost and arrangement 4. Last date of Sale of Tender Paper: 06.06.09 (Upto 3 P.M.) 5. Last date of submission of Tender Paper: 08.06.09 (Upto 3 P.M.) 6. Date of Opening of tender : 08.06.09 (at 3.30 P.M.) 7. Incase tender opening date happens to be a holiday the same will be opened on the next working day. 8. Quotation submitted by the tenderer(s) through FAX/ Telegram will not be considered valid. 9. Earnest Money of Rs. 34,265/- (Rupees Thirtyfour thousand two hundred sixtyfive) only must be deposited in any of the following form. I. Crossed Demand Draft or Pay Order of any schedule bank drawn in favour of Damodar Valley Corporation, MTPS (O&M), payable at UBI, MTPS Extn. Counter (Code No. MPS F-56) or SBI, MTPS Br. (Code No.- 6608). II. Bank Guarantee from a Nationalized Bank / Schedule Bank/ Foreign Bank irrevocable and operative till the validity of the offer(i.e. 90 days) as per enclosed Proforma. III. Post Office National Savings/ National Defence Deposit Certificate duly endorsed in favour of DVC. IV. Fixed Deposit receipt issued by Nationalised Bank endorsed in favour of DVC. V. DVC bonds duly endorsed in favour of DVC. Without Earnest Money no tender will be opened. Earnest Money will be refunded to the unsuccessful tenderers after finalisation of the contract. No interest will be paid thereon. 8. Exemption from EMD Small Scale Industries registered with NSIC shall be exempted from the payment of EMD. SSI units seeking such exemption must enclose valid Registration Certificate from appropriate Govt. authority giving details such as validity, stores etc. 10. Eligibility criteria for selection of tenderer: a) Credential: Experience of having completed similar works during last 7 years ending last day of month previous to the one in which offers are invited shall be either of the following: (a) Three similar completed works each costing not less than the amount equal to 30% of the estimated cost. or (b) Two similar completed works each costing not less than the amount equal to 40% of the estimated cost. or (c) One similar completed work costing not less than the amount equal to 70% of the estimated cost.

Similar works means:Execution of Condenser Chemical Cleaning in 210 MW plant or above in two parts i.e separately in upper and lower halves of the condenser by fabricating partition in the back side of the condenser water boxes with Sulphamic acid followed by sufficient high pressure water jet cleaning to remove residual scales inside the tubes after completion of chemical cleaning.

Completed works means:The executed/completed portion of work order, even if the work has not been completed in totality (Subject to furnishing proof of executed value of the work in the form of certified copies of RA Bills or certificate from the Beneficiary to this effect that the job to this extent has been done by the Bidder satisfactorily) b) Financial: Average financial turnover during last three years ending 31st March of the previous financial year shall be at least 30% of the estimated cost. Note: - A tolerance of 5% on the aforesaid quantum of QR is also allowable to take care of marginal shortfall in the credential of bidders. c) Copy of the following Documents (self attested) should be submitted : i) Copy of Completion certificate/ RA bills for ongoing jobs from the concerned authority along with the Copy of LOI/ WO/ Agreement in support of Credential as per Sl. No. A above.

ii) Copy of valid STCC/ VAT Registration Certificate, EPF Registration Certificate, Labour Licence, Service Tax Registration Certificate, Latest Solvency Certificate from the Bank. iii) Annual report, Balance Sheet, Profit & Loss account of preceding three years alongwith Auditors report must be submitted. iv) Status of the firm i.e. Company Registration Certificate/ Partnership Deed/ Proprietorship. v) Latest solvency certificate in favour of the bidder issued by the Banker. 11. For obtaining tender paper, the intending tenderers should apply to the Superintending Engineer (Tech.), MTPS (O&M), DVC. 12. The complete bid documents / tender paper are also available on DVCs website: www.dvctender.com & www.dvcindia.org. The intending tenderers may visit the said websites for participating in the tender process after necessary downloading of the bid documents for which no prior permission is essential. In that case Tender fee is to be submitted in the form of Demand Draft favoring Damodar Valley Corporation, MTPS (O&M) payable either at UBI Extn. Counter, MTPS Br. (Code No. GJG-935) or SBI, MTPS Br. (Code No. 6608) alongwith the sealed Tender in the envelop of EMD (Earnest Money Deposit) i.e,1st Envelop. 13. DVC shall not be responsible in any way for any delay/ difficulties/ inaccessibility of the downloading facility from the website for any reasons whatsoever. 14. Any act on the part of the Tenderer(s) being found to be indulging in changing/ adding or deleting the content of the downloaded Tender Documents will attract punitive action as deemed appropriate including banning, suspension of business dealings with DVC, etc. 15. In case any discrepancies found between the downloaded Tender Documents from the website and the master copy available in the Office of the Tender Inviting Authority, the later shall prevail and will be binding on the Tenderer(s). No claim/ appeal on this account will be entertained or given cognizance to. 16. Tenderer(s) will be solely responsible for the correctness/ genuineness of the downloaded Tender Documents from the website. If the offer submitted through the downloaded tender documents which are incomplete, or with changed content, the offer will be summarily rejected. 17. Quotation submitted by the tenderer(s) through FAX/ Telegram will not be considered valid. 18. Offers should invariably be kept open for acceptance for 90 days from the date of opening of tenders and quoted rates shall remain firm throughout the tenure of the Contract once the order is placed within validity period. 19. All tenderers would be bound by the terms and conditions as detailed in tender specifications by the DVC and enclosed General Conditions of Contract. 20. Tender documents issued in the name of a party are not transferable. 21. Before submitting of tender, the contractor shall satisfy himself to the nature, extent & character of the work to be executed and where necessary to the site condition & other relevant matters and details. However, in case of any clarifications required, the tenderer must inform DVC in writing before submission of the tender. 22. Settlement of disputes and Arbitration: It will be guided as per Clause of enclosed GCC. 23. All suits arising out of the NIT and subsequent Work Order/ Contract Agreement if any are subject to the jurisdiction of the Honble Court of Law in the city of Kolkata only and no other Honble Court of Law elsewhere.

24. At any time prior to the deadline for submission of bids, the Purchaser may, for any reason, whether at its own initiative or in response to the clarifications requested by the prospective bidders, amend the biding documents after due approval of competent authority. Any addendum/corrigendum/extension if required pertaining to this NIT will be hosted in DVCs website only and will not be published in the Newspapers. Bidders are requested to visit DVC website regularly for any addendum/extension/corrigendum till date of opening of bids. 25. All tenderers would be bound by the terms and conditions as detailed in tender specifications by the DVC and enclosed General Conditions of Contract. Terms and Conditions which are not specifically mentioned in the NIT& Tender documents shall be covered by the General Conditions of Contract.

ANNEXURE-I
SCOPE OF WORK PART A Provision of Chemical 1. The contractor has to provide the following chemicals for chemical cleaning of condenser and for complete passivation after chemical cleaning. The parties have to quote the rate per MT/ Kg basis for all the chemicals including both the inhibitors. Sl no Name of Chemicals Quantity 01. Sulphamic Acid Purity of acid % = 95% (min) , Make :Shree Sulphamic 30 MT Chemicals 02 a) Inhibitor for Sulphamic Acid ( Coroban SSP) 600 Kg OR b) Inhibitor for Sulphamic Acid ( Nevamine - CAP 2020) 900 Kg 03. Soda Ash 600 Kg. 04. Lime 1.5 MT 2. The parties have to quote the rate per MT/ Kg basis against each chemical including both the inhibitors. The purchase challans along with test certificate of Sulphamic acid and other chemicals from the manufacturers/stockiest are to be furnished by the party at the time of arrival of chemicals at site. However, the chemicals will be tested at our site jointly by the party and Chemical Laboratory, DVC, MTPS to verify the specification of chemicals with that furnished by the manufacturer/stockiest and submitted by the party before execution of chemical cleaning. 3. If quantity of acid and other chemicals brought at the site remain unused after completion of chemical cleaning will have to be handed over to DVC and to be shifted to the place with arrangement of transportation made by the contractor as directed by the Engineer-in- charge. Procedures of chemical cleaning as detailed in our scope of work are to be followed rigorously. PART B Execution of Fabrication Work, Chemical Cleaning along with all operational and analytical services and Subsequent high pressure water jet cleaning and restoration of the system after chemical cleaning:1. Fabrication, erection, commissioning and operation of the mixing tank, requisite capacity of sufficient no of chemical pumps assembly capable of recirculation in the system, all temporary piping, necessary valves along with all associated items like electrical panel and other accessories etc. required for cleaning operation should be arranged by the contractor. Man power have to be provided by contractor for laying of cables and other associated work for providing of electric power. 2 All necessary site fabrication and installation including requisite tools & tackles, consumables which includes good quality jointing sheet, bolts and nuts, sealants, welding electrodes, DPT test kit for welding joint checking of condenser inlet/outlet line blanking plates & the welding joint of partition plates in the outlet water boxes, are to be arranged by the contractor. 3 All necessary arrangements like blanking of condenser inlet/outlet lines, partition plates in the outlet water boxes, vent and drain connection of the outlet water boxes ( top & bottom parts of both sides of condenser ) as and where required for carrying out chemical cleaning are to be arranged by the contractor. Blanking plates, partition plates, EOT/mobile crane will be provided by DVC on free of cost depending on availability. 4 All analytical services have to be provided by the agency till the work is completed and the sample tube is to be analyzed for confirming effectiveness of the cleaning process with regard to descaling and

corrosion. Analytical test procedure should be submitted by the contractor to our chemical laboratory before commencement of chemical cleaning job. 5 The descaled condenser has to be handed over to DVC after bringing it back to its original condition i.e. dismantling of all temporary piping etc. 6 The contractor has to provide sufficient no of the skilled and unskilled manpower, supervisor for carrying out the cleaning process smoothly and chemist for coordination with DVC Chemical lab. 7 The contractor has to depute their technical experts for continuous supervision of the job from commencement of work till completion of the job. 8 Leakage test of the cleaned condenser tubes are to be carried out as per direction of the officer in charge to detect tube leakages occurred during the chemical cleaning period. Leakage tubes are to be blanked by the contractor; however, blanking plugs will be provided by DVC on free of cost. 9 The condenser should not be unduly pressurized during the chemical cleaning process to avoid tube leakages. The pressure of chemical cleaning should never exceed the design pressure of CW. 10 No physical damage should occur to the condenser and other electrical equipments of DVC while making connection of chemical cleaning panel. 11 The contractor will have to remove all loose/residual scales generated inside the condenser and in its tubes after completion of chemical cleaning process and subsequent high-pressure water jet to the maximum possible extent taking proper care to avoid any damage to the tubes. 12 The corrosion and copper carry over should not exceed its permissible limit (i.e. 0.000500gm/cm2/24 hours) with GP grade Sulphamic acid along with inhibitor at ambient temperature around 50 to 550C. However the contractor should put on corrosion coupon rack into the feed line and analysis of PH, iron, copper, hardness of salts in inlet and outlet to the condenser should be conducted frequently (every 15 minutes/hourly) and corrosion rate of the coupon should be measured after cleaning. 13. Execution of acid cleaning works will be followed by high pressure water jet cleaning with high pressure jet pumps having discharge pressure of 550- 600 Kg/cm2 ( approx). 14. The contractor should bring Mixing tank of requisite capacity and sufficient no of pipes with suitable diameters for connecting acid inlet & out let portion of all four compartments of the condenser after making partitions at the outlet water boxes (back side of the condenser), piping for vents, steam piping up to the neutralization pit. 15. Any other requirement or activities not envisaged /mentioned, but essentially required for successful completion of the job shall be to the contractors scope without any extra cost to DVC. 16. DVC will provide truck, crane (EOT/Mobile), electricity, water, compressed air etc free of cost. However, the party will have to intimate the requirements of the same at least 24 hrs beforehand. 17. The scales/debris taken out from the condenser after completion of cleaning or during the cleaning period should be removed from the work place to a suitable location by the contractor as directed by the officer-in-charge. 18. Condenser gagging and removal of gagging is to be carried out by the party as and when required Chemical cleaning of condenser is to be carried out as per procedure indicated below:Stepwise Condenser chemical cleaning separately for lower & upper part of both sides of condenser and subsequent high pressure water jet cleaning, 1. The mixing tank shall be filled with water and circulation is to be established with the help of pumps. 2. Water temperature should be raised to around 500C by steam injection/ heating. 3. After achieving the requisite temperature, required quantity of acid should be charged along with the inhibitor and circulation is to be continued to make a homogeneous solution (of 4 to 5% acid strength). 4. Now the batch of the homogeneous solution in the tank should be discharged into the system. 5. The above steps should be repeated batch wise till the part of condenser taken for acid cleaning is filled up. After filling the condenser completely (when solution comes out of the vent of the part considered for cleaning) circulation is to be continued till the reaction of acid with scale ceases. 6. Thereafter the system shall be drained and flushed thoroughly before repeating the similar activities (step 1 to 4) for another part of condenser. 7. After such two steps of acid cleaning process manhole doors of the condenser are to be opened for visual inspection to asses the progress of cleaning and to remove the dirt and mud manually if any. 8. Above steps are to be repeated to achieve maximum possible removal of scales keeping copper pick up within permissible limit. 9. Similar procedure is to be followed for cleaning of other parts of the condenser.

10. After completion of acid cleaning phase the system should be neutralized by using soda ash. This will mark the end of chemical process. 11. After completion of the chemical cleaning process (step 1 to 10) the system should be opened and inspected. It is possible that some thin layer of patches/deposits may still remain clinging to the surface of the condenser tubes. The residual scale if any should be removed by using high-pressure water jet pumps to the extent possible taking care of the tube safety to avoid any damage to the tubes. CONDITION OF TERMINATION POINT OF CHEMICAL CLEANING AND SUBSEQUENT HIGH PRESSURE WATER JET CLEANING OF CONDESER TUBES a) No depletion of acid strength b) Stabilization of calcium concentration in terms of CaCo3 c) The above two conditions are to be maintained keeping copper pick up within permissible limit. After completion of the chemical cleaning the system should be opened and inspected. If it is found that some thin layer or patches/deposits remain clinging to the inside surface of the condenser tubes the same has to be removed by using high-pressure water jet pumps to the extent possible taking care of safety of the tube to avoid any damage to the same. Completion of successful chemical cleaning and subsequent high pressure water jet cleaning will be declared based upon the above conditions. Facilities to be provided by DVC: 1. Crane for loading and unloading of equipments. 2. Steam required for the job as and when required, but arrangement for temporary piping is in the scope of contractor. 3. DM water, Raw water as required for the job. 4. Three phase electric cable line near mixing tank /main supply panel & power supply as required. 5. Effluent disposal area. 6. Unfurnished suitable site office and storage space. 7 Accommodation at MTPS will be provided as per DVCs standard charges as applicable subject to availability. 8. Medical facilities as available at DVC, MTPS hospital shall be provided as per DVCs standard charges/ norm.
General Terms & Conditions: 1. The contractor shall have to be responsible to comply with all statutory laws pertaining to labour rules and acts in force during the validity of the contract & shall indemnify DVC against any claim arising out of any noncompliance there upon or any accident occurring to the workers/ personnel engaged by the contractor. 2. EPF provision shall have to be made by the contractor and thus there upon are to be complied with by them at no extra cost to DVC. Provident fund registration details with the name of staff & code nos. must be submitted. 3. The contractor shall have to follow all the safety rules during execution of work. All safety equipments as required during execution of the contract shall be supplied by the contractors to its workmen without any extra cost to DVC. 4. The contractor shall abide by the legal provision with regard to health, welfare and safety of workers engaged by him as per factory act & rules. The contractor shall also be responsible for medical care of the personnel engaged. 5. Ex-gratia / bonus, leave salary retrenchment benefit etc. as applicable shall be paid by the contractor to their labours as per bonus act/ other stipulated/ statutory rules at their own cost. No extra payment shall be made by DVC in this regard. 6. (a) The contractor shall be responsible for compliance of all other mandatory / statutory rules & regulations as applicable apart from the following. i) Factory Act. ii) Minimum wages act. iii) Payment of wages act. iv) Bonus act. v) Contract labour (regulation & abolition) act as prevalent & the rules & regulation made therein from time to time and shall indemnify & hold harmless the purchaser against any claim arising out of compliance or any non-compliance & /or accident to the personnel. 7. The staff engaged by the contractor should not be under addiction of drug/ liquor while on duty. It would be obligatory on the part of the contractor to remove any such worker/ workers from the job whose action or conduct in the opinion of DVC. Management is detrimental to the interest of the Corporation. The decision shall however be taken by the contractor with the prior intimation to DVC. 8. The contractor shall be fully responsible for his workers with regard to terms of employment of services. DVC shall not be held responsible in any manner, whatsoever, in respect of workers engaged by the contractor

12.

for carrying out the works at MTPS, DVC. Regarding engagement of workers preference should be given towards experienced and competent workers with bonafied testimonials. 9. Any other conditions which are not well defined above to be guided by DVCs General Conditions of Contract (GCC) & T-3 Form. 10. The agency should take care for safety of equipment and property of DVC, MTPS while executing their work. Any loss on this score will entirely be agencys responsibility and the agency will have to make good for the losses and extra expenditure incurred by DVC, MTPS thereof. 11. No demobilization/compensation charge will be admissible to the party in case of suspension of work due to any reason whatsoever. 13. Accommodation: Residential accommodation, if available, may be provided to the party on chargeable basis and charge as per DVC rate will be deducted from respective running bill. The party must vacate their accommodation with in ten (10) days from the date of completion of the contract. 14. DVC reserves the right not to accept the lowest rate quoted by the Bidder and may reject any or all the tenderers and to split-up and award the order to more than one tenderer without assigning any reasons whatsoever. 15. All legal suits arising out of the enquiry and subsequent letter of Indent / work order, if any are subject to jurisdiction in the court of City of Kolkata in India and no other court elsewhere. 16. Unsigned offer submitted by any bidder will not be considered valid. 17. EMPLOYMENT OF LABOUR: a) The successful tenderer shall not employ for the purpose of this contract, any female labour or any child labour. b) He shall pay to each laborers for the work done by such labour. The wages not less than the Minimum Wage Act. c) The CE(O&M), MTPS shall have the right to enquiry into and decide any complaint alleging that the wages paid by the successful tenderer are less than the wages paid for such work. d) On receipt of any specific complain the CE(O&M), MTPS may withhold from the successful tenderers bill an amount which may be considered justified for ultimate disbursement to the claimant. 18. The contractor shall indemnify the Corporation against all claims or liabilities arising out of labour laws for accidents during the execution of the contract from whatever cause such accidents may arise. 19. The contractor shall not sublet either whole or any portion of the work to any third party without prior approval of CE(O&M). 20. In case of any dispute, the decision of CE(O&M), MTPS shall be final and binding. 21. Arbitration : As per enclosed General Conditions of Contracts of DVC. 22. An agreement in DVCs T-3 Form is to be executed on a non-judicial stamp paper of appropriate value. 23. All taxes & duties must be clearly indicated in price bid otherwise it will be deemed that the same is included in the quoted price. 24. The rates quoted by you must be valid for 90 days from the bid opening date. 25. All other terms and conditions not enumerated here in shall be covered DVCs General conditions of Contracts and T-3 form. 26. Deviation Sheet as per format enclosed with the Tender must be submitted. 27. All Terms and Conditions, Scope of the Contract must be confirmed / complied with the TechnoCommercial Bid. 28. All unskilled manpower is to be engaged from the locality to the extent possible. F. Commercial Terms & Conditions 1. Payment Term: a) 100% payment shall be made against satisfactory completion of the jobs duly certified by the Engineer-incharge and acceptance of S.D.B.G/ Advance Bank Draft towards Security Deposit and execution of the agreement. OR b) 90% payment shall be made against satisfactory completion of the jobs duly certified by the Engineer-incharge and acceptance of I.S.D and balance 10% shall be paid after expiry of the Guarantee Period. 2. Security Deposit: a)The successful bidder have to submit 10% of total value of order in the form of Advanced bank Draft/ Security Deposit Bank guarantee (S.D.B.G) from any Nationalised/ Scheduled Commercial Bank valid till expiry of the Guarantee period with a claim period of another 06 (six) months in DVCs prescribed format. The Security Deposit is to be submitted within 30 days from the date of placement of WO. OR

b) The successful bidder have to submit 2% of total value of order as Initial Security Deposit(ISD) in the form of Advanced bank Draft/ Security Deposit Bank guarantee (S.D.B.G) from any Nationalised/ Scheduled Commercial Bank valid till expiry of the Guarantee period with a claim period of another 06 (six) months in DVCs prescribed format. The Initial Security Deposit is to be submitted with in 30 days from the date of placement of WO. 10% of the WO value will be deducted towards Security Deposit and paid after the expiry of the guarantee period. No interest will be paid on the Security Deposit amount. 3. COMPLETION PERIOD: The job is to be completed within 25 (twenty) days. This includes inside fabrication, acid cleaning and jet cleaning work of condenser. The completion period will be counted from the date of Unit shutdown to the final condenser box up. Any delay during execution of the chemical cleaning attributable to DVC will not be counted against the scheduled completion period mentioned above.

N.B: C.W. pumps will be taken out from Service on 4th day of Unit shutdown date. 4. Site Mobilization: Intimation will be given 25 days in advance for site mobilization and the party has to complete the outside fabrication job before shutdown of CW pumps. No advance payment towards mobilization will be provided by DVC. 5. Penalty: In case of delay in completion of assigned jobs beyond the schedule completion period, penalty will be charged @ 0.5% of the total contract value per day delay or part there of subject to a maximum of 5% of the total order value.. 6. PERPFORMANCE GUARANTEE:
The job done should be covered by a Guarantee period of 6(six) months from the date of completion of the work. A guarantee certificate has to be submitted by you. Enc:

1. Proforma of Bank Guarantee in lieu of Earnest Money Deposit. 2. Techno-Commercial Deviation Schedule. 3. Cost of withdrawal of deviations. 4. Format for price bid.
Superintending Engineer (Tech.) MTPS(O&M), DVC. For & on behalf of DVC.

(On non-judicial stamp paper of appropriate value) G. PROFORMA OF BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT To, DAMODAR VALLEY CORPORATION Mejia Thermal Power Station. P.O- M.T.P.S, Dist- Bankura Pin 722183. In accordance with your Notice Inviting Tender for under your Notice No dated M/s. (Name & full address of the firm) (herein after called the Tenderer) hereby submit the Bank Guarantee) whereas to participate in the said tender for the following: (Nature / items to be supplied as per NIT)It is a condition in the tender documents that the tenderer has to deposit Earnest Money amounting to Rs. in respect to the Tender, with Damodar Valley Corporation, Mejia Thermal Power Station, P.O.- M.T.P.S. Dist. Bankura (herein after referred to as Corporation) by a Bank Guarantee from a Nationalised Bank/ Scheduled Bank/ Foreign Bank irrevocable and operative till the validity of the offer (i.e.90 days from the date of opening of tender) for the like amount which amount is likely to be forfeited on the happening of contingencies mentioned in the tender documents. And where as the tenderer desires to secure exemption from deposit of Earnest Money and has offered to furnish a Bank Guarantee for a sum of Rs. . to the Corporation as Earnest Money. Now, Therefore, we the (Bank), a body corporate constituted under the Banking Companies (Acquisition and Transfer of Under taking) Act. 1996 and branch Office at . (Hereinafter referred as the Guarantor) do hereby undertake and agree to pay forthwith on demand in writing by the Corporation of the said guaranteed amount without any demur, reservation or recourse. We, the aforesaid Bank, further agree that the Corporation shall be the sole judge of and as to whether the tenderer has committed any breach or breaches of any of the terms costs, charges and expenses cause to or suffered by or that may be caused to or suffered by the Corporation on account thereof to the extent of the Earnest Money required to be deposited by tenderer in respect of the said Tender Document and the decision of the Corporation that the Tenderer has committed such breach or breaches and as to the amount of loss, damage, costs, charges and expanses caused to or suffered by or that may be caused to or suffered by the Corporation shall be final and binding to us. We, the said Bank, further agree that the Guarantee herein contained shall remain in full force and effect until it is released by the Corporation and it is further declared that it shall not be necessary for the Corporation to proceed against the tender before proceeding against the Bank and the Guarantee herein contained shall be invoked against the Bank, notwithstanding any security which the Corporation may have obtained or shall be obtained from the Tenderer at any time when proceedings are taken against the Bank for whatever amount that may be outstanding or unrealised under the Guarantee. The right of the Corporation to recover the said amount of Rs. (Rupees .) from us in manner aforesaid will not be precluded / affected, even if, disputes have been raised by the said M/s. . (Tenderer) and / or dispute or disputes are pending before any authority, officer, tribunal, arbitrator (s) etc. Notwithstanding any thing stated above, our liability under this guarantee shall be restricted to Rs. .(Rupees ..) only and our guarantee shall remain in force upto and unless a demand or claim under the guarantee is made on us in writing within three months after the aforesaid date i.e. on or before the . all your rights under the guarantee shall be forfeited and we shall be relieved and discharged from all liability thereunder. Date .. Date : B.G. No.:

Place .. (Signature) (Printed name) In presence of. (designation) (Banks Common Seal) WITNESESS (with full name, designation, address & Office seal, if any) 1) .. 2) .

INSTRUCTION FOR FURNISHING BANK GUARANTEE: 1. Bank Guarantee (B.G.) for advance payment, Mobilization Advance, B.G. for Security Deposit-cum-Performance Guarantee should be executed on the NonJudicial Stamp paper of the applicable value and to be purchased in the name of the Bank. 2. The Executor (Bank authorities) is required to mention the Power of Attorney No. & date of execution in his/her favour with authorization to sign the documents. The Power of Attorney is to be witnessed by two persons from Issuing Bank mentioning their full name and address with seal & No. 3. The B.G. should be executed by a Nationalised Bank/Scheduled Commercial Bank, B.G. from co-operative Bank/Rural Banks are not acceptable. 4. A Confirmation Letter of the concerned Bank must be furnished as a proof of genuineness of the Guarantee issued by them. 5. Any B.G., if executed on Non-Judicial Stamp paper after 6 (six) months of the purchase of such stamp paper shall be treated as Non-valid. 6. Each page of the B.G. must bear signature and seal of the Bank and B.G. Number. 7. The contents of the B.G. shall be strictly as Proforma prescribed by D.V.C. in line with purchase Order/LOI/Work Order etc. and must contain all factual details. 8. Any correction, deletion etc. in the B.G. should be authenticated by the Bank Officials signing the B.G. 9. In case of extension of a Contract, the validity of the B.G. must be extended accordingly. 10. B.G. must be furnished within the stipulated period as mentioned in purchase Order/L.O.I./Work Order etc. 11. In the event of the value of Purchase Order/Contract is increased, the B.G. amount should also correspondingly increased. 12. Issuing Bank/The Vender are requested to mention the Purchase Order reference along with the B.G. No. for making any future queries to D.V.C.

NIT. No. H. Techno-Commercial Deviation Schedule. Bidder shall agree to all the techno-commercial terms and conditions mentioned. However, deviation, if any, should be stated as per the following schedule and to be submitted alongwith the techno-commercial bid failing which it will be presumed that all terms and conditions are acceptable to them. Deviations taken elsewhere and not brought out in the following deviation schedule, the same will not be accepted. The owner reserves the right to reject the offer on account of such deviation if the bidder, on advice of owner, dose not withdraw the deviations. Name of the Project (Bidders Name & Address) : To, The Superintending Engineer (Tech), Damodar Valley Corporation, Mejia Thermal Power Station, Po. MTPS, Dist. Bankura. Dear Sir, Following are the deviation proposed by us relating to techno-commercial terms and conditions. We confirm that we shall withdraw the deviations proposed by us at the cost of withdrawal indicated in the price bid falling, which our bid may be rejected and Bid Security forfeited. Sl. No. Clause No. of Terms& conditions Deviation

Date: .. Place: .

(Signature) . (Name) .. (Designation) (Common Seal)

Note: If there are no deviations, this deviation schedule shall be submitted along with the technocommercial bid duly signed and stamped after stating NIL DEVIATIONS.

10

NIT. No. I. Cost of withdrawal of deviations Mejia Thermal Power Station. (Bidders Name & Address) To, The Superintending Engineer (Tech), Damodar Valley Corporation, Mejia Thermal Power Station, Po. MTPS, Dist. Bankura. Dear Sir, Following are the deviations as proposed by us relating to techno-commercial terms and conditions. We are also furnishing below the cost of withdrawal for the deviations proposed by us. We confirm that we shall withdraw the deviations proposed by us at the cost of withdrawal indicated in the attachment falling, which our bid may be rejected and Bid Security forfeited. Sl. No. Clause No. Deviation Cost of withdrawal in Rs.

Date: .. Place: .

(Signature) . (Name) .. (Designation) (Common Seal)

Note: Bidders may note that bids containing deviations without the cost of withdrawal price shall be considered as unresponsive offer and will be out rightly rejected. This schedule indicating the cost of withdrawal price for such deviations should be submitted alongwith the price bid only and will be taken into consideration for the purpose of bid evaluations.

11

J.

FORMAT FOR PRICE BID

Notice inviting tender No. Prices ( Consisting of two Parts: Cost of Materials/ Chemicals and Cost of Execution) are to be quoted specifically as indicated below;
Chemical Cleaning and subsequent high pressure water jet cleaning of condenser tubes. I. Cost of chemicals. S.n 1 2 Description Sulphamic Acid Purity of acid % = 95% (min) , Make :Shree Sulphamic Chemicals a) Inhibitor for Sulphamic Acid ( Coroban SSP) OR b) Inhibitor for Sulphamic Acid ( Nevamine - CAP 2020) Soda Ash Quantity 30 MT 600 Kgs. 900 Kgs. 600 Kgs. 1.5MT. Total= II. Cost for execution. S.n Description Rental charges of equipments, piping, valves etc. including 2nos High Pr. 1 Jet Pumps. Cost of Consumables. 2 Cost of manpower/ labour. 3 Any other cost (depreciation of equipment etc.) 4 Details of Taxes and duties: Total= Total Amount=(I+II)= Rs. (Rupees ) only. Amount(Rs) for one unit Rate per MT/Kg Amount(Rs)

Lime 4 Details of Taxes and duties:

Signature of the Bidder with Seal. Name : Designation : Place:

Date:

Tender Evaluation Method: Bids will be evaluated on the basis of the total evaluated price for the cost of total chemicals and the cost of total jobs for Chemical Cleaning and subsequent high pressure water jet cleaning of condenser tubes.

12

You might also like