You are on page 1of 108

TAMIL NADU GENERA

NERATION AND DISTRIBUTIONCORPORATION


ON LI
LIMITED
TENDER SPECIFICATION
ON FO
FORENGAGING A CONTRACTORFOR WORKS
RKS C
CONTRACT

NAME OF WORK : MTPS-II(1 S-II(1x600MW)-M-II Circle- CHP-I&II Division


ision - Operation and
Maintenance (Mechanicall & E Electrical) of Coal Handling Plant, Wagon on TTipplers 5 & 6
connected with MTPS-II and nd Loc
Locomotives of MTPS-II including handlingling of coal rake right
from shunting of load wagons,
agons, marshalling of load wagons from load d lin
lines and placing
the load wagons on Tipplerler an
and decoupling of load wagons and tipping ing th
through Wagon
Tipplers, collection and couplin
oupling of empty wagons in outhaul side of wagon tipplers and
formation in MTPS lines for
or a p
period of 3 years from the date of taking over the site.

THROUGH E-TENDERING
((THROUGH NIC PLATFORM)

MTPS-II/SE/MECH-II/CHP/OT 06/2020-21
CE/MTPS

OFFICE OF THE CHIEF ENGINEER,


MTPS-II / METTUR DAM - 636 406
TAMIL NADU.

vider: Website for online bid submission:


Service Provi n:
https://tntenders.gov.in/nicgep/app
http

`1
I NSTRUCTI ONS TO TENDERERS
I NSTRUCTI ON TO BI DDERS FOR SUBMI SSI ON OF ONLI NE BI DS I N E- TENDER
1.0 The bidding under this contract is electronic bid submission through website
https://tntenders.gov.in/ only. Detailed guidelines for viewing bids and submission of
online bids are given on the website. Any citizens or prospective bidders can logon to this
website and view the invitation for Bids and can view the details of works for which bids
are invited.
2.0 Registration:
2.1 The prospective bidders can submit bids online. However, the bidders are required to
have enrolment/registration in the website by clicking on the link “Online bidder
enrolment” which is free of charge.
2.2 As part of the enrolment process, the bidders are required to choose a unique
username and assign a password for their accounts.
2.3 Bidders are advised to register their valid email address and mobile numbers as part
of the registration process. These details would be used for any communication from the
e-Portal.
2.4 Upon enrolment, the bidders are required to register their valid Digital Signature
Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify/nCode /e-Mudhra etc.), with their
profile.
2.5 Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to
misuse.
2.6 Bidder then can login to the site through the secured login by entering their user ID /
password and the password of the DSC/e-Token.
3.0 Contact persons:
For queries related to registration and online bidding ( NI C) :
e-mail : support.etender@nic.in
Contact No.: 044 – 24466495
24902580 Extn.: 332
2491785
4.0 System Requirement:
4.1 Operating System - Windows XP-SP3 & above
4.2 Internet browser - IE7 and above.
4.3 Signing type digital signature (class III)
4.4 JRE 7 update 79 (Preferred file- Windows X-86 Offline) and above to be downloaded
and installed in the system.
To enable ALL active X controls and disable „use pop up blocker’ under Tools→Internet
Options→ custom level. For detailed guidance about browser and Java configuration the
bidders are advised to go through the video guide available under “Bidders Manual Kit” at
“https://www.tntenders.gov.in/nicgep/app?page=BiddersManualKit&service=page”
5.0 Searching for Tender Document:
5.1 There are various search options built in the Website, to facilitate bidders to search
active tenders by several parameters. These parameters could include Tender ID,
organization name, location, date, value, etc.
5.2 Once the bidders have selected the tenders they are interested in, they may
download the required documents/tender schedules. These tenders can be moved to the
respective „My Tenders’ folder. This would enable the Tamil Nadu Govt. e-Procurement
Portal, to intimate the bidders through SMS / e-mail in case there is any corrigendum
issued to the tender document.
5.3 The bidders should make a note of the unique Tender ID assigned to each tender, in
case they want to obtain any clarification / help from the Helpdesk.

`2
6.0 Process of Bids:
6.1 Bidders should take into account any corrigendum published on the tender document
before submitting their bids.
6.2 Bidders are requested to go through the NIT and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
6.3 Bidder, in advance, should get ready the bid documents to be submitted as indicated
in the tender document and generally, they can be in PDF / XLS / RAR / DWF / JPG
formats. Bid documents may be scanned w ith 100 dpi w ith black and w hite
option w hich helps in reducing size of the scanned document . Since the uploaded
documents shall be downloaded for evaluation of bid, bidders are advised to upload clear
scanned copies. One hard copy of the electronically submit ted bid documents
except the price schedule shall have to be submitted upon intimation by
TANGEDCO after opening of the e- tender.
7.0 Electronic Submission of Bids:
The bidders shall submit online the requirements under qualification criteria and
Technical Documents required and Price Schedule/BOQ. All the documents are required
to be signed digitally by the bidder. After electronic online bid submission, the system
generates a unique bid reference number which is time stamped. This shall be treated as
acknowledgement of bid submission.
7.1 Bidders should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidders will be
responsible for any delay due to other issues.
7.2 The bidders have to digitally sign and upload the required bid documents one by one
as indicated in the tender document.
7.3 Bidders have to select the payment option as “offline” to pay the EMD amount
through RTGS/NEFT or by way of account transfer as applicable and enter details of the
instrument.
7.4 The scanned copy of payment made through RTGS/NEFT or by way of Account
Transfer towards EMD amount has to be uploaded. TANGEDCO shall not be responsible
for any delay in uploading the proof of EMD by any mode.
7.5 A BOQ format for the price bid has been provided with the tender document to be
filled by all the bidders. Bidders are requested to note that they should necessarily submit
their financial bids in the BOQ format provided and no other format is acceptable. Bidders
are required to download the BOQ file, open it and complete the coloured (Unprotected)
cells with their respective financial quotes and other details (such as name of the bidder).
No other cells should be changed. Once the details have been completed, the bidder
should save it and submit it online, without changing the file name. If the BOQ file is
found to be modified by the bidder, the bid will be rejected.
7.6 The server time (which is displayed on the bidders’ dashboard) will be considered as
the standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
7.7 All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. The confidentiality of the
bids is maintained using the secured Socket Layer 128 bit encryption technology. Data
storage encryption of sensitive fields is done. Any bid document that is uploaded to the
server is subjected to symmetric encryption using a system generated symmetric key.
Further this key is subjected to asymmetric encryption using buyers/bid openers’ public
keys.
7.8 The uploaded tender documents become readable only after the tender opening by
the authorized bid openers.
7.9 Upon the successful and timely submission of bids, (i.e. after clicking “Freeze Bid
submission” in the portal) the portal will give a successful bid submission message & a
`3
bid summary will be displayed with the bid no. and the date & time of submission of the
bid with all other relevant details.
7.10 Department or Service Provider is not responsible for any failure such as a bad
internet connection or power failure outside of their control. The bidder is responsible to
ensure they have sufficient time to submit an electronic bid prior to closing date and time
including the payment of any fees including the Bid security and getting e-receipt. In
case of a failure in the system within the control of the service provider that may affect a
bidding process, the contracting authority on his sole discretion will postpone the closing
time at least 24 hours from the time of system recovery to allow bidders sufficient time to
submit their bids.
7.11 The TANGEDCO may, at its discretion, extend the deadline for the submission of
bids by amending the bidding document, in which case all rights and obligations of
TANGEDCO and bidders subject to the previous deadline shall thereafter be subject to
the deadline extended.
8.0 Late Bid:
The Electronic bidding system would not allow any late submission of bids after due date
and time as per server time.
9.0 Modification and w ithdraw al of bids:
The Electronic bidding system would not allow any late submission of bids after due date
and time as per server time.
9.1 Bidders may modify their bids online before the deadline for submission of bids.
9.2 In case a bidder intends to modify his/her bid online before the deadline, the bidder
need not make any additional payment towards the cost of bid processing. For bid
modification and consequential re-submission, the bidder is not required to withdraw his
bid submitted earlier. Modification and consequential re-submission of bids is allowed any
number of times. The last modified bid submitted by the bidder within the bid submission
time shall be considered as the bid. For this purpose, modification/withdrawal by other
means will not be accepted. The bidder may withdraw his bid by uploading his request
before the deadline for submission of bids, however, if the bid is withdrawn, the re-
submission of the bid is not allowed.
9.3 No bid may be modified after the deadline for submission of Bids.

I t may be noted by the bidders that NI C is only a service provider for


conducting the online bidding process against this tender and shall not be a
party to any contract betw een TANGEDCO and the successful bidder( s)
subsequent to the bidding process.

`4
TAMI L NADU GENERATI ON AND DI STRI BUTI ON CORPORATI ON LI MI TED
METTUR THERMAL POWER STATI ON – I I
ABSTRACT OF TENDER SPECI FI CATI ON

01. Tender Specification No. CE/MTPS-II/SE/Mech-II/CHP/OT.No.06/2020-21


02. Name of the work E-tender for MTPS-II – Mech-II circle – CHP-I & II
Divisions – Operation and Maintenance (Mechanical
& Electrical), of Coal Handling Plant, Wagon Tipplers
5 & 6 connected with MTPS-II and Locomotives of
MTPS-II including handling of coal rake right from
shunting of load wagons, marshalling of load
wagons from load lines and placing the load wagons
on Tippler and decoupling of load wagons and
tipping through Wagon Tipplers, collection and
coupling of empty wagons in outhaul side of wagon
tipplers and formation in MTPS lines for a period of 3
years from the date of taking over the site.
03. Quantity 3 Items (Three Items)
04. Type & Mode of Tender Open Tender ( Tw o Part) System through
e – tender
(Online Part – I – Techno Commercial Bid and Part –
II – Price Bid through
https://tntenders.gov.in/nicgep/appofNIC.
05. a) Earnest Money Deposit (EMD) Rs.70,93,000/- (Rupees Seventy Lakhs Ninety Three
Thousand Only)to the Superintending
Engineer/Purchase & Administration/MTPS-II’s
Account.
Account No:30468983165
Name of Bank : State Bank of India, Mettur dam
IFSC Code:SBIN0000877
The EMD amount should be remitted through
NEFT/RTGS Mode/Account Transfer and the timings
for having paid the EMD in UTR receiptshould be
before the closing time of tender.EMD amount paid
after tender closing time will be summarily rejected.
b) Permanent EMD PEMD holders of Rs.50 Lakhs and above at
TANGEDCO Head Quarters or MTPS-II may
participate in this tender without paying separate
EMD
c) EMD Exemption Categories The exempted categories of tenderers as given in
Section-I
06. URL for online bid submission for https://tntenders.gov.in/nicgep/app
e-Tender
07. Date of Closing of online e-tender 22.07.2020 at 14.00 Hrs.
for submission of Techno
Commercial Bid & Price Bid
08. Pre Bid Meeting 03.07.2020 At 10.00 Hrs
09. Date and time of opening of tender 23.07.2020 at 14.30 Hrs. (If the due date happens
electronically to be a declared holiday, the tenders will be opened
on the next working day)

`5
10. Availability of tender Specification The tender specification will be placed at the
at website following websites
i) TANGEDCO web site (www.tangedco.gov.in)
ii) Tamil Nadu Government Website
(www.tenders.tn.gov.in)
iii) NIC website
(https://tntenders.gov.in/nicgep/app)
11. Documents to be uploaded by the e-Receipt / Evidence for PEMD / Evidence for
tenderers during e-submission exemption, Schedules B to H and Annexures and
other documents whichever is applicable to be
uploaded (Part - I)
Prices should be quoted online in Schedule ‘A’
only. ( Part- I I )
12. Place at which tenders will be Office of the Superintending Engineer/M-II,
opened Mettur Thermal Power Station-II(1x600MW),
Mettur Dam-636406.
Through online
13. Clarification to be sought from The Superintending Engineer/M-II,
Mettur Thermal Power Station-II(1x600MW),
Mettur Dam-636406.

Any clarification in the tender shall be sought before


48 Hrs. of due date and time through email.
Email id : sem2mtps2@tnebnet.org
Contact No : 04298-290556

Sd/-Dt. 20-06-2020
CHIEF ENGINEER/MTPS-II
METTUR DAM-6.

`6
SPECI FI CATI ON NO.CE/ MTPS- I I / SE/ Mech-I I / CHP/ OT.No.06/ 2020- 21

Name of Work:E- tenderfor MTPS-II – Mechanical -II circle – CHP-I & II Division –
Operation and Maintenance (Mechanical & Electrical), of Coal Handling Plant, Wagon
Tipplers 5 & 6 connected with MTPS-II and Locomotives of MTPS-II including handling of
coal rake right from shunting of load wagons, marshalling of load wagons from load lines
and placing the load wagons on Tippler and decoupling of load wagons and tipping
through Wagon Tipplers, collection and coupling of empty wagons in outhaul side of
wagon tipplers and formation in MTPS linesfor a period of three years from the date of
taking over of site.
DESCRI PTI ON
SECTI ON - I : EARNEST MONEY DEPOSIT

SECTI ON - I I : BID QUALIFICATION REQUIREMENTS

SECTI ON- I I I : REJECTION OF TENDERS

SECTI ON - I V : INSTRUCTIONS TO THE TENDERERS

SECTI ON - V : COMMERCIAL TERMS AND CONDITIONS

SECTI ON – VI : TECHINCAL SPECFICATION

SECTI ON –VI I : GENERAL CONDITIONS OF CONTRACT

SCHEDULE – A : SCHEDULE OF PRICES

SCHEDULE – B : DEVIATION FROM TECHNICAL SPECIFICATION

SCHEDULE – C : DEVIATION FROM COMMERCIAL TERMS


STATEMENT OF ORDERS EXECUTED/ UNDER
SCHEDULE – D :
EXECUTION SO FAR AS ON THE TENDER OPENING
SCHEDULE –E : ORGANIZATION PROFILE ANNEXURES (i) to (iv)

SCHEDULE – F : TENDER FORM

SCHEDULE – G : DECLARATION FORM


QUESTIONNAIRE
SCHEDULE –H :
FORMAT FOR UNDERTAKING IN LIEU OF PAYMENT OF
ANNEXURE – I :
EMD
FORMAT FOR UNDERTAKING TOWARDS PAYMENT OF
ANNEXURE – I I :
DUES TO TANGEDCO
FORMAT FOR UNDERTAKING FOR LEGAL PROCEEDINGS
ANNEXURE – I I I :
JURISDICTION
FORMAT FOR BANK GUARANTEE TOWARDS SECURITY
ANNEXURE – I V :
DEPOSIT CUM PERFORMANCE GUARANTEE
ANNEXURE – V : PROFORMA OF CONTRACT AGREEMENT
ANNEXURE – VI : DECLARATION ON INPUT TAX CREDIT (ITC) OF GST
ANNEXURE - VI I : MINIMUM STAFF TO BE MAINTAINED
ANNEXURE – VI I I : UNDERTAKING FOR REMITTANCE OF EPF & ESI
ANNEXURE- I X : DRAWING AND COAL CONVEYOR DETAILS

`7
SECTI ON- I

EARNEST MONEY DEPOSI T


1) Tenderer should pay the specified amount towards Earnest Money Deposit as
follows: Earnest Money Deposit:Rs.70,93,000/- (Rupees Seventy Lakhs Ninety
Three Thousand Only)
2) The Earnest Money Deposit specified above should be in the form of
NEFT/RTGS/Account Transfer as mentioned above in 5(a) of foreword for the above
amount. Scanned copy of the E-receipt duly reflecting the UTR Number shall be
uploaded.It is through bank account transfer of same bank,a copy of bank account
scroll of bidders duly exhibiting the transaction of EMD amount with details of name
of bank, account number of bidder with IFSC code shall be uploaded. The EMD
amount should be remitted through NEFT/RTGS Mode/Account Transfer and the
timings for having paid the EMD in UTR receipt,should be before the closing time of
tender.EMD amount paid after tender closing time will be summarily rejected.
3) PEMD holders of Rs.50 Lakhs and above at TANGEDCO Head Quarters or MTPS II
may participate in this tender without paying separate EMD.
4) The EMD will not carry any interest.
5) The Earnest Money Deposit will be refunded to the unsuccessful tenderers on
application to the Superintending Engineer/ Mechanical-II after intimation of the
rejection/ non-acceptance of their tender is sent to them.
6) Any other mode of payment of EMD other than NEFT/ RTGS/ Account
transfer shall not be accepted tow ards EMD and the tenders shall be
rejected if EMD is not paid in the prescribed manner.
7)(I) The following categories of Industries are exempted from payment of EMD.
a) The Small Scale Industrial Units located within the State and Registered with the
Tamil Nadu Small Industries Development Corporation.
b) The Small Scale Industrial Units Registered with the National Small Industries
Corporation.
c) The SSI Units holding Acknowledgement issued for Entrepreneur Memorandum
Part-II certificate obtained from the District Industries Centre in respect of those
items for which the Registration Certificate/ Acknowledgement has been issued.
d) Departments of the Government of Tamil Nadu.
e) Undertakings and Corporations owned by the Government of Tamil Nadu.
f) Labour Contract Co-operative Societies.
g) Tiny Industries classified under S.S.I. registered with the State of Tamil Nadu
and registration Certificate issued by the Department of Industries and
Commerce/Government of Tamil Nadu in respect of those items for which the
Registration Certificate has been issued.
h) Small Scale Industrial Units located outside the State and such of those units
registered with National Small Industries Corporation in respect of those items
covered under Registration Certificate.
i) UdyogAadharMemorandum (UAM) submitted by bidders should also be accepted
for permitting EMD exemption in respect of SSI units while participating in
TANGEDCO tenders.

`8
(II) SSI units having provisional registration certificate are not eligible for
exemption.
8) Those tenderers who are exempted from payment of EMD shall upload in lieu of
EMD an undertaking in a non-judicial Stamp paper of value not less than Rs.80/-
(Rupees Eighty only) in the form as per Annexure-I to the effect to pay as
penalty an amount equivalent to EMD in the event of non-fulfilment or non-
observance of any of the conditions stipulated in the contract consequent to
such breach of contract. The State Government, Public Sector Undertakings who
are exempted from payment of EMD/Security Deposit should also pay as penalty
an amount equivalent to the amount fixed as Security Deposit in the event of
non-fulfilment or non-observance of any of the conditions stipulated in the
contract.
9) Small Scale Industries registered with the Tamil Nadu small Industries
Development Corporation or with National Small Industries Corporation or holding
Entrepreneur Memorandum Part-II oracknowledgement for the Entrepreneur
Memorandum Part-IIissued by DIC, for small scale industrial unit for subject
materials specifying capacity for which they are permitted to manufacture and the
period of validity of the certificate shall upload attested Photo copy of Registration
Certificate/ Acknowledgement as proof of eligibility for exemption from payment
of EMD.
10) Others viz. Central and other State Government Departments/ Undertakings and
Corporations other than those in Tamil Nadu shall have to pay Earnest Money
Deposit and Security Deposit.
11) The tenderers shall upload the audited attested copy of Profit and Loss
account/Balance Sheet along with the proof for exemption from payment of EMD
in order to ensure the SSI status of the firm based on the investment held in
Plant and Machinery for extending exemption from paying EMD.
In case the investment held by them in Plant and Machinery as per their
financial statement of Accounts exceeds Rs.5 Crores, the General Manager,
District Industries Centre concerned will be requested to verify the SSI status of
the firm. Till receipt of confirmation from General Manager / District Industries
Centre concerned, the exemption from paying EMD for SSI Units shall not be
extended.
12) i) The following proof documents should be uploaded by the Tenderer during
submission of Techno-commercial bid for payment of EMD failing which the offer
will be SUMMARILY REJECTED.
- The e-receipt of payment of EMD through NEFT/RTGS (or) The proof of
Permanent EMD Holder
ii) In case, if the Tenderer claims for Exemption from payment of EMD, the
following proof documents should be uploaded failing which the offer will be
summarily rejected
a) Company’s Registration Certificate with the tendered items mentioned in
the Registration Certificate.
b) An undertaking in lieu of EMD, with all pages duly signed/or authenticated
by the bidder and signature of witnesses affixed at the end of undertaking
along with details of name and address.
c) The documents in support of investment held in plant and machinery.

`9
iii) If the document evidences produced for Exemption from payment of EMD are
not attested by the Gazetted Officer / Notary public,the bid will be summarily
rejected.
13) The Earnest Money Deposit/Permanent EMD made by Tenderer will be forfeited
after e-tender opening if:
(a) thetenderer withdraws his/her tender or backs out after acceptance.
(b) the tenderer withdraws his/her tender before the expiry of validity period
stipulated in the Specification or fails to remit the Security Deposit.
(c) the tenderer violates any of the provisions of these regulations contained
herein.
(d) the tenderer revises any of the terms quoted during the validity period.
(e) in the event of documents furnished with the offer being found to be bogus
or the documents contain false particulars, the EMD paid by the tenderers
will be forfeited in addition to blacklisting them for future tenders/contracts
in TANGEDCO.

`10
SECTI ON – I I
BI D QUALI FI CATI ON REQUI REMENTS ( BQR)

The Bidders shall become eligible to bid on satisfying the follow ing Bid
Qualification Requirements and uploading of the required documentary
evidences.
1) The Bidder should have minimum experience of 2 (Two) years as on the date of
tender opening in successful Operation of Coal Handling equipments, Wagon Tipplers,
Locomotives and Mechanical & Electrical maintenance of Coal Handling Plant in any
thermal power station of TANGEDCO/TNEB/PSU/Other State Electricity Boards/ Govt.
Organization/ Govt. Undertakings in India/Private Sector Unit/Cement/Steel Industry,
etc., in their own name for a value of not less than Rs.17,73,37,000 ( Rupees
Seventeen Crores Seventy Three Lakhs and Thirty Seven Thousand only) in
single order within the last ten years.
2) The bidder should furnish satisfactory Performance Certificate of above executed order
for the mentioned period of 2 (two) years. In case the bidder has executed the order to
TANGEDCO, the performance certificate from the end user will be obtained by tender
inviting authority.

3) The bidders annual turnover shouldbe more than Rs.17,73,37,000 (Rupees


Seventeen Crores Seventy Three Lakhs and Thirty Seven Thousand only)in any one of
the last three financial years (2016-17, 2017-18 & 2018-19). Attested photo copies of
Annual Audited financial statement/balance sheet/Income tax statement duly certified by
a chartered accountant for the above three years should be enclosed.
In addition to the above, the bidder shall also enclose any one of the following
documents as a proof of turnover.
a) Attested copy of the income tax return filed by the bidders along with annual
turnover certificate issued by the Chartered Accountant.
b) Attested copy of enlistment certificate issued by NSIC containing turnover details of
the bidder for the respective period.
NOTE TO BQR :
(1) Copy of the above documentary evidences attested by a Gazetted Officer/ Notary
public should be enclosed along with the offer.
(2) In the event of documents furnished with the offer being found to be bogus or the
documents contain false particulars, the EMD paid by the tenderer will be forfeited in
addition to blacklisting them for future tenders/ contracts in TANGEDCO.
(3) The required BQR evidences shall be furnished along with the tender itself, otherwise
the offers will be summarily rejected. The BQR evidences submitted after the due date of
submission of tender shall not be accepted.
(4) Offers from the bidders having done the above work on subcontract basis are not
eligible to participate in the tender. Also Joint venture/consortium are not eligible to
participate in the tender.
*****

`11
SECTI ON I I I

REJECTI ON OF TENDERS

I ) Tenders w ill be SUMMARI LY rejected if

01) Received by Post / Courier / telex / telegram / Fax / E-mail/ any other mode other
than e-submission.
02) Received with EMD in any other mode of payment other than NEFT /
RTGS/Account transfer.
03) Not paid the requisite EMD amount
04) Not accompanied by the e-receipt of payment of EMD or Proof of PEMD or Proof
of exemption from payment of EMD
05) Not accompanied by Undertaking / Agreement where EMD is to be exempted.
06) From the approved tenderer whose permanent EMD is not adequate for this
tender.
07) If price is indicated anywhere in Part – I
08) Not accompanied with copy of evidences for meeting the Bid Qualification
Requirement.
09) Does not meet Bid Qualification Requirement.
10) Received from a tenderer whose past performance / Vendor Rating is not
satisfactory.
11) Received from a tenderer who is directly or indirectly connected with Government
service or TANGEDCO Limited Service or Service of Local Authority.
12) Offer received from Joint Venture / Consortium
13) Received from any blacklisted Firm or Contractor.
14) If the declaration form for tender acceptance letter as specified in Schedule F is
not signed and enclosed.

I I ) Tenders is LI ABLE to be rejected, if it is :


01) Not in conformity with TANGEDCO’s Commercial terms and Technical
specifications.
02) With validity period less than that specified in the specification.
03) Not containing all required particulars as per Schedule A to H.

`12
SECTI ON – I V
I NSTRUCTI ON TO THE TENDERERS

1.0. Tamil Nadu Transparency in Tenders Act 1998 and the Tamil Nadu Transparency
in Tender Rules 2000 and subsequent amendments thereof are applicable to this
tender

2.0. SUBMI SSI ON OF TENDER OFFER:


2.1. The tenderer is expected to examine all instructions, Schedules and Annexures
detailed in the Specification and submit the Schedule of Prices and other required
particulars in the Schedules and Annexures called for in this Specification, only as
per the formats prescribed herein.

2.2. The Tender Offer consisting of Schedules-B to H should be filled up and signed by
the Tenderer or any person holding Power of Attorney authorizing him to sign on
behalf of the Tenderer before submission of the Tender. The date of signature
should invariably be indicated.

2.3. In the event of tender being submitted by other than a firm, it must be signed by
a partner (copy of partnership deed should be enclosed) and in the event of the
absence of any Partner, it shall be signed on his behalf by a person holding a
Power of Attorney authorising him to do so, Certified copies of which shall be
enclosed.

2.4. Tender submitted on behalf of companies registered under the Indian Companies
Act, shall be signed by person duly authorised to submit the tender on behalf of
the company and shall be accompanied by certified true copies of the resolutions,
extracts of the Articles of Association, special or general Power of Attorney etc to
show clearly the title, authority and designation of persons signing the tender on
behalf of the company.

2.5 PRE BI D MEETI NG:


A pre-bid meeting will be held at the office of the Chief Engineer/MTPS-
II(1X600MW) Mettur Dam on at 10.00 Hrs Dt.03- 07-2020 with the bidders to
clarify their doubts on the tender specification. A bidder requiring any
clarificationin the tender specification may notify the owner in writing. The reply
to the clarifications raised will be uploaded through corrigendum before tender
opening. All such clarifications should be sought on or before 03-07- 2020 from
the Chief Engineer/MTPS-II (1x600 MW).

2.6 LANGUAGE OF THE BI D: All information in the Bid shall be in English.

3.0. Modifications/ Clarifications to Tender Documents:


3.0.1. At any time after the commencement of e-Tender and before the closing of the

`13
event, TANGEDCO may make any changes, modifications or amendments to the
tender documents and same will be intimated to the concerned Vendors through
corrigendum which can be downloaded from the Vendor login .
3.0.2. In case any tenderer asks for a clarification to the tender documents before 48
hours of opening of tenders, the CE/MTPS-II or SE/M-II/MTPS-II, TANGEDCO,
Mettur Dam-636 406 will clarify the same.
3.0.3. If any tenderer raises clarifications after the opening of the tender, the clarified
reply issued by the Chief Engineer/MTPS-II, or SE/M-II/MTPS-II, TANGEDCO,
Mettur Dam-636 406on the clarifications will be final and binding on the Tender.
3.1. All tender offers shall be prepared by typing or printing in the formats enclosed
with this specification.
3.2. All information in the tender offer shall be in ENGLISH only. It shall not contain
interlineations, erasures or over writings except as necessary to correct errors
made by the tenderer. Such erasures or other changes in the tender documents
shall be attested by the persons signing the tender offer.

3.3 QUOTATI ON OF RATES:


3.3.1. Rates should be quoted in figures i.e., integers only.
3.3.2. Offers giving lumpsum price, without giving their breakup as per details required
in the attached Price Schedule-A shall be liable for rejection.

4.1. PRI NTED TERMS AND CONDI TI ONS I N TENDERS:


Firm’s printed terms and conditions will not be considered as forming part of the
tender under any circumstances.

4.2. I NCOMPLETE TENDERS:


Tender, which is incomplete, obscure or irregular is liable for rejection.

4.3. AMBI GUI TI ES I N CONDI TI ONS OF TENDERS:


In the case of ambiguous or contradictory terms / conditions mentioned in the
bid, interpretation as may be advantageous to the TANGEDCOmay be taken
without any reference to the Tenderer.

4.4. The tender offer shall contain full information asked for in the accompanying
schedules and elsewhere in the specification.

4.5. Tenderers shall bear all costs associated with the participation in the e-Tender
and the purchaser will in no case be responsible or liable for these costs.

4.6. No offer shall be withdrawn by the Tenderer in the interval between the deadline
for submission and the expiry of the period of validity specified / extended validity
of the tender offer.

5.0. TENDER OPENI NG:

5.1. OPENI NG OF COMMERCI AL & TECHNI CAL BI DS WI THOUT PRI CE ( PART- I ) :


`14
The Tender offers except Price Bid will be opened electronically at 14.30Hrs.
on the date notified through https:/ / tntenders.gov.in/ nicgep.app.in the
presence of tenderer’s authorizedrepresentative w ho may w ish to be
present on the date of opening.

5.2. OPENI NG OF THE PRI CE BI DS: ( PART - I I )


The date and time of opening of Price Bids shall be later notified
through registered e-mail to the Bidders w ho fulfil the BQR criteria and
w hose bids are found to be commercially and technically acceptable.

6.0. I NFORMATI ON REQUI RED AND CLARI FI CATI ONS:


6.1. In the process of examination, evaluation and comparison of tender offers, the
TANGEDCO may at its discretion, ask the Tenderer for a clarification of his offers.
All responses to requests for clarifications shall be in writing to the point only. No
change in the price or substance of the offer shall be permitted.
6.2. The TANGEDCO will examine the tender offers to determine whether they are
complete, whether any computational errors have been made, whether required
sureties have been furnished, whether the documents have been properly signed
and whether the offers are generally in order.
6.3. The Tender offers shall be deemed to be under consideration immediately after
they are opened and until such time of official intimation of award / rejection is
made by the Tender Accepting Authority to the tenderers. TheTenderers shall not
make attempts to establish unsolicited and unauthorized contact with the Tender
Inviting Authority, Tender Accepting Authority or Tender Scrutiny Committee after
the opening of the tender and prior to the notification of the award and any
attempt by any tenderers to bring to bear extraneous pressures on the Tender
Accepting Authority shall be sufficient reason to disqualify the tenderer.

7.0. EVALUATI ON AND COMPARI SON OF THE TENDER OFFERS:


7.1. The tenders will be evaluated strictly as per the Tamil Nadu Transparency in
Tenders Act, 1998 and the Tamil Nadu Transparency in Tender Rules, 2000 and
its subsequent amendments till date.
7.2. The tender offers received will be examined to determine whether they are in
complete shape, all required Data have been furnished, properly signed and
generally in order and conforms to all the terms and conditions of the
Specification without any deviation.
7.3. For the purpose of evaluation of tender offers, the following factors will be taken
into account for arriving the evaluated price:
a) The quoted price will be corrected for arithmetical errors.
b) In case of discrepancy between the price quoted in works and figures,
lowest of the two will be considered.
c) The rate of CGST, SGST and IGST as applicable both in percentage and
amount shall be indicated in the offer along with HSN / SAC Code asper
GST Act.

d) The evaluated price shall be arrived in compliance with the provisions of


GST on the Transaction value + GST.
e) Since GST is enacted wherein all taxes & duties are subsumed, price
`15
evaluation shall be inclusive of applicable GST in all cases, i.e., even if the
bidders are within the State or outside TN.
7.4. The rates quoted by the eligible lowest tenderer in the open tender Rate Contract
Scheme shall be compared with the prevailing market rate and the rates of
previous period and if the Tender Accepting Authority is of the view that the
quoted rates are too high, the rates will be negotiated and the rate will be
determined. All eligible bidders who accept the rate shall be enlisted.

8.0. RI GHTS OF THE TANGEDCO


8.1. Not to accept the lowest or any tender without assigning any reason.
8.2. Notwithstanding anything contained in this specification/the TANGEDCO
reserves the rights to:
8.2.1.Relax or waive any of the conditions stipulated in the tender specification as
deemed necessary in the best interest of the TANGEDCO for good and
sufficient reasons.
8.2.2.Cancel the order for not keeping up the delivery schedule/contract period.
8.3. The TANGEDCO reserves the rights to request for any additional information
and also reserves the right to reject or accept the proposal of any bidder, if in
the opinion of the TANGEDCO, the qualification data is incomplete or in the
opinion of the TANGEDCO the bidder is found not qualified to satisfactorily
perform the contract.
8.4. To recover losses, if any, sustained by the TANGEDCO, from the
contractor/supplier who pleads their inability to execute/supply and backs out
of his obligation after award of contract. The Security Deposit paid in that case
shall be forfeited.
8.5. At any time after issue of the tender documents and before the opening of the
tender, the TANGEDCO may make any changes, modifications or amendments to
the tender documents and shall send information of such changes to all those
who have purchased the tender documents.

9.0. DEVI ATI ONS:


9.1 The offers of the Tenderers with Deviations in Commercial terms and Technical
Terms of the Tender Document are liable for rejection.
9.2 No alternate offer will be accepted.

10.0. BI DDER’SEXPERI ENCE:


The intending tenderers shall furnish the details of various supply orders/works
contracts executed by them as on the date of tenders in the Schedule D enclosed to
the tender specification.The details furnished by the tenderers shall be in complete shape
and if it is found that any information is found omitted, suppressed, incomplete or
incorrect, the same will be taken note of while dealing with the tenderer in future and
will entail forfeiture of EMD.Tenders furnished by the tenderers without these
accompanying details of their past performance are liable for rejection.

11.0. VENDOR RATI NG:


TANGEDCO Limited will verify the vendor rating of the bidders from Concerned Thermal
Power Stations/Utility. Incase the vendor rating is not satisfactory, their offers will not be

`16
considered for further processing and will be rejected.

12.0. GST REGI STRATI ON:


TANGEDCO opts to purchase goods or service only from the GST registered persons
and GSTIN Number shall be furnished in the offer.

13.0. SOUNDNESS OF THE COMPANY:


The tenderer who is an Industrial company should clearly state as per schedule G in his
tender whether the company is potentially sick Industrial company or a sick industrial
company in terms of Section 23 of Section 15 of the sick industrial company act 1985.
Failure to supply this information will make the tender liable for rejection.

14.0. PAST PERFORMANCE:


The intending tenderers shall furnish the details of various orders executed by
them during the past years as on the date of tendering in the Performa enclosed to the
Tender Specification and also proof for having executed the tendered item and for their
satisfactory performance. The details furnished by the tenderers shall be in complete
shape and if it is found that any information is found omitted, suppressed, incomplete or
incorrect, the same will be taken note of, while dealing with the tenderers in future.
Tenders furnished by the tenderers without these accompanying details of their past
performance are liable for rejection.

15.0. I NCOMPLETE DATA:


TANGEDCO reserves the right to request for any additional information and also
reserves the right to reject the proposal of any bidder, if in the opinion of the
TANGEDCO, the qualification data is incomplete or the bidder is found not qualified to
satisfactorily perform the contract.

16.0 NEGOTI ATI ON:


Negotiation will be carried out with the L1 tenderer after opening of tenders.

`17
SECTI ON - V
COMMERCI AL TERMS AND CONDI TI ONS
1.0. SCOPE:
The scope of work is Operation and Maintenance (Mechanical & Electrical), of Coal
Handling Plant, Wagon Tippler 5 & 6 connected with MTPS-II and Locomotives of
MTPS-II including handling of coal rake right from shunting of load wagons,
marshalling of load wagons from load lines and placing the load wagons on Tippler
and decoupling of load wagons and tipping through Wagon Tipplers, collection and
coupling of empty wagons in outhaul side of wagon tipplers and formation in MTPS
linesfor a period of Three Years from the date of handing over of siteofMTPS-
II,Mettur Dam-636 406.
2.0. LOCATI ON:
The work is required in the Mettur Thermal Power Station-II located at Mettur
Dam-636 406, Tamil Nadu.

3.0. COMPLETENESS OF TENDER:


The tender should be complete in all respects.
In order that the tenders may receive full consideration, the whole information
called for in the accompanying schedule and elsewhere together with relative
leaflets, literature and details etc., must be supplied by the tenderer. The tenders
not containing the complete details as above are liable for rejection.

4.0. VALI DI TY OF THE TENDER:


4.1 Bid shall be kept valid for acceptance for minimum period of 90 days from the date
of opening of Techno Commercial bid. However the tenderer shall keep his offer
open till such time his tender is either accepted or rejected by TANGEDCO Limited/
competent Authority. Any extension thereof should also be given if requested by
TANGEDCO Limited without revision of prices and terms in the bid.
4.2 Tenders with less validity period will be rejected.

5.0 PRI CE:


The Contractor / FIRM should closely note all the specification clauses which
govern the rates while he is tendering. The rates accepted shall remain firm for the
entire duration of contract or any extension thereof. The rates quoted should be
inclusive of all incidental expenses for carrying out subject work. All the expenses
to be incurred by contractor are required to be included to the extent they are
charged for to arrive the contract value i.e transaction value. The applicable GST
shall be worked out on the transaction value only.
6.0. CONTRACT PERI OD:
The period of contract proposed is for 3 (Three) years from the date of
taken over of the Site.
The contract period shall automatically cease to exist after 3 (Three) Years
from the date of taken over of the plant and the contractor shall have no right to
ask for any extension and he has to clear the site immediately after completion of
contract period.

However, the TANGEDCO at its discretion can extend this contract,if required, for a
further period of 1 year on the Contractor’s consent at the same terms and
conditions.

`18
7.0. MANNER OF EXECUTI ON OF CONTRACT:
The Agreement, unless otherwise agreed, shall be signed within thirty (30) days of
the date of issue of order, at the Office of Chief Engineer/MTPS IIon a date and
time to be mutually agreed. The Contractor shall provide for signing of the
Contract, appropriate Power of Attorney and other requisite materials. Unless and
until a formal agreement is prepared and executed, the order issued by
TANGEDCO LIMITED read in conjunction with the Tender / Bid documents will
constitute a binding Contract.
It is expressly understood and agreed by and between the Contractor and the
TANGEDCO that the TANGEDCO is entering into this agreement solely on its own
behalf and not on behalf of any other person or entity. In particular, it is expressly
understood and agreed that the Government of India/Govt. of Tamilnadu is not a
party to this Agreement and has no liabilities, obligations or rights here under. It is
expressly understood and agreed that the TANGEDCO is an independent legal
entity with Power and Authority to enter into Contracts solely on its own behalf
under the applicable laws of India and the general principles of Contract Law. The
Contractor expressly agrees, acknowledges and understands that the TANGEDCO is
not an agent, representative or delegate of the Government of India/Govt. of
Tamilnadu. It is further understood and agreed that the Government of India/Govt.
of Tamilnadu is not and shall not be liable for any acts, commissions, breaches or
other wrongs arising out of the Contract. Accordingly, Contractor expressly waives
releases and foregoes any and all actions or claims, including cross claims, imp
leader claims or counter claims against the Government of India/Govt. of
Tamilnadu arising out of this Contract and cove Nance not to sue the Government
of India/Govt. of Tamilnadu as to any manner, claim, and cause of action or thing
whatsoever arising of or under this agreement.
The Agreement will be signed in four (4) originals and the Contractor shall be
provided with one (1) signed original and the rest will be retained by the Owner.

8.0. SECURI TY DEPOSI T FOR CONTRACT PERFORMANCE:

8.1 The successful tenderer will have to furnish Security Deposit for contract
Performance for 5% of the total accepted value of the contract less EMD amount,
if already paid. The Security Deposit for contract Performance has to be paid in the
form of Demand Draft or banker’s Cheque or in the form irrevocable Bank
Guarantee from any Nationalized Bank or Scheduled Banks or Foreign Banks with
branches in India. Alternatively, the Earnest Money Deposit remitted by the FIRM
will be refunded on request, if the Security Deposit for contract Performance is
paid in full without adjusting the EMD amount.

8.2 The Security Deposit for contract will be refunded to the contractor only if the
contract is completed as per the agreed conditions. If the TANGEDCO incurs any
loss or damages on account of breach of any of the clauses or any other amount
arising out of the contract becomes payable by the supplier to the TANGEDCO,
then the TANGEDCO will in addition to such other dues that he shall have under
the law, appropriate the whole or part of the security deposit and such amount
that is appropriated will not be refunded to the supplier.
8.3 The above security deposit for contract Performance has to be paid within 15 days
from the date of receipt of work order. The security deposit for contract

`19
Performance will not carry any interest. Alternatively, interest charges at 22% per
annum or as fixed by TANGEDCO will be levied for belated payment of Security
Deposit for contract Performance from the due date of payment till the date of
receipt of DD/ Banker’s Cheque/ irrevocable Bank Guarantee towards security
deposit for contract Performance plus interest up to the date of receipt of their first
bill will be deducted from their first bill(s). The GST will attract on penal interest for
belated Security Deposit payments.TANGEDCO reserves the right to cancel the
work order notwithstanding the levy of above interest charges.
9.0. MOBI LI ZATI ON ADVANCE:
No mobilization advance will be given for this contract & no advance payments will
be made for any item of work.
10.0GUARANTEE:
10.1Work Portion : Not applicable
10.2Supply portion: The spares materials supplied under the contractor’s scope for
the work shall be guaranteed for satisfactory performance for a period of 12
Months from the date of commissioning or 18 Months from the date of supply
whichever is later, subject to an overall period of 24 months. Any defect in
supplied material/workmanship shall be replaced/ rectified by the contractor at free
of cost during the above guarantee period. The defective materials will have to be
taken back at their own cost and risk”.
11.0. PAYMENT:
Payment would be made on tonnage (MT) basis for every month on actual quantity
handled as per contract terms (refer clause 14.0).The Payment will be made by
DFC/ Central Payment, TANGEDCO, Chennai – 2.
12.0 SUPPLY OF SPARES ON CHARGEABLE BASI S :
In case of any delay in arranging the required spares each costing uptoRs.32,000/-
(Plus GST extra as applicable) by the contractor, the contractor shall draw the
required spares as per direction of site Engineeron chargeable basis (Requisition
Duplicate rate), if they are available at TANGEDCO’s stores. The cost of such
spares shall be recovered from the contractor’s bills. The contractor should ensure
the availability of required spares, which are covered in theirscope after receipt of
the order.
If spares under TANGEDCO’s scope are not available at Central stores/MTPS -II,
the contractor should arrange to supply the spares on reimbursable basis from the
market directly to ensure availability of conveyors and all other equipments under
their scope for operationas per the direction of site Engineers. The spares shall be
used with regularisation at central stores of MTPS II. The cost of these items of
spares shall be paid by Board based on previous PO or prevailing market
rate,whichever is lower.

13.0 PERMANENT ACCOUNT NUMBER, GSTI N NUMBER AND OTHER


STATUATORY CHARGES:
The Tenderer shall indicate the Permanent Account No. and shall enclose the details
of PAN issued by Government of India, Income Tax Department and GSTIN Number
of the Firm with proof with the tender.

13.1 GOODS AND SERVI CE TAX ( GST) :


i.Goods and Services Tax [GST] as a modern law, has been brought after Article
366(12A) of the Constitution as amended by 101st Constitutional Amendment Act,
2016. GST is an indirect tax system, commonly used by both the Central Government

`20
and the State/UT to final consumption with credit of taxes paid at previous stages
available as set off. In a nutshell, only value addition will be taxed and burden of tax
Governments on goods and services. GST is a destination based tax on consumption of
goods and services. It is proposed to be levied at all stages right from manufacture up
is to be borne by the final consumer. GST has been rolled out w.e.f. 01.07.2017, across
India.
ii.The GST to be levied by the Centre on intra-State supply of goods and / or services
would be called the Central GST (CGST) and that to be levied by the States/ Union
territory would be called the State GST (SGST)/ UTGST. Similarly, Integrated GST
(IGST) will be levied and administered by Centre on every inter-state supply of goods
and services.
iii. Any supplier of goods and service Provider of services who makes a taxable supply
with an aggregate turnover of over Rs.20 lakhs in a financial year is required to obtain
GST registration. In special category states, the aggregate turnover criteria is set at
Rs.10 lakhs. in simple words Every business whose taxable supply of goods or services
under GST (Goods and Service Tax) and whose turnover exceeds the threshold limit of
Rs. 20 lakh / 10 Lakh as applicable will be required to register as a normal taxable
person.
i. GST Registration Number: TANGEDCO has migrated into GST regime on 15.06.2017
by duly uploading various mandatory data as required by the GST portal. The
provisional ID issued to TANGEDCO is 33AADCT4784E1ZC. The details are also posted
in TANGEDCO web portal.
GST Registration Number or GSTIN is 15 Digit identification number which is allotted to
each applicant who applied for GST Registration. GST Number is completely based on
the PAN Number and State code. First two digit represent the state code and another
10 digit represent the PAN number of the client, one digit represent the entity code
(Like proprietorship or partnership etc), one digit is blank and last one is represent
check digit.
ii. Transaction Value: The value of a supply of goods or services or both shall be the
transaction value, which is the price actually paid or payable for the said supply of
goods or services or both where the supplier and the recipient of the supply are not
related and the price is the sole consideration for the supply. Sec 15(1) states that
value of supply of goods and service shall be the transaction value i.e. the price actually
paid or payable. The conditions for accepting the transaction value area) Supplier and
the recipient of the supply are not related. b) Price is the sole consideration for the
supply.
iii. Composition Scheme: Composition scheme specifies that registered person whose
turn over in the preceding financial year is below certain specified limit (Currently 75
lakhs) may intimate the proper officer to pay in lieu of tax payable by him an amount
calculated at such rate may be specified.
Eligibility for composition scheme: Sec10(2) of the central Goods and Services Tax Act,
2017 states that the registered person shall be eligible to opt under sub- section (1), if-
 he is not engaged in the supply of services other than supplies referred to in clause
(b) of paragraph 6 of Schedule II;
 he is not engaged in making any supply of goods which are not leviable to tax under
this Act;
 he is not engaged in making any inter-State outward supplies of goods;
 he is not engaged in making any supply of goods through an electronic commerce
operator who is required to collect tax at source under section 52; and

`21
 he is not a manufacturer of such goods as may be notified by the Government on the
recommendations of the Council.
iv. Supply of Service and Goods: When there is a combined supply of many goods /
services, it has to be determined whether it is a Composite supply or mixed supply of
goods or services
(a) COMPOSITE SUPPLY: A composite supply is the one where all the goods or services
or a combination has to supplied together i.e., naturally bundled and there would be a
Principal Supply that could be identified (Ex. Supply of Machinery with packaging,
insurance and freight – the principal supply is machinery). In this case, the rate of
principal supply will be applied on entire value.
(b) MIXED SUPPLY: A mixed supply is where the goods or services or the combination
thereof which could be individually supplied (like Pizza and Coke) but sold together at a
single price. In this case, the highest rate to the good in that mix is applied on all the
goods. The GST shall be applicable at appropriate prevailing rates as notified by GST
Act. In the event of delay in execution of contract, the GST rate prevailing on the
scheduled period or on the actual date of execution, whichever is less only will be
admitted.
The bidders should have registered under GST Act and furnish GSTIN. In the event of
contractor is within TN, SGST & CGST shall apply and if the contractor is outside TN,
IGST shall apply.
Any Increase/ decrease in the Taxes & Duties within the delivery schedule period will be
in account of TANGEDCO. If the materials/ works supplied/ executed beyond the
schedule period taxes/ duties will be worked out both for the actual date of delivery and
schedule date of delivery and the amount whichever is less only will be allowed.

I NPUT TAX CREDI T AS PER SEC 171 OF CGST ACT:


The ITC benefit if any should be passed on to TANGEDCO as rebate in actual on
procurement and consumption of spares and consumables against this work in
monthly invoice up to the completion of contract.

Since ITC is available on direct and indirect costs associated with fly ash generation,
GSTR2A verification is required. While passing the invoice of subsequent month /
subsequent quarter as the case may be, it can be verified whether the GST on the
previous month’s invoice /previous quarter has been paid, through verifying GSTR2A.
In case of non-filing of GSTR by the supplier/contractor, further bills shall not be
admitted. Necessary GST ITC undertaking (Annexure VI) as per TANGEDCO’s standard
specification is to be submitted by the L1 tenderer after evaluation of price for compliance
of section 171 of CGST Act.

Excess GST Claim by Supplier / Contractor:


There may be difference between GST claimed from TANGEDCO and remitted to
Government in GSTR2A. Any lesser GST remittance found in GSTR2A than claimed
from TANGEDCO, the excess collection of GST will be recovered from the supplier/
contractor, duly adhering to regular procedure.
GST on Liquidated Damages, Forfeit ure of EMD/ SD :
Explanation (2)(e) to clause (5) of Schedule II under section 7 of the CGST Act,
2017 and the erstwhile Service Tax provision [Explanation (II)(e)under Section
66E] which considered "agreeing to the obligation to refrain from an act or to
tolerate an act or a situation or to do an act" as a "supply of services" and taxable
activity. The Liquidated Damages collected /recovered on inward supplies i.e.
purchase of goods and services will attract GST @18% and Liquidated Damages
collected /recovered on taxable outward supplies will attract GST @ 18%. GST will

`22
have to be additionally recovered from the supplier in addition to the stipulated LD
rates in the contract. Forfeiture of EMD / SD will attract GST @ 18%. GST amount
recovered on LD / Forfeiture of EMD/SD are eligible as Input Tax Credit to the
Supplier / Contractors.

TDS UNDER GST:


The TDS under GST will be deducted at the time of payment or accounting books of
accounts whichever is earlier.Once the taxable value of contract exceeds
Rs.2,50,000/- then each and every invoice on that contract shall be subjected to
the TDS under GST irrespective of value of such invoice.

Taxable supply means supply of goods or services or both which is leaviable to tax
under GST. Thus, TDS under GST is to be deducted only on the Taxable supply of
goods or services or both and not on Exempt supply (supply of any goods or
services or both which attracts nil rate of tax or which may be wholly exempt from
tax under section 11 of the CGST/SCGST Acts or under section 6 of the IGST Act)
and non-taxable supply. Similarly, TDS under GST rate need not be applied on GST
component in the invoice. TDS under GST is also applicable for suppliers/
contractors registered under composition scheme also.

Applicability of TDS:
Where the location of the supplier and the place of supply are in the same state, it
is an intra-state supply TDS@ 1% under CGST Act and 1% under SCGST Act will be
deducted. Where the location of the supplier is in state A and the place of supply
is in state B, it is and interstate supply and TDS @ 2% under IGST Act will be
deducted.

TDS under GST is also applicable in the following cases:-


• Bills of supplier for advance payment.
• Amount of retention from the bills supplier.
• Supply of goods or services or both by supplier registered under GST as
composition dealer.
Thus Grass value of invoice (Except GST portion) shall be taken while applying
TDS under GST rate.

Non- Applicabilit y of TDS:


TDS under GST is not applicable in the following cases:-

1. Total value of taxable supply more than Rs.2.5 Lakhs of contract.(GST not
included)
2. Contract Value of Rs.2.5 Lakhs for both taxable supply and exempted supply,
but the value of taxable supply the said contract Rs.2.5 Lakhs.
3. Receipt of services which are exempted. For Example, services exempted
under notification No.12/2017 - Central Tax (Rate) Dated 28.06.2017 as
amended from time to time.
4. Receipt of Goods which are exempted. For example, Goods exempted under
notification No.12/2017 - Central Tax (Rate) Dated 28.06.2017 as amended
from time to time.

5. Goods on which GST is not leviable. For example, petrol, Diesel, Petroleum
Crude, Natural gas, aviation turbine fuel (ATF) and alcohol for human
consumption.
6. Where a supplier had issued an invoice for any sale of goods in receipt of
which tax was required to be deducted at source under the VAT law before
01.07.2017, but where payment for such sale is made on or after 01.07.2017

`23
(Section 142(13) refers).
7. Where the location of the supplier and place of supply is in a State(s)/UT)s)
which is different from the state/UT where the dedicator is registered.
8. All activities or transactions specified in schedule III of the CGST/SGST Acts
2017, irrespective of the value.
9. Where the payment relates to tax invoice that has been before 01.10.2018.
10. Where any amount was paid in advance prior to 01.10.2018 and the tax
invoice has been issued on or after 01.10.2018, to the extent of advance
payment made before 01.10.2018.
11. Where the tax will be paid on reverse charge by the recipient i.e.,thedeductee.
12. Where the payment is made to an unregister supplier.
13. Where the payment relates to "CESS" component.

Value of supply for Deduction of TDS:


For the purpose of tax specified above, the value of supply shall be taken as the
amount excluding the central tax, state tax, Union tax, integrated tax and cess
indicated in the invoice. ie., without including the amount of GST charges in the bill.

Exempt ion from TDS:


According to that provision, given under Govt. of India vide Notification No.61/2018.
TDSunder GST need not be deducted in respect of the supply of goods and services
or both from a public section undertaking (PSU) to another public sector Undertaking
with effect from 1st day of October 2018. Therefore, no TDS need to be deducted in
respect of supplies between public Sector undertakings Example: NTECL, NTPC BHEL
etc., are owned by central Government. However TDS provisions will continue to
apply for taxable supplies from Government and other private agencies with effect
from 01.10.2018.

13.2. I NCOME TAX AND STATUTORY CHARGES :

13.2.1I NCOME TAX :Income Tax will be recovered from the contractors every running bill at
the prevailing rate of tax in force with amendments issued from time to time as per the
Income Tax Act.

13.2.2COMPLI ANCE OF EPF ACT:


a) Since MetturThermal Power Station-II is covered under the EPF & MP Act 1952, the
contractor who desires to take up works contract for and inside the Mettur Thermal
Power Station-II is required to comply with all provisions stipulated to EPF & MP Act
1952 or any modifications there of or any other law relating thereto and rules made
there under from time to time.
b)The contractor should have taken separate EPF main code number. (The RPFC has
agreed toallot separate code number to each contractors if they apply in the prescribed
format).
c)The Workers engaged by the contractors should have EPF-UAN number(Universal
Account Number).
d)The contract shall be responsible for the payment of necessary EPF contributions-
both Employer’s and Employee’s contributions as per the provisions of the EPF & MP Act
1952 inrespect of the actual workers engaged for the specified works.
e) The contractor shall submit necessary returns to the EPF Organization within the
stipulated time as required under the said EPF & MP Act 1952.

`24
f) The contract shall produce the proof of payment of contributions – both Employer’s
and Employee’s contributions made to EPF Organization in order to claim the bills for
the respective work.
g) The contract shall be fully liable to meet and fulfill at the relevant provisions of the
EPF & MP Act 1952 in respect to the execution of the tendered work.
h)The Contractors shall register their establishment under (PMRPY) Pradhan Mantri
Rojgar ProtsahanYojana with the Employees Provident Fund Organisation.
i) In case the contractor fails to fulfil any of the statutory provisions of the EPF & MP Act
1952 and consequently it happens that MTPS II/TANGEDCO Ltd., has to meet such
requirements of the said Act or statutory provisions in the capacity of principal Employer,
MTPS II/TANGEDCO Ltd., shall make good such requirements out of money due and
payable to the said contractor and further the performance of the said contractor in this
regard will be noted for all future contracts of TANGEDCO.
j) The Contractor shall give an undertaking in a stamp paper for a value of Rs.80/- for
having remitted EPF & ESI, Employee and Employer Contribution while claiming the
part/final Bills.
k) No reimbursement of Bonus will be made by TANGEDCO.
l) The contractor has to absorb the Employers contribution towards EPF for theminimum
staff to be maintained in the rate quoted.

13.2.3 COMPLI ANCE OF ESI ACT:


a. Since Mettur Thermal Power Station – II is covered under ESI Act 1948, the
contractor who desires to take up works contract for and inside the Mettur Thermal
Power Station– II is required to comply with all the provisions stipulated to ESI Act
1948 or any modifications thereof or any other law relating thereto and rules made
there under from time to time.
b. The contractor should have taken separate ESI main code number.
c. The contractor shall be responsible for the payment of necessary ESI contributions –
both Employer’s and Employee’s contributions as per the provisions of the ESI Act 1948
in respect of the actual workers engaged for the specified works.
d. The contractor shall submit necessary returns to the ESI organization within the
stipulated time as required under the said ESI Act 1948.
e. The contractor shall produce the proof of payment of contributions – both Employer’s
and Employee’s contributions made to ESI organization in order to claim the bill for the
respective work.
f. The contractor shall be fully liable to meet and fulfill all the relevant provisions of the
ESI Act1948 in respect of the execution of the Tendered work.
g. In case the contractor fails to fulfill any of the statutory provisions of the ESI Act 1948
and consequently it happens that MTPS – II /TANGEDCO Ltd., has to meet such
requirements of the said Act or statutory provisions in the capacity of principal employer,
MTPS – II/ TANGEDCO Ltd., shall make good such requirements out of money due and
payable to the said contractor and further the poor performance of the said contractor in
this regard will be noted for all future contracts of TANGEDCO.The contractor has to
absorb the Employers contribution towards ESI for the minimum staff to be maintained in
the rate quoted.

14.0. LI QUI DATED DAMAGES ( LD) :


1. The minimum availability of Coal Handling Plant to be maintained is 80%. If the above
System is not able to be maintained by the contractor, due to the reasons solely

`25
attributable to the contractor, then LD will be levied at the rate of 25% of the accepted
Rate/MT in Schedule Sl.No.1, 2 &3 for the actual shortfall in availability.
2. In case of any delay in unloading of Coal from the railway wagons over the time
allowed by Railways due to the reasons solely attributable to the Contractor, then the
Demurrage charges applicable to TANGEDCO payable to the Railways shall be recovered
from the Contractor. In case of any dispute in the assessment of Demurrage charges
payable by the contractor, the TANGEDCO’s decision is final. (For Sl.No.4 of schedule).
The calendar day shall mean 00.00 hrs to 24.00 hrs.

15.0 PAYMENT OF O&M CHARGES:


TERMS OF PAYMENT:
The O&M charges for schedule Sl.No.1,2, 3& 4 will be paid to the contactor as
per the accepted rate/MT.For both Indian and Import coal, actual total quantity of
coal handled on tonnage basis will be considered for payment. Approximate expected
quantities to be handled for three years are furnished as below. If any deficit realized
in the above said expected quantities to be handled, no compensation will be paid to
the contractor by TANGEDCO.
Approximate expected quantities to be handled for 3 (Three) years:
1 - Stacking - 8166960 MT
2 - Reclaiming - 8516880 MT
3 -Direct bunkering - 3363120 MT
4 -Handling through
Locomotives and Wagon tipplers - 11530080MT
The payment will be made to the contractor based on actual coal quantity handled
only,irrespective of
1) Non-requirement of coal due to Unit overhaul/Shut down/any
breakdown/Boilertube puncture/LDC request.
2) Non availability of spares to be provided to the contractors by TANGEDCO
3) Stoppage due to route diversion.
4) Non-receipt of required quantity of coal due to reasons attributable to the
TANGEDCO
5) Reduction in the quantity of coal handled due to increase in the proportion of
import coal
6) Deficit in the receipt of coal from the expected quantity.
15.1 Method of payment:
100% of monthly payment for the actual tonnage of coal stacking, reclaiming &
feeding will be paid after handing over of complete system of coal handling plant
at MTPS-II.
1 6 .0 . PENALTY / DEDUCTI ONS :
Penalty@Rs.1,00,000/- (Rupees One Lakh only) per empty bunker per
calendar day or part there of shall be imposed in case of generation loss to
TANGEDCO due to any coal bunker is in empty condition though the coal is
available and if the reason is solely attributable to the contractor. The
calendar day shall mean 00.00 Hrs to 24.00 Hrs.

17.0. DEDUCTI ONS FROM CONTRACT PRI CE:


All cost, damages, or expenses which the owner might have paid, for which under
contract, the contractor is liable, shall be deducted by the owner from any amount
due or becoming due to the contractor under the contract or shall be recovered by
action of law or otherwise from the contractor.
In the event of recovery to the necessary extent becoming impossible owning to
insufficiency of the EMD, SD and withhold amount, the balance due to the

`26
TANGEDCO shall be recovered as arrears of land revenue under ’The Madras
Revenue Recovery Act 1864" or by other legal terms.

18.0. FORCE MAJEURE:


If at any time, during the continuance of the contract, the performance in whole or
in part, in any obligation under this contract, shall be prevented or delayed by
reasons of any war, hostility, acts of public enemy, acts of civil commotion, strikes,
lockouts, sabotages, fires, floods, explosions, epidemics, quarantine restrictions or
other acts of God (herein after referred to as eventualities) then, provided notice of
the happening of any such eventuality is given by the tenderer to the TANGEDCO
within 15 days from the date of occurrence thereof, neither party shall, by reasons
of such eventuality, be entitled to terminate this contract nor shall have any claim
for damages against the other in respect of such non-performance or delay in
Performance and deliveries under this contract, shall be resumed as soon as
practicable after such eventuality has come to an end or ceased to exit.
Provided that if the performance in whole or part by the contractor on any
obligation under this contract is prevented or delayed by reasons of any eventuality
for a period exceeding 60 days, the TANGEDCO may at its option terminate this
contract by a notice in writing.

19.0.FAI LURE TO EXECUTE THE CONTRACT AS PER THE AGREEMENT


CONDI TI ONS AND TECHNI CAL SPECI FI CATI ON:
The tenderersare responsible, if they fail to execute the agreement placed on them
to the satisfaction of TANGEDCO under the terms and conditions set forth therein
will be liable to make good the loss sustained by TANGEDCO consequent to the
placing of fresh orders elsewhere at higher rate, i.e., the difference between the
price accepted in the contract already entered in to and the price at which fresh
orders have been placed. This is without prejudice to the imposition of Liquidated
Damages and forfeiture of Security Deposit for the breach of contract.
20.0.POWERS TO TERMI NATE THE CONTRACT:
In the event of non-performance and lack of diligence, the contract will be
terminated and the Security Deposit will be forfeited.
The TANGEDCO reserves the right, during the period of the contract, to arrange
movement of coal covered by this contract by any other agency other than the
contractor.
The TANGEDCO reserves the right to terminate the contract by giving one month
notice without assigning any reason.

21.0.EFFECTI NG OF RECOVERI ES:


Any loss, arising incident to non-fulfilment of this contract or any other contract, will
be recovered from the Security Deposit and Earnest Money Deposit held and or any
other amount due to the Contractor from TANGEDCO.

22.0. RECTI FI CATI ON OF DEFECTI VE WORKMANSHI P:


22.1 Notwithstanding anything contained in Liquidated Damages clause of this
specification, where the whole or part of the materials supplied and workmanship
by the contractor are found to be defective or damaged or are not in conformity
with the specification, such defects or damages in materials supplied and
workmanship shall be rectified within 15 days from the date of intimation of the
defect/ damage from the TANGEDCO. If the defects or damages are not rectified
`27
or replaced within this period, the supplier shall pay a sum towards liquidated
damages clause given above, for the delay in rectification/ replacement of the
defects or damages.
22.2 If even after such rectification or replacement of the damaged or defective part if
the equipment/ materials ordered is not giving satisfactory performance as per the
contract, then it will be open to the TANGEDCO either to reject the goods or
repudiate the entire contract and claim such loss sustained by the TANGEDCO.
23.0. JURI SDI CTI ON FOR LEGAL PROCEEDI NGS AFTER AWARD :
No suits or any proceeding in regard to any matter arising in any respect under this
contract shall be instituted in any court save in the Civil Court of Chennai or the
court of small causes in Chennai. It is agreed that no other court shall have
jurisdiction to entertain any suit or proceedings eventhough part of the cause of
action might arise within their jurisdiction. In case any part of the cause of action
arises within the jurisdiction of any of the courts in Tamil Nadu and not in the
courts of Chennai city then, it is agreed to between the parties that such suits or
proceedings shall be instituted in a court within Tamil Nadu and no other court
outside Tamil Nadu shall have jurisdiction even though any part of cause of action
might arise within the jurisdiction of such courts.
24.0. ARBI TRATI ON ACT NOT TO APPLY:
TANGEDCO will not accept arbitration in case of disputes arising in any respect
under this contract. Any dispute arising out of this contract shall not be subject to
arbitration under the provision of Arbitration Act 1940 or any other enactment in
replacement thereof in the event of any dispute between the parties.

*****

SECTI ON VI
TECHNI CAL SPECI FI CATI ON

`28
1.BRI EF DESCRI PTI ON OF THE COAL HANDLI NG PLANT/ MTPS-I I ( 1X600MW) /
Mettur Dam.

The Coal wagons will be brought to the Wagon Tippler through Locomotives.
One wagon at a time will be placed on the table of Wagon Tippler. The wagons will be
tipped into the hopper/Apron Feeders-5&6. From the Apron Feeders the coal will be
fed to the underground Conveyor-1A/1B. The Conveyors-2A/2B will receive the coal
from the Conveyor-1A/1B and pass on to further downstream conveyors. The integral
weigh bridge will record the gross and tare weight of the wagons before and after
tipping the wagons.The coal rakes are unloaded through Wagon Tipplers.The
unloading activities involves shunting and placing the coal wagons on tippler table
for tipping after decoupling and coupling the empty wagons after tipping ,for which
tippler operator, loco diver, points man ,coupling man and decoupling man are
required to operate one tippler.The Railways are placing the coal rakes in bunching
at Mettur Thermal Power Station even after repeated requests to regulate the coal
rakes and place in regular interval.

The Coal will be transported through Conveyors-2A/2B to the Primary Crushers


House and then to the Secondary Crusher House through Conveyors-3A/3B and
4A/4B. The conveyors are equipped with Magnetic Separators for separating tramp
iron particles from coal prior to discharge in to the Rotary Breakers, where coal size
will be reduced (-)150 mm. PCR bypass arrangement also provided. From the Primary
Crushers House, the Conveyors-3A/3B & 4A/4B will discharge the coal to the
Secondary Crusher House. The Secondary Crusher House has Flow Dividers, Roller
Screens, Ring Granulators. In Ring Granulators, the coal size is reduced to (-) 25 mm.
Elevators are provided in PCH and SCH.

2(Two)Nos. of additional Reversible bucket wheel type Stacker cum


Reclaimers have been erected in the eastern side adjacent to the existing coal yard
with suitable provision for Emergency Stacking/Reclaiming of coal at new yard. The
crushed coal received from the Secondary Crusher House thro’ Conveyors-5A & 5B
will be sent to the Bunkers directly when the bunkers are empty. When the bunkers
will remain full, the coal will be stocked in the MTPS-II (1x600 MW) Coal Stock yard
through the Stacker cum Reclaimers. When there is no receipt of coal, the coal
stocked in the coal yard will be reclaimed by utilizing the SCRs and fed to the
Bunkers. The crushed coal will be stacked on either side of rail track through boom
conveyor up to a height of approx. 9m. The stacked coal will be reclaimed from the
stock pile by means of Stacker cum Reclaimer and will be fed to the reversible boom
conveyor which in turn will feed the conveyor no.7 or 9.

In the event of Stacker cum Reclaimer machines are not in operation and non
receipt of coal rakes, the crushed coal can be reclaimed and fed to the bunkers by
Emergency Reclaiming System. Bull dozers will doze the coal into the Emergency
Reclaiming Hopper and Conveyor No.15 will receive the feed from the Emergency
Reclaiming Hopper thro’ Vibratory Feeders and feed the crushed coal to the main
stream Conveyors-6A & 6B.

In the event of Stacker cum Reclaimer machines are not in operation and coal
is not required for bunkers, the coal have to be stacked through Emergency Stacking

`29
arrangement via Conveyor No. 14 and Telescopic Chute.

The Conveyor-13A/13B are equipped with Metal Detectors for detecting


any foreign materials prior to discharge to bunkers. In line belt weighers are provided
in Conveyor-5A/5B, Boom Conveyors of Stacker Cum Reclaimer I & II and Conveyor
13A/13B. In Line Magnetic Separators (8 Nos.) and Suspended Magnetic Separators
(2 Nos.) are provided in Conveyors-1A/1B, 2A/2B, 4A/4B and 11A/11B and Conveyor
3A/3B respectively. Flap gates, Rack and Pinion gates, Dust Extraction system, plain
water type Dust Suppression system etc., are also provided.

2.TECHNI CAL DETAI LS OF THE SYSTEM:


The technical details of the equipment, details of routine and periodical
maintenance, required are furnished below:
2. 1 EQUI PMENT TECHNI CAL PARAMETERS:
Sl.
Name of the Equipment Location Rated Capacity Qty.
No.
1 Wagon Tippler-5 & 6 Wagon Tippler 1100 MTPH each 2 Nos.
complex
2 Apron Feeder-5 & 6 Wagon Tippler 1000 MTPH each 2 Nos.
complex Motor Capacity :132KW/415V
3 Dribble Feeder-5 & 6 --do-- 200 MTPH each 2 Nos.
Motor Capacity :5.5KW/415V
4 Locomotives-7,8 & 9 Locomotives Diesel Hydraulic 3 Nos.
LocomotivesModel : DL-700-
HDRIV-O-C-O-67.5T

5 Conveyor-1A/1B --do-- 1000 MTPH each 2 Nos.


Length:
Conveyor-1A :67.415m
Conveyor-1B :46 m
Motor Capacity :55KW/415V
6 Sump Pump Conveyor-1A/1B Motor Capacity :11KW/415V 2 Nos
Tail End
7 Dust Suppression Pump Wagon Tippler- Motor Capacity :5.5 KW/415V 4 Nos.
5&6
8 Flap Gate-1/2 Transfer House Motor Capacity :5.5KW/415V 2 Nos.
9 Inline Magnetic Transfer House Motor Capacity :11KW/415V 2 Nos.
Separator-1 & 2
10 Sump Pump Conveyor-1B Motor Capacity :11KW/415V 2 Nos
Middle

11 Sump Pump Conveyor-2A/2B Motor Capacity : 11KW/415V 2 Nos


Tail End
12 Conveyor-2A/2B Between Transfer 1000 MTPH each 2 Nos.
House and PCH Length:554.720M each
Motor Capacity :325KW/3.3KV
13 Inline Magnetic PCH Motor Capacity :11KW/415V 2 Nos.
Separator- 3 & 4
14 Reversible Belt Feeder- PCH 1000 MTPH each 2 Nos.
1&2 Motor Capacity : 30KW/415V
15 Rotary Breaker-1 & 2 PCH 1500 MTPH each 2 Nos.
Motor Capacity : 160KW/3.3KV
16 Reject Conveyor-1 PCH 50 MTPH 1 No.

`30
Motor Capacity : 30KW/415V
17 Sector Gate PCH Motor Capacity : 3.7KW/415V 1 No
18 Belt Feeder-1 & 2 PCH 1000 MTPH each 2 Nos.
Motor Capacity : 30KW/415V
19 Flap Gate-3/4 PCH Motor Capacity : 5.5KW/415V 2 Nos.
20 Rack & Pinion Elevator- PCH 1 Ton 1 No.
1 Motor Capacity :
7.5KW/415V(2 Nos.)
21 Suspension Magnetic In Conveyor- 2 Nos
Separator-1 & 2 3A/3B
22 Conveyor-3A/3B Between PCH and 1000 MTPH each 2 Nos.
JT-7 Length:263.300 m each
Motor Capacity : 155KW/415V
23 Flap Gate-5 & 6 Junction Tower-7 Motor Capacity : 5.5KW/415V 2 Nos.
24 Conveyor-4A/4B Between JT-7 and 1000 MTPH each 2 Nos.
SCH Length:215.030 m each
Motor Capacity : 155KW/415V
25 Inline Magnetic SCH Motor Capacity : 11KW/415V 2 Nos.
Separator 5&6
26 Flow Divider-1 & 2 SCH 850 MTPH each 2 Nos.
Motor Capacity : 2.2KW/415V
27 Roller Screen- SCH 850 MTPH each 4 Nos.
1A/2A/1B/2B Motor Capacity : 30KW/415V(8
Nos)
28 Ring Granulator-1A/2A SCH 850 MTPH each 4 Nos.
& 1B/2B Motor Capacity : 550KW/3.3KV
29 Reversible Belt Feeder- SCH 1000 MTPH each 2 Nos.
3&4 Motor Capacity : 30KW/415V

30 Belt Feeder-3/4/5/6 SCH 1000 MTPH 4 Nos.


Motor Capacity : 30KW/415V
31 Rack & Pinion Elevator- SCH 1 Ton 1 No.
2 Motor Capacity :
7.5KW/415V(2 Nos.)
32 Conveyor-5A/5B Between SCH and 1000 MTPH each 2 Nos.
JT-6 Length:
Conveyor-5A:185.742m
Conveyor-5B:188.941m
Motor Capacity : 155KW/415V
33 Belt Weigher-1 & 2 In Conveyor-5A & 1400 MTPH each 2 Nos.
5B
34 Reversible Belt Feeder- JT-6 1000 MTPH each 2 Nos.
5&6 Motor Capacity : 30KW/415V
35 Belt Feeder-7 JT-6 1000 MTPH 1 No.
Motor Capacity : 30KW/415V
36 Flap Gate-7, 8 & 18 JT-6 Motor Capacity : 5.5KW/415V 3 Nos.
37 Conveyor-15 Between ERH and 1000 MTPH 1 No.
JT-6 Length:271.099 m
Motor Capacity : 220KW/3.3KV
38 Rod Gate-1 & 2 ERH 2 Nos.
39 Rack and Pinion Gate-1 ERH 2 Nos.
&2
40 Vibro Feeder- 1 & 2 ERH Motor Capacity : 2 Nos.
3.87KW/415V(4 Nos.)
41 Conveyor-14 JT-6 to Telescopic 1000 MTPH 1 No

`31
Chute Length:211.909 m
Motor Capacity : 110KW/415V
42 Sump Pump Conveyor-15 Tail Motor Capacity : 11KW/415V 2 Nos.
End
43 Telescopic Chute Conveyor 14 Head 1 No.
end
44 Conveyor-6A/6B Between JT-6 and 1000 MTPH each 2 Nos.
JT5 Length:218.841 m each
Motor Capacity : 155KW/415V
45 Reversible Belt feeder 8 JT-5 1000 MTPH each 3 Nos.
/9/10 Motor Capacity : 22KW/415V
46 Flap Gate 9/10 JT-5 2 Nos.
47 Yard Conveyor # 7 Between Drive Cap:1000 MTPH 1 No.
House-I and Length: 1201.774 m
Junction Tower-5 Motor Capacity : 220KW/3.3KV
48 Stacker Cum Reclaimer- Coal Yard Reclaiming mode
I 2) Average:700MTPH 1 No.
ii) Peak:1000 MTPH
Stacking mode
Stacking:1000 MTPH
49 Conveyor # 8A/8B Between Junction Cap:1000 MTPH 2 Nos.
Tower -5 and Length:141.401 m each
Junction Tower-4 Motor Capacity : 110KW/415V
50 Reversible Belt Feeder Junction Tower-4 Cap:1000 MTPH 2 Nos.
11/12 Motor Capacity : 22KW/415V
51 Flap Gate 11/12 Junction Tower-4 Motor Capacity : 5.5KW/415V 2 Nos.
52 Conveyor # 10A/10B Between Junction Cap:1000 MTPH 2 Nos.
Tower-4 and Length:240.154 m each
Junction Tower-3 Motor Capacity : 155KW/415V
53 Reversible Belt Feeder Junction Tower-3 Cap:1000 MTPH 2 Nos.
13/14 Motor Capacity : 22KW/415V
54 Flap Gate 13 Junction Tower 3 Motor Capacity : 5.5KW/415V 1 No.
55 Yard Conveyor # 9 Between Drive Cap:1000 MTPH 1 No.
House-II and Length: 1548.891 m
Junction Tower-3 Motor Capacity : 325KW/3.3KV
56 Stacker Cum Reclaimer- Coal Yard Reclaiming mode
II 3) Average:700 MTPH 1 No.
ii) Peak:1000 MTPH
Stacking mode
i)Stacking:1000MTPH
57 Conveyor # 11A/11B Between Junction Cap:1000 MTPH 2 Nos.
Tower -3 and Length:166.818 m each
Junction Tower-2 Motor Capacity : 110KW/415V
58 ILMS #7/8 Junction Tower-2 Motor Capacity : 11KW/415V 2 Nos.
59 Flap Gate 14/15 Junction Tower-2 Motor Capacity : 5.5KW/415V 2 Nos.
60 Conveyor # 12A/12B Between Junction Cap:1000 MTPH 2 Nos.
Tower-2 and Length:529.330 m each
Junction Tower-1 Motor Capacity : 325KW/3.3KV
61 Reversible Belt Feeder Junction Tower-1 Cap:1000 MTPH 2 Nos.
15/16 Motor Capacity : 22KW/415V
62 Belt Weigher 5/6 Conveyor#13A/13B 1400 MTPH 2 Nos.
63 Metal Detector1/2 Conveyor 2 Nos.
#13A/13B
64 Travelling Tripper1/2 Bunker Top Cap:1000 MTPH 2 Nos
65 Flap Gate 16/17 Travelling Tripper Motor Capacity : 5.5KW/415V 2 Nos

`32
66 Conveyor # 13A/13B Bunker Cap:1000 MTPH 2 Nos.
Length:293.120 m each
Motor Capacity : 155KW/415V
67 Dust Extraction System PCH, SCH, Bunker 10 Nos.
Top and Junction
Tower 1 to 7
68 Dust Suppression Pump DS Pump house Motor Capacity : 45KW/415V& 4 Nos.
75KW/415V (each 2 Nos.)
69 Boom Conveyor SCR-I & II Cap:1000 MTPH 2 Nos.
Length:65m each
Motor Capacity : 55KW/415V
70 Intermediate Conveyor SCR-I & II Cap:1000 MTPH 2 Nos.
Length:80m each
Motor Capacity : 75KW/415V
71 Bull Dozers Coal Yard Make: PENGPU 6 Nos.
Model : PD 220Y-1
Engine Rated Power:
220/164(HP/KW)
72 Tilting Power Pack WT 5 & 6 Motor Capacity : 160KW/415V 2 Nos.
Motor
73 Clamping Power Pack WT 5 & 6 Motor Capacity : 75KW/415V 2 Nos.
Motor
74 Bucket Wheeling & Slew SCR I & II Motor Capacity : 110KW/415V 2 Nos.
Power Pack Motor
75 Luffing Power Pack SCR I & II Motor Capacity : 37KW/415V 2 Nos.
motor
76 HT Transformer CHP MCC 11KV/3.3KV 5000KVA. 2 Nos.
77 LT Transformer CHP MCC 3.3KV/440V 2000KVA 2 Nos.
78 LT Transformer WT MCC 3.3KV/440V 500KVA 2 Nos.
79 LT Transformer Bunker MCC 3.3KV/440V 1000KVA 2 Nos.
80 LT Transformer SCR I & II 3.3KV/440V 630KVA 2 Nos.
81 LT Lighting Transformer CHP MCC 415V/415V 200KVA & 150KVA 4 Nos.
(each 2 Nos.)
82 LT Lighting Transformer CHP MCC 415V/415V 200KVA 2 Nos.
83 LT Welding Transformer CHP MCC 415V/415V 150KVA 1 Nos.
84 LT Welding Transformer WT MCC 415V/415V 50KVA 1 Nos.

2 .2 Abst ract of Equipment s:

`33
Sl. Equipment Qty.
No.
1 Wagon Tipplers 02 Nos.
2 Apron Feeders 02 Nos.
3 Locomotives 03 Nos.
4 Belt Weighers 06 Nos.
5 Belt Conveyors 26 Nos.
6 Reject Conveyors 01 No.
7 Ring Granulators 04 Nos.
8 Dribble Feeders 02 Nos.
9 Drive House 02 Nos.
10 Emergency Reclaim Hoppers 02 Nos.
11 Motorized Flap Gates 18 Nos.
12 Belt Feeders 07 Nos.
13 Inline Magnetic Separators 08 Nos.
14 Integral Weigh Bridges 02 Nos.
15 Junction Towers 07 Nos.
16 Bunker Level Indicators 08 Nos.
17 Metal Detectors 02 Nos.
18 Primary Crusher House 01 No.
19 Pent House 02 Nos.
20 Rotary Breakers 02 Nos.
21 Reversible Belt Feeders 15 Nos.
22 Reject Hopper 01 No.
23 Rod Gates 02 Nos.
24 Rack & Pinion Gates 02 Nos.
25 Roller Screens 04 Nos.
26 Secondary Crusher House 01 No.
27 Stacker cum Reclaimers 02 Nos.
28 Sector Gate 01 No.
29 Suspended Magnetic Separators 02 Nos.
30 Sump Pumps 08 Nos.
31 Transfer House 01 No.
32 Travelling Trippers 02 Nos.
33 Vibratory Feeders 02 Nos.
34 Flow Dividers 02 Nos.
35 Cable Reeling Drums 08 Nos.
36 Bunker sealing Arrangement 02 Nos.
37 Telescopic Chute 01 No.
38 Dust Extraction System 1 lot of 10 Nos.
39 Dust Suppression Pump 1 lot of 8 Nos.
40 Dust Suppression System 1 Lot
41 Rack & Pinion Elevator 02 Nos.
42 Bull Dozers 06 Nos.
43 Power Transformers 10 Nos.
44 Lighting/Welding Transformers 08 Nos.
45 Ventilating Systems 02 Nos.
46 Hoists 71 Nos.
47 Wi-Fi Camera system in Locomotives and WagonTipplers 4 nos.

`34
3 .0 Det ails of w orks t o be carried out

A. OPERATI ON:
Carrying out the shift operations viz.,issuing clearances for starting the
equipments/conveyors, monitoring the temperature of bearings, fluid couplings and
gear boxes, monitoring the vibration of the equipments, applying of pull cord in case of
any abnormalities and resetting after attending any defects and monitoring the running
of belts without any sway. Conveying the operating parameters of equipments in
Junction Towers, Bunker Top & Stacker Cum Reclaimersetc., to the Shift operator in
CHP MCC, Bunker MCC, Wagon Tippler MCC & Stacker Cum Reclaimer-I & II MCC, Fire
Quenching & Dust Suppression in Coal Yard and Stone Picking in three locations in both
streams & Operation of 6Nos. of Bull Dozers in MTPS-II(1x600MW)/Coal Handling
Plant.

B. ROUTI NE AND PERI ODI CAL MAI NTENANCE SCHEDULE OF EQUI PMENTS
1. Wagon Tippler, Apron Feeder and Dribble Conveyor and it s auxiliaries
Daily maintenance:
Sl. No. Description Works To Be Carried Out
of item
1.General cleaning of equipments/machineries
2.Spillage coal cleaning in spill plate and hopper grill coal
choke and foreign material if any
1 Rail track Check rail alignment with railway line for straightness
Weigh bridge check for proper seating of male and female
locating block and free rotation of roller
2 End Frame Rake and pinion lubrication by Servo coat-140
3 Drive units Check for oil leakage in the joints, hydraulic drive and
power pack and cleaning, vibration, noise, coupling working
condition and torque arm for any looseness. Checking the
braking system in proper working condition. Check the
clamps for hold condition.
4 Sump Pump switch on sump pump for proper working condition
5 Hoist Switch on electrical hoist for proper working condition
6 Apron Feeder Check for flanged roller and chain link for smooth rotation
and wear and tear, oil leakage in the hydraulic drive lines
and power pack noise, Sprocket bolt & nut and sprocket
sector for healthiness and tightness.
Release coal choke if any and check for wear and tear of
liner plates in the chute check the torque arm for any
looseness
7 Dribble Cleaning of coal in the pulley surface
Conveyor i) Gear box
ii)Pulley Plummer block
iii)Spillage coal on floor, Head and tail end, walkway

Weekly Maintenance:

`35
Sl. No. Description Works To Be Carried Out
of item
Wagon Tippler
1 Weigh bridge i.Check the dislocation of all the load cells
ii.Clearing of table pit area spillage coal
ii.Check the Pawl & Pawl lever for proper engagement
Buffer worn out condition
iv.Spur wheel and pinion lubrication by Servo Coat and check
for wear and tear
v.Hopper liner inspection for wear and tear and correction if
required
vi.Greasing wherever required.
2 Apron Feeder i.Check the chainlinks, pans pan bolts and nuts for tightness
and wear and tear, replace if necessary
ii.Check the spill plate roller for free rotation
iii.Discharge chute liner inspection for wear and tear and
rectification if necessary
iv.Check the tractor roller and return roller for free rotation.
v.Greasing wherever required.
3 Sump Pump Cleaning, Inspection and lubrication

Monthly Maintenance:
Sl. No. Description of Works To Be Carried Out
item
Wagon tippler
1 End Frame & 1. Check the end frame table bolt &nut for tightness and
Top Stop wear & tear
Arm 2. Side arm top stop arm rubber pads for worn out
condition and replace if necessary
2 Drive unit 1. Check the torque arm
2. Drive pit cleaning
3. Checking the hydraulic drive and oil line joints for
leakage
4. Cleaning of pressure and return line filters
5. Check the Hydraulic pump condition.
6. Check the drive motor, pump & allied equipments, oil
leakage and replace if necessary.
3 Hydraulic 1.To ensure that hydraulic power pack is in perfect
Power pack working condition.
(Tilting & 2.To maintain hydraulic cylinders, direction valve and
Clamping) adjustment
3.To check pressure relief valves, Check valves and flow
control valves in perfect working condition.
4.Check the clamps for hold condition.
5.Check the Hydraulic system for working in proper oil
pressure.
4 Sump pump Inspection of impeller & casing for coal choke if any and clean
5 Apron 1.Inspection and greasing of flanged rollers

`36
Feeder 2.Head and tail shaft bearing greasing
6 Dribble 1.Check the Pin & Bush for wear & tear and replace if
Conveyor necessary
2.Greasing of drive and non drive pulleys

Annual Maintenance:
Sl. No. Description of Works To Be Carried Out
item
Wagon tippler
1 Weigh Bridge Inspection of Weigh bridge steel balls for wear & tear and
replacement if required.
Check the condition of spill plate, split spur wheel and
pinion, drive shaft bearing bushes.
2 Drive unit Filtration of oils
3 Sump pump Overhauling of sump pump
4 Apron Feeder Overhauling of Plummer block bearings, checking of
sprocket, tail wheel and allied equipment’s and replace if
necessary.
5 Dribble Overhauling of pulley bearings and Plummer blocks,
Conveyor checking of belt and replace if necessary

2. Conveyor, Belt Feeder and Reversible Belt Feeders Travelling Tripper I &
I I and it s Auxiliaries
Daily maintenance:
Sl. No. Description of Works To Be Carried Out
item
1 Conveyor, Belt Cleaning of
Feeder and i)Gear box
Reversible Belt ii)Pulley Plummer block
Feeders and its iii)Spillage coal on floor, Head and tail end, walkway and
Auxiliaries decking sheet
2 Gear Box Check for
i)oil and top up if necessary
ii)abnormal temperature raise if any
iii)abnormal noise if any
iv)abnormal vibration if any
v)brake shoe condition for wear and tear
vi)oil leakage in fluid coupling
3 Pulley Check for
i) Check against unusual noise and heating of bearings /
Housings.
ii) Check against running out of Labyrinth seal.
iii) Check against jamming of pulley bearings.
iv) Pulley condition for wear and tear & lagging condition
for healthiness
v) Noise for abnormality if any
vi) Bearing temperature raise if any
4 Chutes Check and clean

`37
i)coal choking
ii)checking chute puncture
iii)skirt board condition for wear and tear
iv)flange bolt condition for tightness.
5 Conveyor Check for
i) Training of belt for proper alignment during running and
inspection of belt joints.
ii) Check against jamming of Idlers. Adjustment of Idler
Brackets for Belt Training.
iii)Checking the lightness of idler frames
6 Belt scrapper Cleaning of caked / stuck material from blade edge to avoid
damage of belt
7 Skirt Board Cleaning of Struck / trapped material between belt and skirt
board to avoid damage of belt.

Weekly Maintenance:
Sl. No. Description of Works To Be Carried Out
item
1 Gear Box Cleaning of breather
2 Skirt Board 1. Skirt rubber adjustment and replacement if required
2. Tightening of fasteners
3 Chutes Inspection of chutes & rectification of damages if any
4 Conveyor 1. Scrapper adjustment /replacement if required
2.Lubrication of swivelling arrangement of S.A idlers.
Monthly Maintenance:
Sl. No. Description of Works To Be Carried Out
item
1 Gear Box 1.Checking the tightness of fixing bolt of gear box and base
frame
2.Check for leakage of oil and Check for oil level
2 Pulley 1.Lubrication of bearings
2.Tightening of Plummer Block Bolts.
3 Fluid Coupling Checking of oil level and top up if necessary
4 Brake Adjustment if any
5 Geared Lubrication.
Coupling
6 Long Travel To check that individual components of Wheel-axle drives,
mechanism such as motors, gear boxes, coupling, brakes are in order

Annual Maintenance:
Sl. Description of Works To Be Carried Out
No. item
1 Gear Box Checking and overhauling of gear box if required
2 Pulley Checking and overhauling of Plummer block if required
3 Fluid Checking and replacement of oil if required
Coupling
4 Brake Checking and adjustment if any
5 Long Travel 1. Check for leakage of Gear Box Oil and replacement of

`38
Mechanism damaged oil seal, if any.
2. Check that Brakes are working alright.
3. To ensure that Rails clamps hold the machine in position.
4. Lubrication of Wheel bearings.
5. To check for wearing of Brake shoes, if any, and replace the
same.
3. STACKER cum RECLAI MER and it s auxiliaries.
Daily Maintenance:
Sl Description of Works To Be Carried Out
No item
1 SCR 1.General cleaning of the Stacker cum Reclaimer and spillage
coal.
2.General inspection of the rotating equipments.
3.General inspection of Conveyors in the machine for Belt joint
healthiness.
4.Inspection of the idlers and pulleys in the machines.
5.Inspection and clearing of chutes in the machines.
6.Inspection of Skirt and scrapper rubber.
7.Inspection of Hydraulic drive, power pack and lines for
leakages.
Weekly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 PCRD &CCRD Cleaning and inspection of cable drag chain link assembly
2 Gear Boxes Inspection of oil levels in gear boxes
3 Chutes Inspection of chutes & rectification of damages if any
Monthly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 PCRD &CCRD Inspection of chains & sprockets in the cable reeling drum
2 Hydraulic 1.Ensure that hydraulic power pack is in perfect working
Power pack condition.
2.To maintain hydraulic cylinders, direction valve and adjustment
3.Check pressure relief valves in perfect working condition.
4.To maintain additional limit switches in good working condition
for preventing extra lowering of Boom to avert accident.
5.Cleaning of pressure and return line filters
Boom 1. To check the hydraulic control system and control panel is in
Slewing perfect working condition.
and Luffing 2.To check that safety coupling protecting the slew drive
Mechanism components and the structure against overload, is in order.
3.To check that limit switches for slew angle are in good working
condition
4. To check lubrication of bearings for gear & pinion.
5. To check for wear & tear breakage of Gear & Pinion teeth.
6.To check that bearings for Pinion and Gear are in good
Workingcondition.
Cabin leveling 1.To check that automatic leveling of Operator’s cabin by means

`39
arrangement of Hydraulic Cylinders, occurs simultaneously with the luffing
of Boom.
2.To check that adjusting facility inside the cabin is alright for
maintaining level of the cabin.
3 Chutes Inspection of chutes & rectification of damages if any
4 Lubrication Inspection of lubrication lines and distributing blocks for proper
System distribution of grease
5 Brake system Inspection of brake system in LT travels
6 Fluid coupling Oil level inspection and top up if necessary
7 Rail Track Removal of obstruction of coal on rails. Correct Position and
good working condition of over travel limit switches
8 Long Travel 1. Check for leakage of Gear Box Oil and replacement of
Mechanism damaged oil seal, if any.
2. Check that Brakes are working alright.
3. To ensure that Rails clamps hold the machine in position.
4. Lubrication of Wheel bearings.
5. To check for wearing of Brake shoes, if any, and replace the
same.
9 Bucket wheel To check that Bucket tips are in order
10 Centralized To check that all lubrication points are properly lubricated.
Lubrication
System
11 Cable Reeling 1.To check that the CRDs rotate freely.
Drums 2.To check that power and control cables are laid freely on cable
(Power trays during movement of machine.
and Control) 3.Lubrication of Bearings

Halfyearly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 PCRD &CCRD Inspection of the bed bolts of all the rotating equipments
chains & sprockets in the cable reeling drum
2 Slew bearing Lubrication of slew drive pinion and crown gears, pulley
bearings, structure fulcrum point.
3 Rail Track Check and carried out alignment of rails
4 Long Travel To check that individual components of Wheel-axle drives, such
mechanism as motors, gear boxes, coupling, brakes are in order
Annual maint enance:
Sl Description of Works To Be Carried Out
No item
1 Gear box Checking and overhauling of gear box if required
2 Fluid coupling Checking and replacement of oil if required
3 PCRD &CCRD To check for damaged Bearings of CRDs, if any and replacement
thereof.

4. Rot ary Breaker and it s auxiliaries.

`40
Daily Maintenance:
Sl. Description of Works To Be Carried Out
No. item
1 Gear Box Check for
i) oil level to the indicator mark and top up if required
ii)Temperature raise if any
iii)Noise for abnormality if any
iv)oil leakage in fluid coupling
2 Drive chain Check for
i)lubrication
ii)condition for wear & tear
iii)drive and driven sprocket condition for wear and tear
3 Support Check for
wheel i)tightness of fixing bolt
ii)condition of bed frame fixing bolt tightness
iii)bearing temperature raise
iv)noise
v)vibration
4 Guide Roller Check for
i)wear and rear
ii)bearing condition
5 Spider Cones Check for
i)the condition of feed end ,discharge end cone for welding crack
or scoring mark
ii)condition of tyre (wear & tear)
iii)condition of screen plate ,lifting shelf, deflector plate
iv)condition of rail beam fixing bolt
v)vibration
vi)noise
vii)Float between tyre & support wheel
6 Side & top Check for
cover i)damages if any
ii)condition of rubber gaskets
7 Hopper Check for
i)condition of wear plate
ii)condition of MS mother plate
iii)clearing of spillage and choke

Weekly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Gear Box Cleaning of breather
2 Rotary Inspection of
breaker i)hopper for wear& tear of liner and mother plate
ii)condition of inside crusher components such as screen plates,
lifting shelf, deflector plates

Fort nightly Maintenance:

`41
Sl Description of Works To Be Carried Out
No item
1 Bearing and Greasing of all bearing blocks and guide rollers
guide rollers
2 Rotary Inspection of Rail beam fixing bolts for tightness with spider
breaker cone and cracks if any

Monthly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Bearing and Checking the tightness of the foundation bolts of gear box and
guide rollers support wheel bed frame
2 Rotary Opening of side cover and checking the fixing bolts, tightness of
breaker screen bolts, lifting shelves, deflector plate plates with rail beam
3 Fluid coupling i)checking the oil level and top up if necessary
ii)cleaning of strainer

Annual Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Gear Box Overhauling of gear box
2 Rotary Overhauling of Rotary breaker such as
breaker i)support wheel assembly: dismantling, inspection of Plummer
blocks, bearings etc.,
ii)guide roller assembly: check for wear and tear of guide roller,
bearing clearance etc., and replace if required
iii)Screen shell assembly: check the tightness of all bolt & nuts
and replace the worn out bolt &nuts
iv)Drive chain: clean the drive chain and correct the slackness
3 Fluid coupling i)checking the oil level and top up if necessary
ii)cleaning of strainer

5. Ring Granulator, Roller Screen and it s Auxiliaries.


5. ( a) . Ring Granulator and it s accessories
Daily Maintenance:
Sl. Description of Works To Be Carried Out
No. item
1 Ring i) Checking of bearing temperature and removal of iron
Granulator pieces from tramp iron pocket
ii) checking of pillow blocks
iii) Vibration and noise.

Weekly Maintenance:
Sl. Description of Works To Be Carried Out
No. item
1 Ring 1.Checking Free rotation of the rotor shaft
Granulator 2.Checking Hammer cracks if any

`42
3.Checking Suspension bar, Plummer Blocks etc,
2 Scoop 1.Checking Oil Level in Fluid coupling.
Coupling 2.Checking Oil Level, Oil Cooler etc.,
3 Geared Checking the tightness of the Geared coupling
Coupling

Monthly Maintenance:
Sl. Description of Works To Be Carried Out
No. item
1 Scoop 1.Checking of oil level in Fluid coupling and top up if necessary
Coupling 2.Cleaning of Y strainer in scoop coupling
2 Geared 1.Checking the Gear tooth profile of the Geared Coupling
Coupling 2.Greasing of Geared coupling
3 Ring 1.Checking of tightness of bolts & nuts of Frame Liners, breaker
Granulator plates, Screen plates
2.Greasing of bearings
3.Cage adjustment, if necessary
4.Cleaning of Screen Plate to avoid chocking

Quarterly Maintenance:
Sl. Description of Works To Be Carried Out
No. item
1 Ring Inspection of breaker plates, Screen plates, kick off plates,
Granulator suspension bar & arm and all liner plates

Half Yearly Maintenance:


Sl. Description of Works To Be Carried Out
No. item
1 Ring 1.Checking of alignment of crusher
Granulator 2.Checking of bearing clearance

Annual Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Ring Overhauling of Crusher and Plummer blocks
Granulator
2 Scoop 1.overhauling of Scoop Coupling.
coupling 2.Checking of Oil level and top up if necessary

5.( b) . Roller Screen and it s accessories


Daily Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Roller Screen 1. Check for unusual noise / heating of Bearings.
2. Checking of gear box and gear casing oil levels

Weekly maintenance:
Sl Description of Works To Be Carried Out

`43
No item
1 Roller Screen 1.Free rotation of roller shaft assemblies
2.Check for proper working position of scrapers
3.Checking of spider element
4.Breather cleaning in gear boxes

Monthly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Roller Screen 1.Greasing of bearings
2.Cleaning of Comb Scrappers
3.Checking the oil level of fluid coupling, Gear Box and top up if
necessary
4. Checking bolt nut tightness of Frame liners

Quarterly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Roller Screen 1.Checking of main shaft assembly bearings
2.Checking of gear profile in main shaft assemblies

Half yearly maintenance:


Sl Description of Works To Be Carried Out
No item
1 Roller Screen Checking the Gear Box, Fluid coupling, geared coupling
arrangements, Roller Shaft assemblies, drive shaft assemblies
and its bearing, gear casing, gear profile, roller disc etc.,

Annual Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Roller Screen 1.Gear Case and Gear Box oil change if necessary
Gear Case & 2.Check for damaged bearings, if any, and replacement thereof
Gear Box
2 Fluid coupling Checking of oil level and top up if necessary

5.( c) . Flow Divider


Daily Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Flow Divider 1.Check for unusual noise / heating of Bearings.
2.Checking of gear box and gear casing oil levels

Weekly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Flow Divider Checking of RAM, Trunion, Arm, Hand wheel attachment divider

`44
liner and gear box assembly

Monthly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Flow Divider 1.Greasing of bearings
2.Checking the oil level of gear boxes and top up if necessary
2 Ram To check and ensure that there is no blockade of stroke or
jamming of Ram
3 Load Safety To check for its uninterrupted functioning case
System External Load exceeds the preset limit.
4 Trunion Lubrication Trunion for smooth angular rotation of Actuator
Body.
5 Arm Tightening of End pins and lubrication.
6 Hand wheel Lubrication at bearing
Attachment
7 Thrust Limit To keep the Thrust Limit switch activated so that if disconnects
Switch / power supply to motor when Ram reaches extreme position.
Position
Limit Switch
8 Bearing / To check for damaged Bearing / Sealing, if any Lubrication of
Sealing bearings.
9 Divider Liner To check for wearing of liner and its replacement thereof.
10 Motor and 1. Ensuring cleaning of motor, gear box and limit switches.
gear 2. To check for routine cleaning of motor, gear box and limit
box assembly switch.
3. To check up tightness of power and control cable terminals.
Annual Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Gear Box 1.Gear box oil change if necessary
2.Check for damaged bearings, if any, and replacement thereof
2 Bearings Inspection of bearings and replacement if necessary

6. DUST EXTRACTI ON SYSTEM

Daily Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Bag Filter 1.To check for i) proper functioning of sequential timer
ii) proper functioning of D.P.switch.
iii) manometer functioning
2.To check against jamming of Rotary Air Lock (RAL) Valve
2 Compressor 1)Cleaning
2)To check for i) Pressure build-up of compressor.
ii) Malfunctioning of pressure gauge.

`45
Weekly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Compressor 1.Cleaning the compressor thoroughly
2.Check the oil level in the crank case. Replenish if required
3.Breather valve dismantled, cleaned and checked for perfect
seating of the valve

Monthly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Bag Filter 1. To check for i) detachment of Bag from Bag Holding Plate.
ii) wear& tear of Bag.
iii) formation of cake in Bag surface and
remove it.
2.Cleaning of filter cloth
3.Fixing arrangement of filter cloth
4.To check against jamming of Rotary Air Lock (RALV) Valve
2 Checking of tightness of bolts & nuts of DE System hopper
3 Bearings Lubrication of RAL bearings and other bearings in the system
4 Compressor 1. To check i) The condition of compressor belts.
ii)For the operational noise and vibration
iii)Tightness of mounting bolts and other
fasteners
iv) Air leaks at the pipe joints and safety valve
v) Clean the suction filters thoroughly and renew
the oil to the correct level
2. Check the suction and discharge operations and general
performance
5 Fan To check i) Impeller / Shaft balancing.
ii) Condition of V-belts.
iii) For damage of bearings, if any and lubrication of
bearings.
iv)Foundation bolts failure in shear, to reduce
vibration.
v)Flange joints for leakage, if any
vi)For corrosion / leakage in pipe lines.

Annual Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Bag Filter Overhauling of system
and Fan
2 Pipe line Dismantling, inspection and clearing of choking if any
3 Compressor Overhauling of the compressor

7. DUST SUPPRESSI ON SYSTEM:

`46
Daily Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Pump Cleaning and checking of pump for vibration, bearing
temperature raise
2 Valves To check for leakage ,if any
3 Pipe lines To check for leakages

Weekly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Pumps 1.Greasing and tightening of gland packing’s
2.Checking of line leakage and arrest if any
2 Nozzle 1.Cleaning of nozzles
2.Check for jamming of Nozzles and swiveling arrangement

Monthly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Checking of tightness of bolts & nuts
3 Piping/fitting 1.Check for damaged / corroded piping /fittings, if any and
replacement thereof.

Annual Maintenance:
Sl Description of Works To Be Carried Out
No item
Pumps Overhauling of pumps
Sprinklers Overhauling of Sprinklers for free operation

8. Belt Weigher:

Daily Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Idlers To check for free rotation of idlers related to belt weigher.
2 Load cells Check the covers for load cells are intact.
4 Tachometer To check that the wheel rotates freely and perfectly.

Weekly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Idlers Cleaning ,inspection and greasing of moving points
2 Tachometer Cleaning ,inspection and greasing of moving points

Monthly Maintenance:

`47
Sl Description of Works To Be Carried Out
No item
1 Idler Rollers. To check for proper alignment of idler rollers related to belt
weigher.
2 Load cells 1.To check the covers for load cells are intact.
2.Ensuring cleanliness and wire connections.
3 Calibration To verify and ensure that the calibration of the scale is alright.
4 Tachometer To check that the wheel rotates perfectly, proportional to the
belt speed.

Annual Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Overhauling of the system

9. I nline and Suspension Magnetic Separat ors:


Daily Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Cleated Check for damage of Belt, if any and repair /replacement thereof.
Rubber
Canvas Belt
2 Magnet To check that the magnet is not unduly heated.
3 Gear Box Check for leakage of oil / damaged oil seals.
4 Coupling To check for damaged bushes / pins, if any, and replace the same
(Pinbush)
5 Bearings To check for damaged Bearing / sealing, if any, and replace the
same.
6 Suspension Inspection for any damage or loosening of Fasteners.
wire rope
sling and
Fasteners

Weekly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Gear Box 1.Breather cleaning
2.To check for gear box oil level and topup if level is low

Monthly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Pulley Greasing of pulley bearings

Annual Maintenance:
Sl Description of Works To Be Carried Out
No item

`48
1 Pulley Overhauling of pulley bearings
2 Gear box Overhauling of gear box
3 Suspension Cleaning, inspection and greasing of Steel wire ropes.
wire rope
sling and
Fasteners
10. Flap Gate:
Monthly Maintenance:
Sl Description Works To Be Carried Out
No of item
1 Ram To check and ensure that there is no blockade of stroke or
jamming of Ram
2 Load Safety To check for its uninterrupted functioning incase external Load
System exceeds the preset limit.
3 Trunion Lubrication Trunion for smooth angular rotation of actuator
body.
4 Arm Tightening of end pins and lubrication.
5 Hand wheel Lubrication of bearing
Attachment
6 Thrust Limit To keep the Thrust Limit switch activated so that if disconnects
Switch / power supply to motor when Ram reaches extreme position.
Position Limit
Switch
7 Gear Box Check oil level and top up if necessary

Annual Maintenance:
Sl Description Works To Be Carried Out
No of item
1 Gear Box Overhauling of gear box
2 Actuator Overhauling and checking the limit switch operations

11. Rack and Pinion Gate:


Monthly Maintenance:
Sl Description Works To Be Carried Out
No of item
1 Bearing / To check for damaged Bearing / Sealing, if any
Housing Bearing Lubrication.
2 Rack & Pinion Cleaning and Lubrication
3 Guide Roller Checking for damaged rollers, if any, and replacement thereof.

Annual Maintenance:
Sl Description
No of item Works To Be Carried Out
1 Bearing / Overhauling of bearing and housing
Housing
2 Rack & Pinion Cleaning, inspection for damaged teeth and replacement thereof
and applying greasing
3 Guide Roller Cleaning, inspection for damaged rollers, if any, and

`49
replacement thereof.

12. Hoist s:
Monthly Maintenance:
Sl Description of
Works To Be Carried Out
No item
1 Hoists Cleaning and checking the tightness of fasteners
Greasing of moving points

Annual Maintenance:
Sl Description of
Works To Be Carried Out
No item
1 Hoists Complete overhauling
2 Wire rope Cleaning, inspection for damages and applying rope grease

13. Rack and pinion Lift :


Monthly Maintenance:
Sl Description of
Works To Be Carried Out
No item
1.Cleaning and checking the tightness of fasteners
Rack and 2.Greasing of moving points
1 pinion Lift 3.Checking of Oil level in Gear box, top up if necessary
4.Checking of Brake conditions

Annual Maintenance:
Sl Description of
Works To Be Carried Out
No item
1.Complete overhauling
1 Rack and 2.Cleaning, inspection for damaged teeth and replacement
pinion Lift thereof and applying greasing

14. LOCOMOTI VE MAI NTENANCE


(i) Daily maintenance.
Sl.No. Equipments Description of work
1 Lubrication Checking of Lubrication system
2 Fuel System Checking Fuel System
3 Air System Clean pre cleaner dust pan and Checking air system
4 Cooling Checking Cooling system
System
5 Other 1.Checking of drain air tank
maintenance 2.Check and correct leakages
3.Checking of Drain fuel filter and water separator
4.Checking oil level marine gear and raw water pumps
5.Wi-Fi camera system
(ii)_Weekly Maintenance
Sl.No. Equipments Description of work
1 Lubrication Change engine oil, full flow oil filter, By-pass filter, marine Gear

`50
oil if required and record oil pressure.
2 Fuel System 1.Check Hydraulic Governor Oil (if applicable)
2.Check Throttle linkage
3.Lubrication ball joints of the throttle leakage of Hyd. Governor
4.Change Fuel Filter if required.
5.Clean Fuel tank breather
6.Check aneroid oil
3 Air System Clean/Change Crankcase breather
Check Air Piping
4 Cooling 1.Check coolant inhibitor. Add coolant concentrate if required.
System 2.Check Heat exchanger Zinc plugs.
3.Check belts adjust if required.
(iii) Monthly Maintenance
Sl.No. Equipments Description of work
1 Fuel System 1.Check Hydraulic Governor Oil (if applicable)
2.Check Aneroid adjustment.
3.Check /Replace aneroid breather.
4.Clean Fuel tank from inside
5.Check aneroid oil
2 Cooling 1.Clean radiator/charge air cooler externally.
System 2.Check fan hub/idler and water pump/idler.
3 Other 1.Inspect following parts & replace as required( Alternator,
maintenance Starter etc.,)
2.Check air cleaner, evacuator valves change if required.
iv) Annual Maintenance
Sl.No. Equipments Description of work
1 Fuel System 1.Clean and calibrate injectors if required.
2.Replace rocker cover gaskets if required.
3.Check fuel pump calibration if required.
4.Replace aneroid bellows & calibrate if provided.
2 Air System 1.Clean turbocharger compressor wheel and diffuser if
required.
2.Check turbocharger bearing clearance.
3.Tighten manifold nuts or cap screws.
3 Cooling 1.Change coolant.
System 2.Descale cooling systems
4 Other 1.Check vibration damper
maintenance 2.Check Air Compressor
3.Check Safety Controls

15. Oil Type Pow er Transformers:


Daily Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Transformers 1.Checking of winding and oil temperature
2. Checking of Silica gel condition and replace if necessary.
3. Checking Oil leakage if any.
4. Checking for any abnormal noise.

Half Yearly Maintenance:


Sl Description of Works To Be Carried Out
No item
1 Transformers 1.Checking of Primary Coil winding resistance and its insulation

`51
resistance.
2. Checking of Secondary Coil winding resistance and its
insulation resistance.
3. Checking of earth pit resistance value.
4. Checking of terminal tightness.

Annual Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Transformers 1.Checking of Primary Coil winding resistance and its insulation
resistance.
2. Checking of Secondary Coil winding resistance and its
insulation resistance.
3. Checking of earth pit resistance value.
4. Checking of terminal tightness.
5.Checking of Oil BDV value, if necessary hot oil circulation
should be carried out.

16. Dry Type Pow er Transformers


Daily Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Transformers 1.Checking of winding temperature
2.Checking for any abnormal noise.

Half Yearly Maintenance:


Sl Description of Works To Be Carried Out
No item
1 Transformers 1.Checking of Primary Coil winding resistance and its insulation
resistance.
2. Checking of Secondary Coil winding resistance and its
insulation resistance.
3. Checking of earth pit resistance value.
4. Checking of terminal tightness.

17. HT/ LT Breakers and Modules


Daily Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Panels 1.Cleaning of panels.
2.Checking of any abnormal noise.
3.Checking of any abnormal temperature and burn smells.

Quarterly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Panels 1.Cleaning and checking of terminal tightness of power and
control cables.

`52
2.Cleaning and checking tightness of all bolts and nuts and
lubricate.
3.Checking the healthiness of finger contacts , Layra contacts,
power and auxiliary contactor.
4.Measuring IR value of the cables.
2. ACB/VCB 1.Checking the value of Closing coil resistance.
2.Checking the value of Tripping coil resistance
3.Checking the value of Spring Charge Motor IR value.
4.Checking the pole to pole Contact resistance.
5.Checking the pole to earth IR value.

Annual Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Panels 1.Cleaning and checking of terminal tightness of power and
control cables.
2.Cleaning and checking tightness of all bolts and nuts and
lubricate.
3.Checking the healthiness of finger contacts , Layra contacts,
power and auxiliary contactor.
4.Measuring IR value of the cables.
2. ACB/VCB 1.Checking the value of Closing coil resistance.
2.Checking the value of Tripping coil resistance
3.Checking the value of Spring Charge Motor IR value.
4.Checking the pole to pole Contact resistance.
5.Checking the pole to earth IR value.
6.Testing of ACB/VCB as per prescribed format.
3. Relays 1.Testing of relays as per prescribed format.
4. HT/LT Buses 1.Cleaning and checking of terminal tightness of power and
control cables.
2.Cleaning and checking tightness of all bolts and nuts and
lubricate.
3.Measuring IR value of the Buses.
18. LEAD ACI D BATTERI ES
Daily Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Batteries Pilot Cell reading.

Fort nightly Maintenance:


Sl Description of Works To Be Carried Out
No item
1 Batteries 1.Checking of Cell Voltage.
2.Checking of Specific Gravity.
3.Top up with distilled water if required.
4.Checking of End voltage.

`53
Annual Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Batteries 1.Checking of Cell Voltage.
2.Checking of Specific Gravity.
3.Cleaning and checking of terminal tightness & Lubricant.
4.Discharge the Battery and check the discharging time.
5.Top up with distilled water if required.
6.Charge the Cell with boost mode.
7.Checking of End voltage.

19. SEALED LEAD ACI D BATTERI ES

Fort nightly Maintenance:


Sl Description of Works To Be Carried Out
No item
1 Batteries 1.Checking of Battery Voltage.
2.Checking of End voltage.

Annual Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Batteries 1.Checking of Battery Voltage.
2.Cleaning and checking of terminal tightness & Lubricant.
3.Discharge the Battery and check the discharging time.
4.Checking of End voltage.

20. HT/ LT MOTORS


Daily Maintenance:
Sl Description of Works To Be Carried Out
No item
1 Motors Cleaning of Motors.

Monthly Maintenance
Sl Description of Works To Be Carried Out
No item
1 Motors 1.Checking of Vibration.
2.Checking for abnormal noise.

Quarterly Maintenance
Sl Description of Works To Be Carried Out
No item
1 Motors 1.Checking of Terminal tightness
2.Lubricate the bearing with grease.
3.Check the winding resistance of the motor.
4.Check the insulation resistance of the motor.
5.Check the cable IR values.

`54
6.Check the motor double earth condition.

Annual Maintenance
Sl Description of Works To Be Carried Out
No item
1. Motors 1.Checking of Terminal tightness
2.Lubricate the bearing with grease.
3.Check the winding resistance of the motor.
4.Check the insulation resistance of the motor.
5.Check the cable IR values.
6.Check the PI value.
7.Check the bearing clearance.
2. Motor Annual overhauling work should be carried out for all the motors
Overhauling of capacity below 55KW.

21. I n Line / Suspended Magnetic Separators

Fort nightly Maintenance:


SlNo Description of Works To Be Carried Out
item
1 ILMS/SM 1.Checking of Silica gel condition and replace if necessary.
2.Checking Oil leakage if any.
3.Checking for any abnormal noise.
Quarterly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 ILMS/SM 1.Checking of Coil winding resistance and its insulation
resistance.
2.Checking of terminal tightness.
3.Checking the oil level and top up if necessary.

22. PLC System:


Daily Maintenance:
Sl Description of Works To Be Carried Out
No item
1 PLC Check the working condition of the Engineering Station and
Operating Station.

Quarterly Maintenance:
Sl Description of Works To Be Carried Out
No item
1 PLC 1.Check the working condition of the Engineering Station and
Operating Station.
2.Check the D link condition.
3.Check the Control net LED status.
4.Check the CPU key position.
5.Check the IO rack indication status.
6.Cleaning the PLC/Mimic panels.

`55
Annual Maintenance:
Sl Description of Works To Be Carried Out
No item
1 PLC 1.Check the working condition of the Engineering Station and
Operating Station.
2.Check the D link condition.
3.Check the Control net LED status.
4.Check the CPU key position.
5.Check the IO rack indication status.
6.Check the Control net redundant media adaptor, fiber module,
repeater adaptor healthiness.
7.Check the DI/DO, AI/AO, ENET slot healthiness.
8.Check the CHBM healthiness.
6.Cleaning the PLC/Mimic panels.

2 3 .VENTI LATI ON SYSTEM :


SI . Descript ion of Routine Maintenance Periodic/ Break dow n Maint enance
No I t ems I t ems
1 Impeller/ Shaft Check for any abnormal To check Impeller/Shaft balancing,
Sounds damage of Bearings, if any, Lubrication
of
Bearings.
2 Coupling (Pin Bush) To check for damaged To check for damaged bush / pin, if
bush / pin nenecessany,
Necessary, replace the same.
3 Filter Filter cleaning To replace filters
V belt Checking of V belt To replace V belt
4 Damper Damper checking To replace damper if required.

C. SCOPE / RESPONSI BI LI TY:

Maintenance of all the field instrumentation, control system, control panel, PLC and
which includes preventive, routine maintenance, repair, new installations (for
replacement and improvement jobs), Routine, Non routine calibrations, trouble
shooting, dismantling, fabrication, mounting, lubrication, covering, cleaning, checking
and replacement, addition, deletion of instrumentation process connections, cable
testing, removing, laying(whenever required) with conduit, tray and painting of
instruments(whenever required) etc., and maintaining track, record of all the activities
as per ISO standards.
a) All the above mentioned jobs are to be carried out by the contractor and the
activities are to be supervised, executed professionally by Engineer incharge of
maintenance agency. TANGEDCO will not provide any supervision.
b) Any failure, breakdowns to be attended and rectified by the contractor immediately
without affecting the feeding to the bunkers/unloading of wagons and without
affecting the operation/routine and preventive maintenance. If this requires any
additional man power the same has to be taken care of by the contractor.
c) Detailed analysis of report on failure, breakdown should be submitted to the
TANGEDCO by contractor within two days and required corrective measures to be
done immediately to avoid recurrence of the same.
d) All the jobs related to PLC systems are to be carried out by the contractor as per
the guidelines of TANGEDCO engineer.

`56
e) Regular consumables like fasteners, clamps, cir-clips, screws, gaskets, cleaning
agents, cotton waste, insulation tape, Teflon tape, thread sealant tape, adhesives,
sprays, leakages sealants( like anabond-666 or sealastic), emery sheets etc., are of
contractors scope.
f) Contractor has to arrange temporary electric power supply, air supply, lighting,
working platform(whenever required), scuff holding, ladder, lifting and shifting
arrangements etc.,to execute all the above mentioned activities in scope. And the
materials, hardware required for the same in contractor scope.
g) Inspection and testing of new equipments, instruments are to be done by the
contractor.
h) Contractor must be equipped with all the tools, tackles, tubing and instrumentation
tools and field testing equipments. And the periodic test certificates for the tools,
tackles field testing tools to be submitted.
i) Contractor should be equipped with minimum following field test/ calibrating
instruments from the date of commencement of contract.
1. Multimeter (industry approved- 41/2 digit – 2 Nos, 31/2 digit -2 Nos.)
2. Megger- 300V – 1 No, 500V- 2 Nos, 5000V -1 No.
3. Clamp meters
4. Temperature calibrator
j) Daily, weekly, monthly field checklist and periodic maintenance checklist to be
maintained by the contractor. Preventive maintenance schedule to be made and to
be followed from the first day of the commencement of contract ( present
preventive maintenance schedule will be given by TANGEDCO for reference).
k) Contractor should have minimum man power for electrical and instrumentation
(weekly off not considered) and records should be produced.

4. CONTRACTOR’S SCOPE OF W ORK:


( A) W ORKS GEN ERAL
The contractor should maintain the Coal Handling Plant of MTPS-II(1x600 MW)
Mettur Dam without any interruption of coal unloading through Wagon Tippler/
coal feeding to bunkers/stacking at Coal Stock Yard/Reclaiming and feeding to
bunkers/Emergencystacking/Emergency Reclaiming/Handling of coal rakes right
from Shunting of load wagons/Marshalling of load wagons from load lines and
Placing the load wagons on the tippler/ decoupling of load wagons/tipping
through wagon tipplers 5&6/Collection and coupling of emptywagons in outhaul
side of wagon tipplers 5&6/Formation in MTPS lines for handing over to
Railways/ Placing of all Locos one by one from Wagon Tipplers 5&6 to Loco
shed for maintenance works on Locos ie checking Locos oil level, brakes etc
and return/Placing the Locos from Wagon Tipplers to Diesel Bunk for filling of
Diesel and return as per the conditions specified in the tender specification.
1. The contractor should collect the work details daily from Engineer in charge
and has to carry out the works as accordingly.
2. The contractor should have daily interaction with TANGEDCO authorities
regarding plant maintenance and to ascertain the quantities of coal to be
discharged as per plant requirement.
3. The contractor shall do the maintenance as per the maintenance manual of
individual equipment and the system requirement.
4. The contractor shall do the daily inspection and periodical maintenance of
individual equipment as per the ISO approved procedures.
5. The contractor should engage qualified shift Engineers for overall co-ordination
for maintenance, as per Board’s norms.
6. The required technical and non-technical staffs have to be engaged by the

`57
contractor for effective maintenance of Coal Handling Plant/MTPS-II(1x600
MW) System equipments.
7. The Contractor has to register the firm with the Factory Inspectorate or any
other statutory bodies.
8. The contractor has to follow the Safety rules and regulations as per the Factory
Act. The contractor has to keep himself apprised and be thoroughly conversant
with the rules and regulations of Factory Act.
9. Weekly Fire and Safety classes are to be conducted in Coal Handling Plant/
MTPS-II Mettur Dam in the working spot itself without affecting the work.
Safety appliances, personal protective equipments viz., helmet, shoes, safety
belts etc are to be provided to all workmen. Penalty will be imposed for any
safety violations to the tune of Rs.500/= for each violation.
10. All the men and consumables required for the work should be arranged by the
contractor, at his Cost.
11. All the floors and equipments at Wagon Tippler complex, PCH, SCH, Junction
Towers, Stacker cum Reclaimers, Bunker Top, Emergency Stacking system and
Emergency Reclaiming System including surrounding areas and the systems
should be kept neat and tidy.
12. The Contractor has to arrange the transportation for men to the work spot,
materials from stores to site and vice-versa, at his Cost.
13. All the breakdown works should be carried out after getting proper
permission/Line clear from the Engineer-in-charge. The breakdown works
should be taken up immediately without any delay and completed within
permitted / L.C. time by engaging sufficient staff even during night hours.
14. Necessary workmen’s insurance and labour license have to be arranged by the
contractor and comply with all labour/PF rule as applicable.
15. The devolution of retrieved/scrap materials to MTPS-II stores shall be made by
the contractor immediately after execution of each work.
16. The workmen compensation due to any accident has to be borne by the
contractor, and if any compensation is given, the same must be intimated to
the Board with necessary documentary evidences.
17. The contractor should not engage women workers during night
hours.(exceptcontrol room)
18. A vehicle should be parked at the site round the clock for transporting of
men and materials for attending any emergency.
19. Obtaining/renewal of all statutory certificates for conveyors, hoists,
Lift/Elevatorand lifting equipments etc., is under contractor scope.
20. Sufficient man power should be employed to carry out the work in the above
location
21. The work should be done carefully and without any disturbance to other
agencies
22. For any damage to the equipments during the work, the contractor will be
solely responsible and loss due this should be born by the contractor.
23. The workers engaged by the contractor for this work should have suitable
educational qualifications, age limit, Previous experience in this work and
Physical and mental fitness, Trained persons for their respective work as per the
requirements specified in the Indian Railway rules and the Factories act 1948.

( B) WORKS – TECHNI CAL

`58
The contractor has to execute the following nature of works then and there to
maintain un-interrupted coal unloading at wagon Tippler, Locomotives-7,8,&9and
feeding to MTPS-II Bunkers/Stacking at Coal Stock Yard/Reclaiming and feeing to
the bunkers and to carry out the O&M works in the equipments/machineries in
the Coal Handling Plant/MTPS-II(1x600 MW)/Mettur Dam.

1. Carrying out the operation of all Locomotives-7,8,&9, Conveyors, Reversible Belt


Feeders, Belt Feeders, Flap Gates, Apron Feeders, Dribble Conveyor, Stacker cum
Reclaimers, Rotary Breakers, Ring Granulators, Roller Screens, Flow Dividers,
Traveling Trippers, Inline Magnetic Separators, Suspension magnetic Separators,
Belt Weighers, Metal Detectors, Rack and Pinion Gates, Rod Gates, Vibro Feeders,
TelescopicChute, all DE & DS systems at all the Junction Towers & Operation of
Bull Dozers.
2. Cleaning of all equipments, floors and clearing spillage coal from all Junction
Towers, Conveyors, and its allied equipments and equipments such as Wagon
Tipplers, Apron Feeders, Dribble Conveyor, Stacker cum Reclaimers, Rotary
Breakers, Ring Granulators, Roller Screens, Flow Dividers, Traveling Trippers, Inline
Magnetic Separators, Suspension Magnetic Separators, Belt Weighers, Metal
Detectors, Rack and Pinion Gates, Rod Gates, Vibro Feeders, Telescopic Chutes &
all DE & DS systems.
3. Oil topping and greasing of all Locomotives-7,8 &9, Conveyors, Reversible Belt
Feeders and Belt Feeder’s Pulleys and all the allied equipments of Conveyors,
Crushers.
4. Adjustment of skirt rubber / replacement in the discharge chutes to prevent spillage
of coal.
5. Adjusting and cleaning of Pre-scrapper, Main scrapper, and V-Scrapper in all the
Conveyors, Belt Feeders, Reversible Belt Feeders and Stackers cum Reclaimers and
replacement of spares if any.,
6. Tightening of all fasteners of all running equipments like Motors, Fluid couplings,
Gear boxes, Pumps, Conveyor pulleys, Travelling Trippers and Vibrators.
7. Cleaning of internals of Flow Dividers, Sector Gate, Rod gates and Rack and pinion
gates for free operation.
8. Checking of cleated rubber belt, tightening of drive gear box fixing bolts, cleaning
of tramp iron chute, checking of suspension chain slings and fasteners of Inline
Magnetic separator and Suspended Magnetic Separators.
9. Checking of bearings, impellers, shaft, aligning pin-bush coupling & replacement if
any., Checking of valve leakages, cleaning of sprinkler nozzles tips, pipeline
leakages in Dust Suppression, Sprinkler and Sump pumps.
10. Checking and attending any leakages in the hydraulic lines, power packs of boom
luffing and Slewing mechanism, adjustment of pressure relief valves, hydraulic
pump, cleaning of oil filters and checking of pressure control valves in Stackers
Cum Reclaimers.
11. Checking and attending any leakages in the hydraulic lines, power packs,
adjustment of pressure relief valves, hydraulic pump, cleaning of oil filters and
checking of pressure control valves in Wagon Tippler-5 & 6 and Clamping
Cylinders.
12. Checking and attending any leakages in the hydraulic lines, power packs,
adjustment of pressure relief valves, hydraulic pump, cleaning of oil filters and
checking of pressure control valves in Apron Feeder-5 & 6 and Locomotives-7,8&9
13. Checking alignment of long travel gear box and correction of the same. Check for
wearing of brake shoes and replace the same and adjustment of Thruster brake in
Stacker Cum Reclaimers& Travelling Trippers.
14. Checking and adjustment of chain and sprocket of Power and Control Cable
Reeling Drums for smooth operation of Travelling Tripper A/B and Stacker Cum
Reclaimers I & II.
15. Cleaning of Roller Screen-1A/2A & 1B/2B discharge chutes for coal choke and

`59
clear the packed coal in between Roll Bodies for free rotation of roller assembly,
cleaning of comb scrappers, tightening of bolts & nuts and clearing of coal
chocking inside the Ring Granulator-1A/2A & 1B/2B (4 Nos.)
16. Tightening of bolts & nuts and screws of breaker plates, screen plates, kick off
plates, liner plates of Ring Granulators-1A/2A & 1B/2B. Clearing of Tramp iron trap
and clearing of chokes in the Ring Granulators.
17. Inspection of internals of Ring Granulators-1A/2A & 1B/2B and conducting trail run.
18. Tightening of bolts & nuts and screws of Wagon Tippler-5 &6 and conducting trial
run.
19. Cleaning of Wagon Tippler-5&6’s hopper and inspection of gratings and attending
repair if any.
20. Tightening of bolts & nuts and screws of Apron Feeder-5 &6 and Dribble Conveyor
and clearing of coal choke in the Chutes.
21. Tightening of bolts & nuts and screws of Screen plates, lifting shelves and check for
tightness of Cover bolts, support and Guide wheel’s fixing bolts of Rotary Breaker-1 &
2 and clearing of coal choke if any.
22. Inspection of internals in Rotary Breaker-1 & 2 for any damages and conducting trail
run.
23. Checking & detachment of Bag holding plate for wear & tear of bag, formation of
cake in bag surface and remove it, check rotary air valve, check impeller/shaft
balancing, condition of ducting of Dust Extraction Systems
24. Checking of Compressors of Dust Extraction System for vibration, performance and
oil level
25. Periodical checking of alignment between Fluid Coupling and Gear Box and Gear Box
and Slow speed Coupling in Conveyors / Reversible Belt Feeders / Belt Feeders /
Travelling Trippers/Stacker cum Reclaimers/Roller Screens/Reject Conveyor and
Dribble Conveyors conducting trial runs and normalizing the system.
26. Periodical checking of alignment between Fluid Coupling and Gear Box and Gear Box
and Slow speed Coupling in Conveyors with Scoop Coupling / Rotary Breakers/Ring
Granulators and conducting trial runs and normalizing the system.
27. Periodical checking of drive alignment in Flap Gates/ILMS/SMS/Rack and Pinion Gates
and normalizing the system.
28. Periodical inspection of Locomotives-7,8 & 9 of air system, hydraulic system, engine
lubrication system and drive mechanism of the system.
29. Periodical Overhauling of Gear Boxes in Conveyors/Reversible Belt Feeders, Belt
Feeders and normalizing the system.
30. Periodical overhauling of gear boxes in Flap Gates/ILMS/SMS/Rack and Pinion Gate,
Rack & Pinion Elevators and normalizing the system.
31. Periodical checking of Pulley bearings(Head, tail, bend ,deflector pulley)in Conveyors,
and bearings in Rotary Breakers, Ring Granulators and normalizing the system.
32. Periodical checking of Pulley bearings (Head, tail, deflector pulley)in Belt
Feeders/Reversible Belt Feeders/ILMS/SMS and normalizing the system.
33. Overhauling of Flap Gates(Junction Towers and Crusher houses), Flow Dividers in
Secondary Crusher house), Rack & Pinion Gates and Rod Gates in ERH and Sector
gate in Primary crusher house which includes removing, overhauling, fixing & trial
run.
34. Clearing of cob web in Wagon Tippler Complex, Transfer house, Tunnels of Conveyor
2A/2B & 15, Junction Towers and Primary and Secondary Crusher houses, Conveyor
Galleries and Emergency Reclaim Hopper areas.
35. Cleaning the spillage coal in the walk way of Conveyor#7&9, pedestal area,
sprinkler trench area and removal of hard and stiff coal in the return idler area of
Conveyor#7 &9 return side etc.,
36. Replacement of worn out/damaged Carrying idlers, Return idlers, Impact idlers,
guide rollers, all types of Idler frames and patch up works in seal plates & deck
sheets.
37. Replacement of damaged/worn out Pre-Scrapper / Main Scrapper assembly and

`60
checking the operation during the operation of Conveyors/Reversible Belt Feeders/
Belt Feeders.
38. Clearing of coal chokes in the Conveyors/ Reversible Belt Feeders/Belt Feeders/Flap
Gates/Rack and Pinion Gates/Emergency Reclaim Hoppers/Flow Dividers/Roller
Screens/Ring Granulators/Rotary Breakers/Apron Feeders/Wagon Tippler Hoppers /
Vibro Feeders in Emergency Reclaim Hoppers and Chutes in Stacker cum
Reclaimers.
39. Replacement of drive pulley/bearings in all the conveyors and equipments.
40. Replacement of Plummer block/Bearings in Reversible Belt Feeders and Belt
Feeders including loosening of tension screw, removing of Plummer block, lifting of
pulley from its position dismantling of damaged Plummer block / bearing and
replacement with new Plummer block / bearing, positioning of pulley and fixing,
tensioning the belt by tension screw and conducting trail run.
41. Replacement of Drive / Non-drive end pulley in Reversible Belt Feeders and Belt
Feeders including dismantling skirt board idler frames removing of damaged pulley
transporting of new pulley dismantling of Plummer block, bearing, positioning the
new pulley with Plummer block bearings re fixing of idler frames skirt boards
alignment of pulleys, and conducting trail run.
42. Replacement of new belt tensioning device in Reversible Belt Feeders and Belt
Feeders.
43. Making preparatory arrangements for conveyor belt joining in all the conveyor and
equipments.
44. Making preparatory arrangements for conveyor belt jointing in Reversible Belt
Feeders and Belt Feeders.
45. Replacement of fluid coupling with a spare Fluid Coupling in all conveyors, Belt
Feeders, Reversible Belt Feeders, Roller Screens, Ring Granulators, Rotary Breakers
Stacker cum Reclaimersetc.,
46. Replacement of failed gear boxes in all the conveyors, Belt Feeders, Reversible Belt
Feeders, Roller Screens, Ring Granulators, Stacker cum Reclaimers, Rack and
Pinion Elevators.
47. Replacement of wheel bogie assembly with a spare one in Stacker cum Reclaimer.
48. Overhauling of control cable and power cable reeling device and strengthening the
movable trolley guide structure after overhauling the trolley guide rollers in Stacker
cum Reclaimer machine 1&2.
49. Attending/replacement of failed Hydraulic Drive of Slewing mechanism in Stacker
Cum Reclaimer, Wagon Tipplers and Apron Feeders.(Supply ,testing and
commissioning by TANGEDCO)
50. Attending/replacement of failed Hydraulic Drive of Bucket wheel in Stacker Cum
Reclaimer.(Supply, testing and commissioning by TANGEDCO)
51. Attending all breakdown in ILMS(8 Nos.) and Suspended Magnetic
Separator(2Nos.) like replacement of cleated belt / pulley with new one and
including renewal of bearing pillow block circular flange unit in the pulleys of ILMS
rectification of defects and to maintain trouble free operation of ILMS inclusive of
housing of ILMS belt, and tightening of belt after completing the works and
conducting trail run.
52. Overhauling of Sump Pumps, Dust Suppression Pumps, Dust Extraction System
equipments and Sprinkler Pumps.
53. Replacement of damaged Plummer block / bearing & preliminary arrangement for
providing rubber lagging in all conveyor of non-drive pulley.
54. Replacement of damaged non-drive pulley in all conveyor and equipments.
55. Replacement of damaged buckets with new / reconditioned buckets in Stacker cum
Reclaimers.
56. Replacement of failed travel gear box in Stacker Cum Reclaimer and Traveling
Tripper’s gear box.
57. Removing of worn-out M.S. Mother plate, welding the new mother plate in all the
discharge chutes with proper supports and stiffeners.

`61
58. Replacement of worn out SS liner plates / wear plates in all discharge chutes after
removing of damaged / worn-out liner plates, marking, shearing, lifting,
transporting and welding with dissimilar welding electrodes.
59. Dismantling of locked Apron Feeder Pans-6 Nos.(Top side-2 Nos., bottom side-4
Nos near by the head shaft assembly) by cutting and removing the worn out bolts
& nuts by using cutting gas and also applying hydraulic jack & supporting
arrangements etc, including clearing the coal in Wagon Tippler hopper.
60. Removal of worn out sprocket sector (5 Nos./1set) bolts & nuts clearing the holes
in head shaft and refixing the new sprocket sector bolts & nuts over the head shaft
assembly.
61. Rolling, positioning Rotary Breaker manually, cleaning, inspecting rail beam,
screen plate, deflector plate, lifting shelf and checking, tightening / renewal of
worn-out bolt & nut of various sizes provided in the Rotary Breaker rail beams,
screen plates, lifting shelf / deflector plates by using torque wrench.
62. Arranging hydraulic jack, lifting Rotary Breaker A/B spider assembly dismantling
support wheel assembly Plummer block cleaning, inspecting the bearings, sleeve
tightness and renewal of the same if required, normalizing the same after
completion of work, greasing, alignment checking.
63. Removal of worn-out lifting shelf / deflector plate from Rotary Breaker, removal of
guide roller, cleaning, inspecting bearing, sleeve and renewal of damaged bearing,
sleeve / lifting shelf / deflector plate if required and assembling the same.
64. Opening the top cover for inspection of Ring Granulators (1A/2A/1B/2B) by using
hydraulic arrangements after loosening the bolts and nuts, closing the top cover,
fixing and tightening of all the bolts and nuts and conducting trial run of Ring
granulator.
65. Inspection & if necessary dismantling of suspension bars from Rotor end disc,
removal of all toothed ring hammers replacement of worn out / broken toothed
ring hammers with new one, checking the weight of all toothed ring hammers
including new hammers in each row for balancing, fixing the suspension bar along
with all hammers in rotor end disc and tightening of dummy plug of Ring
Granulators 1A/2A/1B/2B.
66. Inspection, balancing the rotor of the Ring Granulators 1A/2A/1B/2B without
replacement of worn-out / broken toothed ring hammers if new hammers are not
available, removal of all toothed ring hammers in each row for equally balancing
the rotor of ring granulators fixing the suspension bars along with hammers in
rotor end disc and tightening of dummy plug of ring granulators.
67. Renewal of worn out / distorted kick off plate (lower & upper) and distorted liner
plate in Ring Granulator 1A/2A/1B/2B, inclusive of removing worn out / distorted
kick off plate / liner plate, assembling new / rectified kick off plate inspection,
tightening of all fasteners inclusive of transportation and scaffolding arrangement.
68. Renewal of worn-out / damaged breaker plate with new one / reconditioned in the
Ring Granulator 1A/2A/1B/2B.
69. Removal of worn out / distorted screen plate in the Ring Granulator 1A/2A/1B/2B
by providing scaffolding arrangements, preparing the seating surface on the cage
frame, transportation of new screen plate from stores, leading, lifting, fixing in
position, tightening and checking.
70. Roller shaft assembly overhauling in Roller Screen (RS1A/RS2A/RS1B/RS2B)
inclusive of removal of roller shaft assembly, dismantling, renewal of worn out roll
body / worn out shaft spares, fixing of roller shaft and checking alignment.
71. Removal of bevel gear casing, top and draining of oil in Roller Screen
(RS1A/RS2A/RS1B/RS2B), cleaning, reassembling, filling of oil and conducting trial
run.
72. Overhauling of Roller Screen (RS1A/RS2A/RS1B/RS2B), inclusive of removing
bevel gear casing top and cleaning, removing of roller shaft assembly and
longitudinal drive shaft assembly including flexible coupling unit, special geared
couplings, inspection of gear casing, dismantling of all roller shaft assembly,

`62
inspection of roller shaft spares renewal of worn out items and assembly of all
roller shaft, dismantling of longitudinal shaft assembly / inspection rotation of
bearing / spiral bevel gear if any assembly, inspection of bearing / spiral bevel gear
assembly of longitudinal shaft.
73. Renewal of worn-out gear case from Roller Screen (RS1A/RS2A/RS1B/RS2B) with
new one /reconditioned in Roller Screen 1A/2A/1B/2B including transport from
stores, lifting, leading, preparation of gear case, positioning the gear case, fixing
on to the Roller Screen RS1A/RS2A/RS1B/RS2B and normalizing.
74. Removing the failed/defective thrust brake/brake drum and fixing of spare thrust
brake/ brake drum including alignment checking, replacement of brake liners, bush
bolts & nuts, for Stacker Cum Reclaimer& Traveling Tripper.
75. Welding of gratings at Bunker Top after clearing the coal.
76. Transporting of new belt from stores to work site, laying & positioning.
77. Replacement of wornout/damaged conveyor belts, replacement of damaged rubber
lagging of pulleys.
78. Making, splicing, grinding, buffing, applying vulcanizing solution to the conveyor
belt (1000/1200/1400/1800/2000mm width) and making the hot vulcanizing joint
are of Contractor scope. Hot vulcanizing machine will be supplied by TANGEDCO.
79. Cold vulcanizing of 1000/1200/1400/1800/2000mm width conveyor belt including
splicing of belt, buffing, applying cold vulcanizing solution, over lapping and joining
the belt.
80. Patch vulcanizing of conveyor belts including buffing, preparation of conveyor belt
patch, applying vulcanizing solution, and patch jointing.
81. Providing rubber lagging by using 10mm/12mm thick plain/diamond grooved
rubber to pulleys of various conveyors, Belt Feeders and Reversible Belt Feeders by
cleaning the pulleys free from the patches of old lagging, polishing the pulleys,
marking and cutting the new rubber lagging sheet to required size and providing
lagging to pulley.
82. Overhauling of Rack and Pinion type Elevator in Primary and Secondary Crusher
house.
83. Removal of 6 nos. Roller Shafts in Roller Screens after dismantling of top cover,
side covers, 2 Nos. top gear casings and re-fixing the same for by-passing of Roller
Screen and assembling of 6 nos. Roller Shafts in roller screens after dismantling of
top cover, side covers, 2 nos. top gear casings and re-fixing for normalizing the by-
pass arrangement of Roller Screens.
84. All types of alignments during every replacements and normalizing.
85. Belt Training activities, inspection of belt joints and adjustments including
tightening of Screw take-ups devices and repairing in Counter weight structures
and take up arrangements.
86. Patch-up and replacement works in MS Mother Plates of all transfer chutes,
rectification and replacement of worn out/bent liner plates with new liner/Wear
Plates.
87. Vibration checking in all the drive arrangements and arresting.
88. Maintenance & repairs of all brake systems and lubrication systems.
89. Maintenance & repairs in pipe line & valves of CW Systems of Coolers of hydraulic
drives.
90. All Maintenance, repairs and rectification works related Traveling Trippers at
Bunker floor including Rectification during derailment of Trippers.
91. Daily thorough clearing of accumulated coal due to spillage and deposits in the
walkways, Deck sheets, seal plates, all floors, equipments, pulleys, junction towers,
counter weight arrangements, take-up areas, rail track and adjacent sides,
intricate cable racks & trays, chocked and built up coal in all transfer chutes and
surrounding areas nearby in respect of Conveyors, Flow Divider’s, Flap Gates,
Bunker floors & Traveling Trippers.
92. Regular collection and devolution of all types of Scrap & foreign materials in the

`63
total CHP to Central Stores/MTPS-II.
93. Collection and dumping of stones, foreign materials and other flammable
materials to remote, safe, low lying areas as per the instruction of Board
Engineers.
94. Regular checking, topping up lubricants in all gear boxes, fluid couplings, hydraulic
drives, greasing of all pulleys and other equipments wherever necessary and
changing of required lubricants (liquid & solid) as per the Lubrication schedule
instructed by the Board Engineers.
95. Periodical maintenance of equipments of CHP of MTPS-II as per ISO Maintenance
schedules and production of daily weekly and monthly reports of the activities
carried out with due authentication by the respective field Engineers.
96.The rejects collected from ILMS, Metal Detectors & Suspended Magnets shall be
segregated and disposed off/devoluted to Central Stores as per the instruction of
Engineer in charge.
97. Entry of foreign materials to Mill Bunkers should be controlled to avoid Mill
outages. Otherwise contractor will be penalized only if the reason is solely
attributable to the contractor.
98. Proper welding permits must be obtained through the field Engineers before doing
any sort of welding and gas cutting works.
99. Maintenance, repairs, replacements and renewals of worn-out internals in all the
Sump Pumps, DS pumps, DE System (Fans, Compressor, Filter bags, gauge
assembly, Valves) etc.,
100. Required man power must be deployed round the clock for quenching any
spontaneous combustion or fire in the Coal Stock yard of MTPS-II(1x600 MW)
and the fire or combustion must be quenched then and there.
101.Required Manpower must be deployed in three locations in both streamsin shift
duties for stone picking in Conveyors while feeding coal to the bunkers from
Wagon Tippler/Stacker cum Reclaimer/Emergency Reclaiming and also while
stacking of Coal.
102.Required Dozer Operators must be provided round the clock for ramming of coal,
dosing of coal for stacking and reclaiming, for facilitating fire quenching and
dosing of coal while stacking from the Emergency Stacking via telescopic chute
and dosing into the Emergency Reclaim Hopper as and when required.
103.Any other works for maintenance of the Coal Handling System of MTPS-II should
be attended as and when warranted and instructed by Engineer-in-charge.
104.All finish machining of the pilot bores to the required sizes of flexible couplings
between gearbox & fluid couplings, motors & fluid couplings, Pumps & motors,
Brakes & motors etc.
105.Hauling of loaded wagons from load line 6 to 12 for wagon tippler 5&6 for coal
Unloading, marshalling of load wagons from load lines.
106.Placing of coal wagons one by one on the wagon tippler table.
107.Wagon tipping at wagon tippler including recording of coal weight.
108.Coupling of empty wagons after unloading of coal.
109. Collection of empty wagons from Wagon Tippler outhaul side and make empty
Formation at empty line, shunting of empty wagons if required.
110. Placing of all Locos one by one from Wagon Tipplers 5&6 to Loco shed for
maintenance works on Locos ie checking Locos oil level, brakes etc and
return/Placing the Locos from Wagon Tipplers to Diesel Bunk for filling of Diesel
and return
111. Any other works for Routine maintenance of the Locomotives of Coal Handling
System of MTPS-II should be attended as and when warranted and instructed by
Engineer in-charge.
112. Any other activity not listed above but required for safe and successful operation
for the coal handling equipments, Wagon tipplers and locomotives shall be
deemed to have been included in the contractor’s scope.

`64
ELECTRI CAL
1. Routine and statutory maintenance required for the following electrical equipments
shall be carried by the contractor.
 3.3KV & 415V Switchgears in CHP MCC, Bunker MCC, Wagon Tippler MCC
,Wagon tippler Operator Desk and allied equipments and Stacker CumReclaimer-
I & II MCC.
 Annual testing of all types of HT breaker Relays, Circuit breakers, meters as per
format of Test report Prescribed by TANGEDCO.
 3.3KV HT motors of various capacities.
 440V LT motors of various capacities.
 3.3 KV HT Breakers of various types.
 440V LT Breakers of various types.
 LT Modules/Feeders of various types.
 HT & LT Power transformers of various capacities.
 LT Dry Type transformers of various capacities.
 Wagon Tippler, Apron Feeder, Stacker Cum Reclaimer and Travelling Tripper and
its auxiliaries.
 HT (11KV & 3.3 KV) & LT(440 V) Power cables of various sizes/types, including
HT power cable from Unit Switch Gear to CHP MCC, Incomer Swich gear panels,
including cable dressing and provision of required clamps wherever necessary
and HT power cables from Switch gear to Motors/Equipments and LT cables
from Switch gear to Motors/Equipments.
 All control cables, instrumentation cables of various sizes, types including cable
dressing and provision of cable clamps wherever necessary.
 HT/LT Trailing cables in Stacker cum Reclaimers and Travelling tippers.
 Programmable Logic Control system (with related equipment such as processor,
Input / Output modules etc.,) Uninterrupted Power Supply system with battery
equipments in Wagon Tippler operator cabin, CHP MCC, Stacker Cum Reclaimer-
I & II MCC.
 Maintenance of Battery Bank, Battery Charger and DCDB.
 Dust Extraction System, Dust Suppression System, Belt weighers, Load Cells/
Weighing System in Wagon Tipplers, Metal Detectors, ILMS, SMS components,
Hooter systems and various Limit switches, MLDB etc.,
 Electrical Maintenance of Blinking Light at Wagon Tippler Area.
 Electrical Maintenance of Caution Signal Lamp at Wagon Tippler Area.
 Electrical Maintenance of all indoor lighting maintenance at all MCC.
 Electrical Maintenance of Track Signal Lamp at Wagon Tippler 5 & 6 Area.
2. Carrying out the operation of Switchgears in CHP MCC, Bunker MCC, Wagon Tippler
MCC and Stacker CumReclaimer-I & II MCC.
3. Cleaning, checking of tightness and attending any other abnormalities of electrical
equipments and its allied equipments such as HT/LT Motors, HT/LT Breakers,
Junction Boxes, Local/Remote Push buttons stations, terminal boxes, Pull Chord
Switches, Belt Sway Switches, Zero Speed Switches, Under Belt switches,
Receptacles, UPS, Battery Banks, Belt Weighers, Load Cells/Weighing System in WT,
Inline and Suspension Magnetic Separators, Rack and Pinion Elevators, Sump
Pumps, Dust Suppression and Sprinkler System, Welding Points, Lighting DB’s, all
lightings at all Junction towers, Primary and Secondary Crusher house, Drive

`65
Houses, Galleries, Wagon Tippler complex/MCC, Stacker cum Reclaimer I & II, CHP
MCC, Bunker MCC, Dozer shed, High Mast Tower Lights, SCR walkway lightsEarthing
System, etc., of Coal Handling Plant/ MTPS-II.
4. Maintenance of all HT/LT transformers in CHP MCC, Bunker MCC, Wagon Tippler
MCC and Stacker Cum Reclaimer-I & II MCC of Coal Handling Plant /MTPS-II (1x600
MW).
5. Releasing, Overhauling, Rewinding, renewal of bearings, metalizing, assembling, re-
fixing, testing and commissioning of all HT Motors in Conveyors, Rotary Breakers and
Ring Granulators of CHP/MTPS-II(1X600MW).
6. Releasing, Overhauling, Rewinding, renewal of bearings, metalizing, assembling, re-
fixing, testing and commissioning of all LT Motors in CHP/MTPS-II(1X600MW).
7. Releasing, re-laying/laying of HT Cables in various locations of Coal Handling Plant /
MTPS-II (1x600 MW).
8. Releasing, re-laying/laying of LT Cables in various locations of Coal Handling Plant /
MTPS-II (1x600 MW).
9. Releasing, re-laying/laying of Control Cables, OFC in various locations of Coal Handling
Plant / MTPS-II (1x600 MW).
10. Releasing, re-laying/laying of Cable Trays in various locations of Coal Handling Plant /
MTPS-II (1x600 MW).
11. Providing of HT/LT Cable joints with necessary cable joint kit and accessories.
12. Rectification of failed LT modules/feeders in CHP MCC, Bunker MCC, Wagon Tippler
MCC and Stacker Cum Reclaimer-I & II MCC including testing and commissioning.
13. Rectification of failed HT/LT - Breakers/Feeders in CHP MCC, Bunker MCC, Wagon
Tippler MCC and Stacker Cum Reclaimer-I & II MCC including testing and
commissioning
14. Maintenance of I/O, D/O, D/I, power supply modules, VFD Drives, etc., and trouble
shooting of PLC Units in Coal Handling Plant / MTPS-II (1x600 MW).
15. Reconditioning of transformer oil by hot oil circulation, testing and commissioning of
the Transformers.
16. Calibration of belt weighers in Conveyers, Weighing System in Wagon Tipplers,
troubleshooting, including materials, servicing, inspection, routine checking, preventive
maintenance and breakdown maintenance.
17. Maintenance of all indoor/outdoor light fittings in all Junction towers, Conveyor Gallery,
mobile machines, Primary and Secondary Crusher house, Wagon Tippler complex,
Stacker cum Reclaimer, Bunker Top and High Mast Tower including repairing and
replacement of accessories with energy saver lamps of respective makes in Coal
Handling Plant / MTPS-II.
18. Routine and periodical maintenance of Electrical Hoists in Coal Handling Plant/
MTPS-II.
19. Routine and periodical maintenance of Rack and Pinion Elevators in Coal Handling
Plant/MTPS-II.
20. Reconditioning of all ILMS & SM coils, Testing and commissioning in CHP/MTPS-II.
21. Maintenance of electrical equipments related to ETP/STP pumps and panels
provided in the CHP area.
22. Any other activity not listed above but required for safe and successful operation
for the plant shall be deemed to have been included in the contractor’s scope.

`66
5.0 MI NI MUM STAFF TO BE MAI NTAI NED

( I ) Minimum Staff to be maintained for Operation and Maintenances of Coal


Handling Systems excluding Loco Operation and Maintenance.

Sl.No Designation No. of No. of


persons to persons to
be engaged be engaged
excluding
20% Spare
Staff
1) Technical Assistant 4 Nos. 3 Nos.
(Grade – I – B.E. Holders)
2) Technical Assistant 46 Nos. 39 Nos.
(Grade – II – Diploma holder)
3) Technical Assistant 36 Nos. 30 Nos.
(Grade – III – I.T.I. holder)
4) Mazdoor Gr-I 317 Nos. 264 Nos.
5) Mazdoor Gr-II 29 Nos. 24 Nos.
6) Electrician 5 Nos. 5 Nos.
7) Fitters 7 Nos. 6 Nos.
8) Welders 1 Nos. 1 Nos.
9) Skilled Workers 20 Nos. 20 Nos.

Note:
The contractor should maintain the above mentioned minimum staff to feed coal
through direct bunkering and/ or stacking and /or reclaiming as per the
requirement of plant load maintained from time to time. In case any shortfall
realized in the handling/feeding quantity to match with generation in a calendar
day due to any shortfall in minimum labour, recovery shall be made as per the
applicable LD clauses of 13(1&2) of this specifications.

The calendar day shall mean 00.00 Hrs to 24.00 Hrs.

`67
( I I ) Minimum Staff to be Maintained for Loco Operation and Maintenance

Sl No Designation No. of persons to be


engaged
1) Fitter Grade for Loco Operations and
Maintenance for WT-5 & 6 Operations.
Loco Operation Per Shift per
Wagon Tippler
Fitter I Gr (Shunting 1 No
Jamadhar)
44nos.
Fitter I Gr 2 Nos.
(Pointsman/Signaling )
Fitter I Gr 2 Nos.
(Pointsman/Coupling &
Decoupling)
Fitter I Gr (Loco Driver) 2 Nos.
Per Shift for 1 WT 7 Nos.
For 3 Shifts in a Day 21 Nos.
For 2 Wagon tipplers in 42 Nos.
day
Loco Maintenance per day
Fitter I Grade 2 Nos.
For both Loco operation and
maintenance in a Day = 42 + 2
= 44 Nos.

Note:
In case of any delay in unloading of Coal from the railway wagons over the time allowed
by Railways due to the reasons solely attributable to the contractor for any shortfall in
minimum labour, the resultant Demurrage charges applicable to TANGEDCO payable to
the Railways shall be recovered from the Contractors bill as per the applicable LD clause
of 13(1) of this specifications.

`68
6.0 JOI NT RESPONSI BI LI TY OF CONTRACTOR AND TANGEDCO:
In case of emergency in conveyors, if the materials/spares are not available at
MTPS stores, then the O&M contractor shall arrange to supply the spares at prevailing
purchase order/market rate without delay as per the direction of respective site in charge.
Such cost of spares shall be reimbursed to the O&M contractor by TANGEDCO after
approval from Chief Engineer/MTPS-II.

7 .0 TANGEDCO’S SCOPE OF W ORK:

1. All the spares and consumables each costingmore than Rs.32,000/- (Rupees Thirty
Two Thousand only including all taxes & duties) will be supplied by TANGEDCO
except for the cases referred under sub section 6.0 of Section-VI . It includes set of
spares required for replacement at a time.
2. All iron and steel structural materials required for O & M of the plant will be
supplied by TANGEDCO.
3. Reconditioning of equipments such as pulleys, gearbox, Hydraulic Power Packs,
C&I,electrical equipments/spares etc.,
4. All types of idlers, Structural Steel Plates, SS liner plates/wear plates, Frames,
conveyor Belt will be supplied by TANGEDCO.
5. In case of any improvement, modification, renovation and other works which are
necessary to be carried out for smooth and continuous operation of the system will
be in TANGEDCO’s scope.
6. Renovation/Replacement of worn-out chutes, worn-out conveyor belts beyond 270m
length and pulley rubber laggingwill be in TANGEDCO’s scope.
7. Oil such as gear box oil, hydraulic oil, and transformer oil etc., required for complete
replacement will be supplied by TANGEDCO.
8. Rewinding of Power Transformers.
9. All cables including HT, LT and Control Cables will be supplied by TANGEDCO.
10. Dozer with required fuel, oil and spares will be provided at free of cost by
TANGEDCO. Maintenance of Dozer is under the scope of TANGEDCO.
11. The Tipping Operation of Wagon Tippler, Shunting of coal wagon, Break releasing
form coal racks, after unloading of coal, formation of racks shall be in the scope of
TANGEDCO.
12. All the civil maintenance works related to Building and colour washing work shall be in
the scope of TANGEDCO.
13. Control and power cards of PLC, Battery chargers, relay, relay cards, all types of
cables each costing more than Rs.32,000/- (Rupees Thirty Two Thousand only
including all taxes & duties)

`69
SECTI ON VI I
GENERAL CONDI TI ONS OF CONTRACT

1.0.SUB- LETTI NG:


No part of the contract shall be sublet without prior written permission of the TANGEDCO
nor shall transfer to be made by Power of attorney authorizing others, to receive payment
on Contractor’s behalf.
In case of the Contractor engaging contract labourers with the prior approval mentioned
above in writing, the following should be strictly adhered to.
a)The Contractor should fulfill strictly all the conditions as stipulated in the contract labour
(Regulation and abolition) Act, 1970 and the rules made there under.
b)The Contractor should take out a license at his cost, under section 12 of the above said
act within the specified period as mentioned by the Management/ Principal employer at
the time of awarding the contract.

2 .0 FACI LI TI ES TO BE PROVI DED TO THE CONTRACTOR BY TANGEDCO:

1. Power supply required for maintenance works will be provided at free of cost
from the existing facilities.

2. The intercom facility will be provided to site office of the contractor at free
of charge.

3. SITE OFFICE: Sufficient area required for construction of site office and store
requiredfor the contractor shall be provided at free of cost.

4. Three Phase Power and Water supply to the Site Office shall be provided at
one point on chargeable basis as per TANGEDCO rates.

5. Water Supply for the works shall be provided by the TANGEDCO at free of
cost.

3.0 ERECTI ON OF SHEDS:


The Contractor will be permitted to erect theirown sheds at the place approved by the
TANGEDCO on chargeable ground rent. TANGEDCO will not allow any land for putting up
labour sheds and living quarters for their working staff and the Contractor has to arrange
for the same. On completion of work, the contractor shall demolish the sheds at his own
cost.

4.0. COMMUNI CATI ON FACI LI TI ES:


The Contractor shall install, maintain and operate such other communication and signal
facilities as are necessary for the safe and efficient execution of the work. All such
communication and signal facilities shall be subject to the approval of the Engineer.
Authorized employees of the TANGEDCO shall have free use of such facilities installed by
the Contractor for the transmission of official messages.

`70
5.0. I LLUMI NATI ON:
Adequate illumination is to be provided by the Contractor at his cost as per applicable
statutory act for lighting.Wherever any works are carried out at night, the area of works
to be illuminated adequately by flood lights. The voltage of hand lamps is to be reduced
to 24 V AC and suitable transformers & Switch boards have to be installed at the
Contractor’s expenses.
For power supply to worksites, Contractor’s offices and stores, the Contractor has to
provide his own distribution system at his own cost from the points of take off from the
nearest mains provided by the TANGEDCO. The Contractor shall construct and maintain at
his own expenses the necessary circuit for distributing the power in order to provide
voltages regulations.

6.0. CLEANI NG UP:


During the execution of work, the Contractor shall remove from the vicinity of the work
all, rubbish, unused materials, and other materials, belonging to him or used under his
discretion and in the event of his failure to do so, the same will be removed by the
TANGEDCO, and the relevant expenditure recovered from the Contractor.

7.0. WASTE MATERI ALS:


All waste materials should be devoluted to Central stores/MTPS-II or lifted out of the
compound at Contractor’s cost as decided by the site Engineer and the Contractor should
keep the site always clean during contract period.

8.0. SAFETY, SECURI TY AND LI GHTI NG:


Except as hereinafter provided, the Contractor shall unless otherwise specified be
responsible for the proper fencing, guarding, lighting around the works area to avoid
accidents. Similarly proper security arrangement shall be made by the contractor during
stormy weather and high tide conditions of the sea to avoid any loss of property and life.

9.0. HEALTH AND SANI TARY RULES FOR WORKERS:


The Contractor’s special attention is invited that he is required to provide at his own
expenses the following amenities to the satisfaction of the Engineer at site.

10.0. DRI NKI NG WATER:


Water of good quality fit for drinking purposes shall have to be provided for the workers.

11.0. CANTEEN:
The canteen facility already available in MTPS-II on chargeable basis may be utilized.

13.0. PRECAUTI ON DURI NG WORKI NG:


The contractor should take all precautions necessary and as specified by the Engineer for
works. He should at his expenses provide helmets and other required PPEs for all the
workmen working. Any special precautions that may be required by the Acts of Rules of
the Tamil Nadu Government from time to time shall also be taken by the contractor at his
own cost. During inclement weather, the contractor shall protect from injury all works
already in progress, just then completed. Should the work be suspended by reason of rain,
strikes lockouts or any other cause, the contractor shall take all precautions necessary for
protection of works and make good, at his own expense, any damage arising from any of
these causes.

`71
13.0 FI RST AI D:
The contractor should maintain at all the work spot with the first aid appliances and
medicines. The appliances shall be kept in good order and shall be placed under the
charge of a responsible person who shall be readily available at the works site.

14.0 I NSPECTI ON OF WORKS:


The OWNER or his duly authorized person shall have at all times, full power to inspect the
plant where the contractor is carrying out the Operation and Maintenance. The written
instruction issued by the ENGINEER should be properly carried out by the CONTRACTOR.

15.0. CONTRACTOR TO KEEP I NVENTORY OF PLANT ETC:


The Contractor shall prepare and maintain an inventory of all materials, temporary rolling
stock, plant purchased or hired for employment or for any of the purposes of this Contract
and such inventory or a copy there of shall at all times be available for inspection by the
Engineer, on the completion of the contract, all such materials, rolling stock and plant as
shall have been hired shall be removed forthwith by the Contractor.

16.0. TOOLS AND PLANTS FOR THE EXECUTI ON OF THE CONTRACT:


All tools and plants, equipments and tackle required for the complete execution of the
contract shall be arranged by the Contractor only at his own cost. The Contractor, may
however, specify in his tender the terms under which or concessions, if any, that would
require for procuring and using the tools and plant and equipment on the work except
those that are to be supplied on hire or free of charge.

17.0 EMPLOYMENT OF QUALI FI ED TECHNI CAL STAFF I N EXECUTI ON:


The contractor should engage qualified persons for the above O & M works. The
minimum O & M Staff to be considered for the above works are furnished in Annexure
VII
B.E. Degree Holders & Minimum 2 Years experience in
Diploma Holders similar nature of work.

The contractor should see that one of the technically qualified persons is always
available at the site of work, during working hours, to check all items of work.
If the contractor fails to employ the minimum staff as specified, then penalty will
be levied as per the rates indicated in the Annexure-VII for the period of such non-
employment of minimum staff.

18.0. EMPLOYMENT OF CONTRACT LABOUR:


The contractor should fulfil strictly all the conditions as stipulated in the contract labour
(Regulation and Abolition) Act 1970 and the rules made there under. The Contractor
should take out license under Section 12 of the above said Act, within the specified
period as mentioned by the Management/ Principal Employer at the time of awarding the
contract.
The contract shall be terminated if the Contractor fails to obtain a license under Section
12 of the contract labour (Regulation and Abolition) Act 1970 within 30 days of award of
contract.
As per the Contract Labour Rules 1975, the Contractor should disburse the wages of the
contract labours in the presence of authorized representative of the Principal Employer

`72
and it should be certified that the amount so paid as wages by such representatives as
furnished below:
“Certified that the amount shown in Column No.has been paid to workmen concerned in
my presence.” The wages of contract labour should not be less than that of minimum
wages prescribed by the Minimum Wages Act for Contract labour.

19.0 HANDI NG OVER OF THE PLANT :

i) HANDING OVER OF PLANT TO THE CONTRACTOR :The CHP, ACHS and SCR Systems to
be handed over to the contractor in existing condition only.
ii) HANDLING OVER OF PLANT AFTER COMPLETION OF CONTRACT PERIOD : The entire
plant shall be handed over to TANGEDCO in good working condition. The defects if any or
replacement of any worn-out parts shall be carried out by the contractor before handing
over of the plant to TANGEDCO. If the contractor fails to attend the defects or to replace
the worn-out parts, TANGEDCO shall recover the relevant cost from the payment due to
the contractor.

20.0 LI ABI LI TY FOR ACCI DENTS TO PERSONS:


The Contractor shall indemnify and save harm to the TANGEDCO against all sections,
suits, claims, demands, cost of expenses arising in connection with injuries suffered, prior
to the date when the works or plant shall have been taken over, by person employed by
the Contractor or his sub-contractor on the works whether under the general law or under
the workmen’s compensation Act 1923, or any other statute in force on the date of the
contract, dealing with question of liability of employer for injuries suffered by employees
and to have taken steps properly to insure against any claims there under.

On the occurrence of an accident which results & in the death of the workmen employed
by the Contractor or which is due to the contract work and of so serious as to be likely to
result in the death of any such workmen, the Contractor within 24 hours of happening of
such accident intimate in writing to the concerned Engineer and such officers required by
the provision of the Workmen’s Compensation Act the fact of such accident. The
Contractor shall indemnify TANGEDCO against all loss or damage sustained by TANGEDCO
resulting directly or indirectly from his failure to give intimation in the manner aforesaid
including the penalties or fines, if any payable by TANGEDCO as a consequence, of the
TANGEDCO’s failure to give notice under the Workmen’s Compensation Act or otherwise to
conform to the provisions of the said Act in regard to such accident.

In the event of any claim being made, or action brought against the TANGEDCO involving
the Contractor and arising out of the matters referred to and in respect of which the
Contractor is liable under clause, the Contractor shall be immediately notified thereof, and
he shall with the assistance, if he so require, of the TANGEDCO but at the sole expense of
the Contractor, conduct all negotiations for the settlement of the same or any litigation
that may arise there from. In such cases, the TANGEDCO shall, at the expense of the
Contractor, afford all available assistance for any such purpose.
In the event of an accident in respect of which compensation may become payable under
Workmen’s Compensation Act VII of 1923 and any subsequent amendment thereof
whether by the Contractor, or by TANGEDCO, as principal it shall be lawful for the
Engineer to retain out of money due and payable to the Contractor such sum or sums of
money as may be in the opinion of the said Engineer be sufficient to meet such liability.

`73
The opinion of the Engineer shall be final in regard to all matters arising under this clause
and will not be subject to any arbitration.
Liability for damage or loss to third party including inspection officers due to act of the
Contractor or his sub-contractor connected with the execution of the contract shall be fully
borne by the Contractor. The Contractor shall maintain such detailed records to furnish
information regarding entertainment and discharge of all workmen employed under this
contract as to be adequate for the timely and full settlement of claims under the
Workmen’s Compensation Act. All cases of accidents or injuries shall be reported to the
Engineer with all the full details required for the settlement under the Workman’s
Compensation Act.
Liability for damages or loss to third party including inspection officers due to act of the
CONTRACTOR or his SUB-CONTRACTOR connected with the execution of this contract
shall be fully borne by the CONTRACTOR. The CONTRACTOR shall maintain such detailed
records to furnish information regarding entertainment and discharge of all workmen
employed under this contract, which are adequate for the timely and full settlement of
claims under the Workmen’s Compensation Act. All cases of accidents or injuries shall be
reported to the ENGINEER with full details required for the settlement under the
Workmen’s Compensation Act.
The Contractor should report about all accidents within 24 hours to the Assistant Engineer
of TANGEDCO in the preliminary accident form. He should furnish other particulars such
medical certificates, wage particulars, fitness, etc., in due course without delay.

21.0 I NSURANCE :
21.1 It is incumbent on the part of the Contractor to see that it shall be his sole
responsibility to protect the public and his employees, against any accident from any
cause and he shall indemnify the Tamil Nadu Generation and Distribution Corporation
against any claim for damages for injury to person or property resulting from any such
accident and shall also where the provisions of workmen’s compensation act apply take
steps to property insure against any claim there under by way of accident, risk, insurance
demand for all purposes of relief, failing the same or otherwise contractor alone will be
responsible to meet the compensation awarded under the said act.
21.2 The Contractor should satisfy the field Executive Engineer that „Accident Risk
insurance Policy’ is taken before taking over the site for taking up the work and also to
satisfy the filed Executive Engineer, that the policy/policies is / are kept in force till the
contract is completed.
21.3 Recoveries will be made from Contractor’s bill for any liability for the accidents and
refund of the same considered later after the claim is fully settled by the insurance
Authorities.

22.0 NEGLI GENCE:


If the Contractorneglects to execute the work with due diligence and expedition, refuse or
neglect to comply with any reasonable orders given to him in writing by the Engineer in
connection with the work contravene the provision of this contract, the TANGEDCO may
give seven days notice in writing, to the Contractor to make good the failure, neglect or
contravention complained of any, the Contractor fail to comply with the notice within the
reasonable time from date of service thereof in the case of failure, neglect or
contravention capable of being made good within that time or otherwise within such time
as may be reasonably necessary for making it good, then and in such case, the

`74
TANGEDCO shall be at liberty to employ other workmen and forthwith perform such work
as the Contractor may have neglected to do, or if the TANGEDCO shall think fit, it shall be
lawful for him to take the work, wholly or in part off the Contractor’s hands and re-
contract at a reasonable price with any other person or persons or provide any other
materials, tools and tackles or labour for the purpose of completing the work or any part
thereof and in that event the TANGEDCO shall, without being responsible to the
Contractor for the fair wear and tear of the same, have the free use of all the materials,
tools, tackles, or other things which may be on the site for use at any time in connection
with the work to the exclusion of any right of the Contractor over the same and the
TANGEDCO shall be entitled to retain and apply and balance which may be otherwise use
to the contract by him to the Contractor or such part thereof as may be necessary to the
payment of the cost of executing such work as aforesaid.
If the cost of executing the work as aforesaid shall exceed the balance due to the
Contractor and the Contractor fails to make good the deficit, the said materials, tools,
tackles, construction plant, or other things which are the property of the Contractor may
be seized and sold by the TANGEDCO and the proceeds applied towards the payment of
such differences and the cost of and incidental to such sale. Any outstanding balance
existing after crediting the proceeds of such sale, shall be paid by the Contractor on the
certificate of the Engineer, but when all expenses, costs, and charges incurred in the
completion of the work are paid by the Contractor, all such materials, tools tackle, or other
things remaining unused to be removed by the Contractor. The actual difference in price
where ever the TANGEDCO gets executed through other agencies at a higher rate is
payable by the contractor to TANGEDCO.

23.0.LI ABI LI TY FOR DAMAGE TO WORKS OR PLANTS:


The Contractor shall during the progress of the work properly cover up and protect the
work and plant from injury by exposure to the weather and shall take every reasonable
proper, timely and useful precaution against accident or injury to the same from any cause
and shall be and remain answerable and liable for all accidents or injuries there to which
until the same, be or be occasioned by the acts or omissions of the Contractor or his
workmen or his sub-contractors and all losses and damages to the works or plant arising
from such accidents or injuries as aforesaid shall be made good in the most complete and
substantial manner by and at the sole cost of the Contractor and to the reasonable
satisfaction of the Engineer. Such loss or damage happen to units of works or plant or
materials failing outside the scope of this contract and due to the contract, those shall be
replaced or compensated for by the Contractor to the satisfaction of Engineer.
In the case of loss or damage to any portion of the work occasioned by other causes, the
same shall, if required by the TANGEDCO be made good by the Contractor in like manner
but at the cost of the TANGEDCO at a price to be agreed between the contractor and the
TANGEDCO and the TANGEDCO shall pay to the Contractor the contract value of the
portion of the work so lost or damaged or any balance of such contract value remaining
unpaid as the case may be.
Until the work shall be deemed to be taken over as aforesaid, the Contractor shall also be
liable for and shall indemnify the TANGEDCO in respect of all damage or injury to any
person or to any property of the TANGEDCO or of others occasioned by Act of the
Contractor or his work men or his sub-contractors or by defective design, work or material
but not due to cause beyond his reasonable control. Provided that the Contractor shall not
be eligible under the contract for any loss of profit or loss of contracts or any claims made
against the TANGEDCO not already provided for in the contract, nor for any damage or

`75
injury caused by or arising from acts of the TANGEDCO or of others (save as to damage
by fire, as hereinafter provided) due to the circumstances over which the Contractor has
not control nor shall his total liability for loss, damage or injury exceed the total value of
the contract.

24.0. SUSPENSI ON OF WORK:


The Engineer may from time to time by direction in writing for any valid reasons, without
in any way vitiating this contract, direct the Contractor to suspend the work or any part
thereof at such time or times and for so long as the Engineer may deem desirable, and the
Contractor shall not, after receiving such written notice proceed with the works therein
ordered to be suspended until he shall have received written notice or authority to the
effect from the Engineer. The Contractor shall not be entitled to claim from the
TANGEDCO compensation for any loss or damage sustained by him by reason of the
suspension of works as aforesaid.
No compensation shall be payable for idle labour, staff and machinery (hired or
otherwise) due to occasional power failure or any causes beyond the control of
TANGEDCO and for prearranged shutdowns in electricity supply for which prior notice may
be given.

25.0. DEATH, BANKRUPTCY ETC:


If the Contractor, dies or commits any act of bankruptcy or being a Corporation commence
to be wound for reconstruction purposes or carry on its business under a receiver, the
executors, successors or other representatives in law of the Estate of the Contractor or
any such receiver, liquidator or any person in whom the contract may become vested,
shall forthwith give notice thereof in writing to the TANGEDCO and shall for one month,
during which he shall take all reasonable steps to prevent a stoppage of the works, have
the option of carrying out this contract subject to his or their providing such guarantee as
may be required by the TANGEDCO but not exceeding the value of the work for the time
being remaining un-executed. In the event of stoppage of the works, the period of the
option under this clause shall be fourteen days only. Provided that, should the above
option be not exercised, the contract may be terminated by the TANGEDCO by notice in
writing to the Contractor, and the same power and provisions reserved to the TANGEDCO
in the proceeding clause on the taking of the work out of the Contractor’s hands shall
immediately become operative.

26.0. NOTI CES: HOW TO BE GI VEN:


Where as legal or other notice or any other documents is to be given to or served up to
the Contractor it shall be deemed to be duly given or served, if it shall have been either
delivered to him personally or to his recognized agent (including in the case of the
company the Secretary of such company) or delivered at or sent through the post
addressed to the contractor at the contractor’s office in the site or sent through the post
addressed to the last known place of business or abode of the Contractor or in the case
of a Company to its Registered Office and in the case of a firm of Contractor notice or
other documents, which shall be so given to or so served on any one of the partners in
such firm, shall be deemed to have been given to or served on all of them.

`76
27.0. SPECI AL CONDI TI ONS TO BE FOLLOWED REGARDI NG ENVI RONMENTAL
ANGLE:
The labourers should be instructed to follow Thermal Station rules in force from time to
time. Any failure to observe and obey these rules will be a serious offence and the labour
will be expelled from worksite.

Sd/--Dt. 20-06-2020.
CHIEF ENGINEER/MTPS-II
METTUR DAM-6.

`77
SCHEDULE- A
SCHEDULE OF PRI CES
Name of Work:MTPS-II – Mech-II circle – CHP-I & II Division – Operation and
Maintenance (Mechanical & Electrical), of Coal Handling Plant, Wagon Tippler 5 & 6
connected with MTPS-II and Locomotives of MTPS-II including handling of coal rake right
from shunting of load wagons, marshalling of load wagons from load lines and placing the
load wagons on Tippler and decoupling of load wagons and tipping through Wagon
Tipplers, collection and coupling of empty wagons in outhaul side of wagon tipplers and
formation in MTPS lines of MTPS-II for a period of three years from the date of taking over
of site.
Tender Specification No. : CE/MTPS-II/SE/Mech-II/CHP/O&M/Sp.No.OT06/20-21.

Sl. Qty Unit Description Rate per in Rs.


no
Operation and Maintenance of Coal Handling System Price to be
stacking stream conveyors & equipments for stacking of coal quoted online
1 8166960 MT received from Railway Wagons through WT-5&6 and only
conveyors up to coal stock yards.
Operation and Maintenance of Coal Handling System feeding Price to be
stream conveyors & equipments for feeding of coal from quoted online
2 8516880 MT coal stock yards up to unit coal bunkers. only

Operation and Maintenance of Coal Handling System Direct Price to be


Bunkering stream conveyors & equipments of coal received quoted online
3 3363120 MT from WT – 5 & 6 and conveyors up to Bunker. only

Operation & Maintenance of Loco Engines-7,8 & 9 including Price to be


handling of coal rake right from shunting of load wagons, quoted online
marshalling of load wagons from load lines and placing the only
4 11530080 MT load wagons on Tippler and decoupling of load wagons and
tipping through Wagon Tipplers, collection and coupling of
empty wagons in outhaul side of wagon tipplers and
formation in MTPS lines.
GST @ 18% extra as applicable
*Approximate expected quantities to be handled for 3 (Three) years:
1 - Stacking - 8166960 MT
2 - Reclaiming - 8516880 MT
3 - Direct bunkering - 3363120 MT
4 -Handling through Locomotives and Wagon tipplers - 11530080 MT
** If required, 15% extra to the above quantities have to be handled as per Tamil Nadu
Transparency in Tender Rules 2000.

COMPANY SEAL Signature of Bidder with seal


DESIGNATION
COMPANY
DATE
COMPANY SEAL SIGNATURE

Sd/- Dt. 20-06-2020.


CHIEF ENGINEER/MTPS-II
METTUR DAM-6.

`78
SCHEDULE - B
DEVIATION FROM TECHNICAL SPECIFICATION

All technical deviations from the specification shall be filled in by the tenderer,
clause wise, in the schedule.

SL. NO. SECTION NO. CLAUSE NO. DEVIATION

The tenderer hereby certifies that the above mentioned are the only deviations
from the technical specification and the tender conforms to the specification in all other
respects.

COMPANY SEAL SIGNATURE :

NAME :

DESIGNATION :

DATE :

`79
SCHEDULE - C
DEVIATIONS FROM COMMERCIAL TERMS

All deviations from the Commercial terms shall be filled in by the tenderer, clause
wise, in this schedule.

SL. NO. SECTION NO. CLAUSE NO. DEVIATION

The tenderer hereby certifies that the above mentioned are the only deviations
from the Commercial Specification and the tender conforms to the specification in all other
respects.

COMPANY SEAL SIGNATURE :

NAME :

DESIGNATION :

DATE :

`80
SCHEDULE- D
STATEMENT OF ORDERS EXECUTED/ UNDER EXECUTION
SO FAR AS ON THE TENDER OPENING

Value Scheduled Actual


Name &
Name Work of Date of Date of
Sl Address of
of order Qty. order completion completion
No the
Work reference in of work of work
Organisation
Lakhs order order
1 2 3 4 5 6 7 8

COMPANY SEAL : SIGNATURE :

DESIGNATION :

COMPANY :

DATE :

`81
SCHEDULE – E
ANNEXURE (i)
ORGANISATIONAL STRUCTURE

I Name of the Company :

II Address :

III Telephone No :

IV Telex No. /E-mail :

V Description of the Company For Engg. General, Mechanical /Electrical


: Engineering Contractor, Supplier of Equipment,
etc.

VI Classification of Registration :

VII Name and address of Bankers :

VIII Number of years of experience as A :


General Contractor

IX Number of years of experience as a :


Sub-contractor
Name and address of Partners or
X Associated Companies to be Involved :
in project and whether Parent /
subsidiary / other
Name and Address of
XI Companies who will be involved in :
the Electrical Works
Organization Chart showing the
XII Structure of the company Including :
names and positions of Directors
and key personnel To be attached

COMPANY SEAL SIGNATURE :

NAME :

DESIGNATION :

DATE :

`82
SCHEDULE – E
ANNEXURE – (ii)
FINANCIAL CAPABILITY

1 Name of the FIRM :

2 Financial Position

a) Cash :

b) Current Assets :

c) Current Liabilities :

d) Working Capital :

e) Net Worth :

3 Income Tax Permanent Account No. : GIR :

4 Annual Income as per Income Tax Returns

a) During 2016 – 2017 :

b) During 2017 – 2018 :

c) During 2018 – 2019 :

COMPANY SEAL SIGNATURE :

NAME :

DESIGNATION :

DATE :

`83
SCHEDULE – E
ANNEXURE –(iii)
TECHNICAL COMPETANCE

Professional

Sl. Experience
Designation Name Qualification Remarks
No and Details
of Works
carried out

01 PROJECT MANAGER

02 WORKS MANAGER

ENGINEER INCHARGE OF
03
CORRESPONDANCE OFFICE

COMPANY SEAL SIGNATURE :

NAME :

DESIGNATION :

DATE :

`84
SCHEDULE – E
ANNEXURE –(iv)

MAN POWER

THE STAFF THAT WILL BE MADE AVAILABLE FOR THE WORK.

1 No. of Engineering Graduates :

2 No. of Diploma Holders :

3 No. of Skilled Employees : :

4 No. of Unskilled Employees :

COMPANY SEAL SIGNATURE :

NAME :

DESIGNATION :

DATE :

`85
`86
SCHEDULE – F
TENDER FORM
To
The Chief Engineer,
Mettur Thermal Power Station-II,
Mettur Dam-636 406.
Ph: 04298-225451
Fax No.:04298-224413.

Dear Sir,
Having examined the above Specification together with the accompanying
schedules etc., we hereby offer to execute work covered in this specification at the rates
entered in the attached schedule of prices.

We hereby guarantee the particulars entered in the schedules attached to the


Specification.

In accordance with security deposit cum Performance Bank Guarantee clause 8.0,
Section – V, of the Specification we agree to furnish security cum Performance Bank
Guarantee to the extent of 5% of the total value of the contract.

Our company is not a potentially Sick Industrial Company or a Sick Industrial


Company in terms of Section – 23 or Section – 15 of the Sick Industrial Companies
(Special Provisions) Act 1985.

Yours faithfully,

PLACE: SIGNATURE:

DATE : DESIGNATION:

COMPANY SEAL: COMPANY:

`87
SCHEDULE – G
DECLARATI ON FORM
To be signed w ith company seal on letter head and uploaded in the technical
Bid

TENDER ACCEPTANCE LETTER

(To be given on Company Letter Head) Date:

To,

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

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No:------------------------Name of Tender/Work

Dear Sir,

1. I/We have downloaded / obtained the tender document(s) for the above
mentioned „Tender/Work’ from the web site(s) namely:
---------------------------------------------------------------------------------------------------

As per your advertisement, given in the above mentioned website(s).

2. I/We hereby certify that I/We have read the entire terms and conditions of the
tender documents from page No.------ to --------(including all documents like annexure(s),
schedule(s), etc.,) which form part of the contract agreement and I/We shall abide hereby
the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization


too has also been taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender conditions of above mentioned


tender document(s) corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated, then your
department/organization shall without prejudice to any other right or remedy be at liberty
to reject this tender/bid including the forfeiture of the full said earnest money deposit
absolutely.

Yours Faithfully,

(Signature of the bidder, with official Seal)

`88
SCHEDULE – H
QUESTI ONNAI RE
( TO BE UPLOADED ALONG WI TH COMMERCI AL AND TECHNI CAL BI D)

INSTRUCTIONS:
Strike off, whichever is not applicable.
Separate sheets should be used, wherever necessary:
Sl. PARTI CULARS Bidder’s
No. Response
1. Name & Address of the Firm / Company
Registered Office Address
Factory / Works address
Phone No.
Fax No.
E-mail Address
GSTIN No.
PAN No.
2. Name, Designation & Address of the person signing in the
tender
3. EARNEST MONEY DEPOSIT
a) Mode of payment NEFT/RTGS
Rs. /-
b) If PEMD holder, whether Proof for PEMD uploaded YES / NO

c) If exempted,
i) State whether the bidder is Micro / Small /Medium -------------
Enterprises Registered in District Industries Centre / NSIC
ii) State the Validity Period of the Registration -------------

iii) Whether attested documentary evidences towards YES / NO


exemption is uploaded

iv) Whether Undertaking in lieu of EMD exemption is YES / NO


uploaded

v) Whether Attested copies of Financial Statements to


ensure the Status of Micro / Small Enterprises for extending YES / NO
exemption is uploaded.

4. BID QUALIFYING REQUIREMENTS

i) Whether copy of evidence for Manufacturer / Authorized YES / NO


dealer

(if proposed in BQR )

`89
ii) Whether copy of relevant purchase orders for previous YES / NO
experience is uploaded

iii ) Whether copy of Enduser certificate for satisfactory YES / NO


performance of materials supplied is uploaded (if proposed in
BQR)

iv) Whether copy of evidences towards Annual turnover is YES / NO


uploaded

v) Whether all the above documentary evidences are attested YES / NO


by Notary Public / Gazetted officer

5. PRICE

i) Whether the price quoted is FIRM for a period of one year YES / NO
from the date of receipt of Purchase Order.

ii) Whether the following break ups for the quoted Unit Price
(All-inclusive price excluding Sales Tax) have been mentioned
in Schedule-B of the Specification

Basic Price per Unit YES / NO

GST on Basic Price YES / NO

6. PAN Number &GST Number

i) Whether proof of PAN number is uploaded YES / NO

ii) Whether proof of GST number is uploaded YES / NO

iii) Whether proof of EPF is unloaded YES / NO

iv) Whether proof of ESI is uploaded YES / NO

7. COMMERCIAL TERMS

WHETHER YOU ARE AGREEABLE FOR THE FOLLOWING


CLAUSES SPECIFIED IN SECTION III OF TENDER
SPECIFICATION

a) Validity period as per Clause 4.0 of Section V YES / NO

b) Period of contract per Clause 6.0 of Section V YES / NO

c) Security Deposit cum Performance Guarantee as per Clause YES / NO


8.0 of Section V

d) Test Certificate as per clause 10.0 of section VI YES / NO

e) Payment as per Clause 10.0 of Section V YES / NO

`90
f) Guarantee as per clause 10.0 of section VI YES / NO

g) Liquidated damages as per Clause 13.0 of Section V YES / NO

h) Jurisdiction for legal proceedings as per Clause 22.0 of YES / NO


Section V

If, any deviation in Commercial terms and conditions, upload the details of
deviations.

8. Whether necessary Undertaking towards Jurisdiction for Legal YES / NO


Proceedings is Uploaded

9. Whether declaration form as per Schedule G is uploaded in the YES/NO


technical bid
10. Whether Declaration form for Tender acceptance as per YES/NO
Schedule F signed with company Seal on letter head is
uploaded in the technical Bid

11. Whether Declaration on input tax credit (ITC) of GST YES/NO


(Annexure – VI) is uploaded in the Technical bid

SIGNATURE OF THE TENDERER:

DATE: NAME:

PLACE:

STATUS IN THE COMPANY


(Affix seal of the company)
UNDERTAKING

I, , Sole proprietor of M/s. ,


hereby state that the details given in the above Questionnaire A are correct to the
best of my knowledge and I agree to abide by all your tender terms and conditions.

SIGNATURE OF THE TENDERER:


DATE:
NAME:

PLACE:

STATUS I N THE COMPANY


( Affix seal of the company)

`91
ANNEXURE- I

FORMAT FOR UNDERTAKI NG I N LI EU OF PAYMENT OF EMD


(To be furnished in non-judicial stamp paper of value not less than Rs.80.00)

THIS DEED OF UNDERTAKING EXECUTED AT.......................... ON THIS


THE............... DAY OF......................... TWO THOUSAND AND SEVENTEEN BY
M/s................................................................................... Hereafter called "Tenderer"
(Which expression shall where the context so admits mean and include their
Agents, Representatives, Successors-in-office and Assigns).

TO AND IN FAVOUR OF ........................................ THE TAMIL NADU GENERATION &


DISTRIBUTION CORPORATION LIMITED, a Body Corporate incorporated under
Companies Act’ having its office at MTPS-II , Mettur Dam-636406, herein called the
"TANGEDCO" (which expression shall where the context so admits mean and include its
successors in office and Assigns.)

WHEREAS THE tenderer is required to pay Earnest Money Deposit of


Rs.....................for participation in the tender for supply of .................................. in
terms of Specification No...............

AND WHEREAS the tenderer is exempted by the TANGEDCO from payment of EMD
in the form of cash, subject to the tenderer executing an undertaking to the value of
Rs.................. (Rupees …….…..........................................) representing the amount
equivalent to the amount of EMD specified to be paid to the TANGEDCO in the
event of non-fulfillment of breach of any of the conditions of the tender by the
Tenderer as mentioned hereunder.

AND WHEREAS in consideration of the acceptance by the TANGEDCO of the above


proposal, the Tenderer has agreed to pay to the TANGEDCO the said amount of
Rs...................in the event of:
1) Withdrawing his tender before the expiry of validity Period
(OR)
2) Withdrawing his tender after acceptance
(OR)
3) Violating any of the conditions of the tender issued by the
Competent Authority

NOW THIS UNDERTAKING WITNESSES that in pursuance of the said


agreement the Tenderer hereby doth covenant with the TANGEDCO that in consideration
of the "TANGEDCO" waiving the condition of payment of EMD in cash in terms of the
said Specification, the Tenderer has agreed to pay to the TANGEDCO Rs.
...................(Rupees ......................................only) in the event of:

i) Withdrawing his tender before the expiry of validity period.

`92
ii) Withdrawing his tender after acceptance

iii) Violating any of the conditions of the tender issued by the


Competent Authority.

NOW THE CONDITION OF THE above written undertaking is such that if the
tenderer shall duly and faithfully observe and perform the conditions specified as
above, then the above written undertaking shall be void, otherwise it shall remain in
full force.

The tenderer undertakes not to revoke this guarantee till the contract is completed
under the terms of contract.

The expression, ‘ tenderer’ and the ‘ TANGEDCO’ hereinafter before used


shall include their respective successors and assign in office.

IN WITNESS WHEREOF THIRU.................................... acting for and on


behalf of the Tenderer has signed this deed on the day, month and year herein before
first mentioned.

SIGNATURE

NAME IN BLOCK LETTERS

SEAL OF THE COMPANY


IN THE PRESENCE OF WITNESSES:

1) Signature
Name & Address

2) Signature
Name & Address

`93
ANNEXURE - I I

(In Non-Judicial Stamp Paper of value not less than Rs.80)

FORMAT FOR UNDERTAKI NG TOWARDS PAYMENT OF DUES TO TANGEDCO

THIS DEED OF UNDERTAKING EXECUTED AT ……………. ON THIS THE

………………………………Day of…………………………By Messrs…………………………..

Hereinafter called the “ TENDERER” (Which expression where the context so admits
mean and include their agents, Representatives, Successors – in – office and Assigns).

TO AND IN FAVOUR OF

“The TANGEDCO a company registered under the provisions of the Companies


Act, 1956”, having its office at 144, Anna Salai, Chennai – 600 002, herein after called
the “CORPORATION” (Which expression shall where the context so admits mean and
include the successors – in – office and assigns).

WHEAREAS the TANGEDCO has called for an undertaking from the Tenderer
empowering the TANGEDCO to recover the dues if any.

NOW THIS UNDERTAKING WITNESSETH the TANGEDCO is empowered to recover


any dues against this contract in any bills / security deposit / E.M.D due to the
Tenderer either in this contract or any other contracts with the TANGEDCO. Further,
the Tenderer hereby authorizes the TANGEDCO to recover, any dues against any
other contract of the Tenderer with the TANGEDCO with the available amount due to
the Tenderer against this contract.

IN WITNESS WHERE OFThiru………………………………………………acting for and on


behalf of the Tenderer has signed this deed on the day, month and year herein before
first mentioned.

COMPANY SEAL SIGNATURE OF THE TENDERER.

NAME:

DESIGNATION:

DATE:

`94
ANNEXURE - I I I

(In Non-Judicial Stamp Paper of value not less than Rs.80)

FORMAT FOR UNDERTAKI NG FOR LEGAL PROCEEDI NGS JURI SDI CTI ON

THIS DEED OF UNDERTAKING EXECUTED AT ………………….. ON THIS THE


…………………………Day of ………………………… By Messrs……………………………………..

Hereinafter called the “ TENDERER” (Which expression where the context so admits
mean and include their agents, Representatives, Successors – in – office and Assigns).

TO AND IN FAVOUR OF

“The TANGEDCO a company registered under the provisions of the Companies


Act, 1956” having its office at 144, Anna Salai, Chennai – 600 002, herein after called
the “CORPORATION”” (Which expression shall where the context so admits mean and
include the successors – in – office and assigns).

WHEAREAS the TANGEDCO has called for acceptance of jurisdiction of legal


proceedings.

NOW THIS UNDERTAKING WITNESSETH that no suit are any proceedings in regard in
any matter arising in any respect under this contract shall be instituted in any court,
save in appropriate Civil court of Chennai are the court of small causes Chennai. If it is
agreed that no other court shall have the jurisdiction to entertain any suit or
proceedings, even though, part of the cause of action might arise with in the
jurisdiction of any of the courts in Tamilnadu and not in the courts in Chennai City,
then it is agreed between parties that such suits or proceedings shall be instituted in
court within Tamilnadu and no other court outside Tamilnadu shall have jurisdiction,
even though any part of the cause of action might arise.

IN WITNESS WHERE OFThiru …………………………………………acting for and on behalf of


the Tenderer has signed this deed on the day, month and year herein before first
mentioned.

COMPANY SEAL SIGNATURE OF THE TENDERER.

NAME:

DESIGNATION:

DATE:

`95
ANNEXURE- I V
(In Non-Judicial Stamp Paper of value not less than Rs.80)
FORMAT FOR BANK GUARANTEE TOWARDS SECURI TY DEPOSI T CUM
PERFORMANCE GUARANTEE.

THIS DEED OF GUARANTEE made this ………………….. day of ………………. Two


thousand and sixteen by the bank of …………………….. ( here in after called ‘ the bank’) to
and in favour of TANGEDCO LIMITED a body corporate incorporated under the Company’s
act 1956 having its office at 144, Anna Salai, Chennai–600002, represented by the Chief
Engineer/MTPS-II, Mettur Dam (herein after called „the TANGEDCO’).

WHEREAS M/s. ………………………………….. (herein after called „ the contractor’)


have by virtue of the contract entered into with the TANGEDCO as per
PO.No…………..dated, the …………………… agreed with the TANGEDCO to execute
………………. In accordance with the terms and conditions contained therein.

AND WHEREAS in accordance with the terms of the contract the Contractor has to
furnish a Bank Guarantee From ‘ a’ nationalized bank for a sum of Rs………………….(
Rupees ……………………………………………only) equivalent to 5% of the contract for the
satisfactory performance of the said contract.

AND WHEREAS THE BANK has, at the request of the contractor, agreed to
guarantee the payment of the said sum in case the contract is not performed in
accordance with the specifications indicated in the terms and conditions contained in
PO.No………………. dated …………………. Or in the letter dated.

FOR THIS DEED WITNESS AS FOLLOWS

1) In consideration of the TANGEDCO having agreed to accept the Bank guarantee


from a nationalized Bank towards the satisfactory performance of the execution of work
for a sum equivalent to Rs………………(Rupees …………………………………… only) the Bank
do hereby guarantee that if the work executed/materials supplied by the contractor fails in
performance in accordance with the specifications and conditions of the contract as
subsequently amended, the bank shall pay forthwith merely on demand without any
demur to the TANGEDCO such amount or amounts, as the Bank may be called upon to
pay by the TANGEDCO.

Provided that the liability of the Bank under this deed shall not at any time exceed
the said sum of Rs…………….(Rupees……………………………………….. …………… only).

PROVIDED further that the guarantee hereunder furnished shall be released as


soon as the work executed/materials supplied by the contractor have performed to the
satisfaction of the TANGEDCO in accordance with the terms of the contract and a
certificate to that effect is issued by the TANGEDCO.

2) The Bank further undertakes to indemnify the TANGEDCO against any loss or
damage that may be caused or suffered by the TANGEDCO by reason of any breach of the
terms and conditions in the said PO.No. ……………. Dated……………..

`96
3) The guarantee here in contained shall remain in force with the terms and
conditions of the PO…………………….. dated ……………… have been fully and properly
carried out by the said contractor and in any case, the guarantee shall not hold good after
the ………………………………

4) The Bank further agrees with the TANGEDCO that the TANGEDCO shall have
the fullest liberty ( without the consent of the Bank and without affecting in any manner
the obligations of the Bank here under) to very any of the terms and conditions of the
contract or to be extend the time of performance by the said contractor from time to time
or to postpone from time to time any of the powers exercisable by the TANGEDCO against
the said contractor and forgo or to enforce any of the terms and conditions relating to the
said contract and the Bank shall not be relieved of their liability by the reason of any such
variations or extension being granted to the said contractor or by reason of any for
bevelant act or omission on the part of the TANGEDCO of any indulgence by the
TANGEDCO to the said contractor or by any such matter or thing what-so-ever which
under the law relating to sureties would but for these provision have the effect of so
relieving the Bank.

Any account settled between the TANGEDCO and the contractor shall be the
conclusive evidence against the bank for the amount due and shall not be questioned by
the Bank.

The expressions „Bank’ „Contractor’ and „the TANGEDCO’ herein before used shall include
their respective successors and assigns.

IN WITNESS WHERE OF THIRU…………………………………………………………

Acting for and on behalf of the Bank has signed this deed on the day, month and year first
above written.

Signature with seal of the Bank

(Name in Block letters)

Witnesses:

1.

2.

( Name in Block letters and address)

`97
ANNEXURE - V
PROFORMA OF CONTRACT AGREEMENT
(To be on stamp paper in accordance with Stamp Act)
This Agreement made this ________________ day of ____________________ two
thousand _______________ Between Tamil nadu Generation and Distribution Corporation
Limited. (TANGEDCO LIMITED) registered in India, under the Companies Act 1956, having
its registered office at 144, Anna Salai, Chennai – 600 002 (hereinafter referred to a
Owner or TANGEDCO LIMITED which expression shall include its administrators,
executors, assigns) or the one par and _________________________________________

a company incorporated under the Companies Act, 1956 having its registered office at

__________________________________________ (hereinafter referred to as the


“Contractor” or __________________________________”X”

______________________________________ (brief name of contracting company),


which expression shall include its administrators, successors, executors and permitted
assigns) of the other part.

WHEREAS TANGEDCO LIMITED has proposed to award contract to


and called for national competitive bidding against tender specifications:-

AND WHEREAS ______________________________”X” (Name of the Company with full


address) had participated in the above referred bidding vide their proposal No.
______________ dated __________________ And awarded, the Contract No.

_______________________ “X” ________________ on terms and conditions contained in


its letter of intent No ____________________ therein, which have been accepted by

______________________ “X” ______________________ resulting into a “Contract”.

NOW THEREFORE THIS DEED WITNESSETH AS UNDER

1.0 AWARD OF CONTRACT


1.1 TANGEDCO LIMITED has awarded the Contract to
___________________________”X” ____________________ for the work of one the
terms and conditions contained in its Letter of Award No. ___________________ dated

__________________ and the documents referred to therein. The award has taken effect
from ________________________. The terms and expressions used in this Agreement
shall have the same meaning as are assigned to them in the “Contract Documents”
referred to in the succeeding Article.
2.0 CONTRACT DOCUMENTS
2.1 The Contract shall be performed strictly as per the terms and conditions
stipulated herein and in the following documents attached herewith (hereinafter referred
to as “Contract Documents”).
i. TANGEDCO LIMITED’s Tender Specification No._________________ consisting
of National Competitive Bidding (ICB), Instructions to Bidders, General Terms

`98
and Conditions of Contract and all other sections entitled “Conditions of
Contract” including all amendments/clarifications issued vide its letter(s) No.(s)
dated ___________________ .
ii. The Offer of M/s.___________________________________________
iii. Agreed minutes of the meeting held on ________________________ between
TANGEDCO LIMITED and ________________________.
iv. TANGEDCO LIMITED’s Letter of Intent No.___________
Dated:_________________.

2.2 All the aforesaid Contract Documents shall form an integral part of this
Agreement, in so far as the same or any part thereof conform to the tender
specification and what has been specifically agreed to by the owner in its letter of
intent. Any matter inconsistent therewith, contrary or repugnant thereto or any
deviations taken by the Contractor in its “Proposal” but not agreed to specifically
by the owner in its letter of intent shall be deemed to have been withdrawn by
the Contractor. For the sake of brevity, the Agreement along with its aforesaid
Contract Documents shall be referred to as the „Agreement’.

3.0 CONDITIONS & CONVENANTS

3.1 The Scope of Contract, Consideration, Terms of Payment, Price Adjustment,


Taxes wherever applicable, Liquidated Damages and all other terms and
conditions are contained in TANGEDCO LIMITED’s Letter of intent
No.___________
Date________________read in conjunction with other aforesaid Contract
Documents. The Contract shall be duly performed by the Contractor strictly and
faithfully in accordance with the terms of the Agreement.
3.2 The scope of work shall also include supply of all consumables and the electrical
& mechanical spares, covered with contractor’s scope.
3.3 Time Schedule.
3.4 Time is the essence of the contract and schedule shall be strictly adhered to The
Contractor shall perform the work in accordance with the agreed schedule as
given
in the tender specification for a period of three years from the date of taking over
of the plant.
3.5 The Contractor agrees to operate and maintain the the new interlinking
conveyors Systemas per the conditions specified in the tender specification
No._____________.
3.6 The contractor agrees to handle a minimum guaranteed coal quantity as per the
conditions specified in the tender specification No._____________.
3.7 The Contractor agrees to the payment conditions specified in the tender
specification.
3.8 The contractor agrees to submit within 30 days of signing of this contract. 1)
Security deposit for contract Performance Guarantee (5% value of total contract)
which will be valid till completion of contract period.
3.9 It is further agreed by the Contractor that the Contract Performance Guarantee

`99
shall in no way be construed to limit or restrict the owners right to recover the
damages/compensation due to short-fall in the new interlinking conveyor system
or under any other clause of the Agreement. The amount or
damages/compensation shall be recoverable either by way of deduction from the
Contract Price, Bank guarantee in lieu of security deposit.
The Bank guarantee in lieu of security deposit to be furnished by the Contractor
shall be irrevocable and unconditional and the owner shall have the powers to
invoke it notwithstanding any dispute or difference between the owner and the
Contractor.
It is expressly understood and agreed by and between the contractor and the
owner that the owner is entering into this agreement solely on its own behalf and
not on behalf of any other person or entity. In particular, it is expressly understood
and agreed that the Government of India is not a party to this agreement and has
no liabilities, obligations or rights here under. It is expressly understood and
agreed that the owner is an independent legal entity with power and authority to
enter into Contracts solely on its own behalf under applicable laws of India and the
general principles of Contract Law. The Contractor expressly agrees, acknowledges
and understands that the owner is not an agent, representative or delegate of the
Government of India. It is further understood and agreed that the Government of
India is not and shall not be liable for any acts, commissions, breaches of other
wrongs arising out of the Contract.

This Agreement constitutes, full and complete understanding between the parties
and terms of the presents. It shall supersede all prior correspondence to the extent
of inconsistency or repugnance to the terms and conditions contained in the
Agreement. Any modification of the Agreement shall be effected only be a written
instrument signed by the authorized representative of both the parties.

NOTICE OF DEFAULT

Notice of default given by either party to the other party under Agreement shall be
in writing and shall be deemed to have been duly and properly served upon the
parties hereto if delivered against acknowledgement or by telex or by registered
mail or fax due addressed to the signatories at the addresses mentioned herein
above.

IN WITNESS WHERE OF, the parties through their duly authorized representatives
have executed these presents (execution whereof has been approved by the competent
authorities of both the parties) on the day, month and year first above mentioned at
Chennai.

(Contractor’s Signature) (Owner’s Signature)

(Printed Name) (printed Name)

`100
(Designation) (Designation)

(Company’s Stamp) (Company’s Stamp)

WITNESS

1. _______________

2. _______________

`101
ANNEXURE- VI
Declaration to be submitted by the bidders in NJS paper of value not lessthan Rs.80/-
(To be submitted by the bidder along with Technical Bid)
To

The Chief Engineer (concerned),


TANGEDCO.

We hereby declare and confirm that we are registered vendor under GST Acthaving
GSTIN in State of Our applicable GST___________________
for the above reference job is under code_____________________. We hereby declare
and confirm that we are unregistered vendor under GSTAct being turnover is less than
Rs.Lakhs (being threshold limit) perannum. (For unregistered vendor, the vendor has to
submit an affidavit in theenclosed format).
We hereby declare and confirm that we are registered vendor undercomposite
scheme having GSTIN.

We are aware that as per sec 171 of CGST Act, any reduction in rate of tax onany
supply of goods or services or the benefit of input tax credit should be passedon to
TANGEDCO by way of commensurate reduction in prices and as such wehereby declare
that we are extending of____________________ % as rebate in my awarded priceagainst
input tax credit benefit.

We hereby declare that we do not have any input tax credit benefit onaccount of
GST applicable against this job. If it is established that we have availedinput tax credit
benefit against this job, the differential tax benefit will be returned toTANGEDCO failing
which TANGEDCO may take appropriate action.

Signature of bidder with Company


Seal.

Note:

Bidder may strike out the para not applicable

`102
ANNEXURE- VI I
MI NI MUM STAFF TO BE MAI NTAI NED

( I ) Minimum Staff to be maintained for Operation and Maintenances of Coal


Handling Systems excluding Loco Operation and Maintenance

Sl.No Designation No. of No. of


persons to persons to
be engaged be engaged
1) Technical Assistant 4 Nos. 3 Nos.
(Grade – I – B.E. Holders)
2) Technical Assistant 46 Nos. 39 Nos.
(Grade – II – Diploma holder)
3) Technical Assistant 36 Nos. 30 Nos.
(Grade – III – I.T.I. holder)
4) Mazdoor Gr-I 317 Nos. 264 Nos.
5) Mazdoor Gr-II 29 Nos. 24 Nos.
6) Electrician 5 Nos. 5 Nos.
7) Fitters 7 Nos. 6 Nos.
8) Welders 1 Nos. 1 Nos.
9) Skilled Workers 20 Nos. 20 Nos.

Note:
The contractor shall maintain the above mentioned minimum staff toensure
minimum Coal Handling Plant availability at 80%. If the above System is not able
to be maintained by the contractor, due to the reasonssolely attributable to the
contractor, recovery shall be made fromthe contractor’s bills at the following
rates:-
i) Technical Assistant - Grade – I - Rs.800.80 per shift
ii) Technical Assistant - Grade – II - Rs.721.60 per shift
iii) Technical Assistant - Grade - III - Rs.610.50 per shift
iv) Electrician, Fitters, Welders, Skilled Workers - Rs.551.10 per shift
v) Helpers - Rs.390.50 per shift

`103
( I I ) Minimum Staff to be Maintained for Loco Operation and Maintenance

Sl No Designation No. of persons to be


engaged
1) Fitter Grade for Loco Operations and 44 Nos.
Maintenance for WT-5 & 6 Operations.
Loco Operation Per Shift per
Wagon Tippler
Fitter I Gr (Shunting 1 No
Jamadhar)
Fitter I Gr 2 Nos.
(Pointsman/Signaling )
Fitter I Gr 2 Nos.
(Pointsman/Coupling &
Decoupling)
Fitter I Gr (Loco Driver) 2 Nos.
Per Shift for 1 WT 7 Nos.
For 3 Shifts in a Day 21 Nos.
For 2 Wagon tipplers in 42 Nos.
day
Loco Maintenance per day
Fitter I Grade 2 Nos.
For both Loco operation and
maintenance in a Day = 42 + 2
= 44 Nos.
Note:
In case of any delay in unloading of Coal from the railway wagons over thetime
allowed by Railways due to the reasons solely attributable to thecontractor for any
shortfall in minimum labour, recovery shall be made fromthe contractor’s bills at
the following rates:-
Fitter I Gr - Rs.576.00 per shift
Sd/ dt. 20-06-2020.
CE/MTPS-II

`104
ANNEXURE- VI I I
UNDERTAKI NG( Remittance of EPF & ESI )
(The undertaking should be submitted by the contractors in 80 rupees stamp paper for the
respective works while claiming the part/final bills)

Nature of the work:

Order No.

1) I/we hereby state that, the EPF & ESI employee and employer contribution has
been remitted for all the workers engaged for execution of the respective
contracts.
2) I/we hereby state that, there are no EPF & ESI dues to be remitted in respect of
the period of execution of the respective contracts, and in case, if there is any
shortfall of discharging the EPF & ESI obligations on our part (contractor) at later
date, TANGEDCO/TANTRANSCO shall not be responsible for the consequent
Legal/Financial obligations.

Authorised Signatory
(Contractor)
With Seal
Date:
Place:

`105
Length of Conveyors to be maintained in CHP/ MTPS- I I

Sl. Length
Description
No. (Metres)

1 Conveyor # 1 A/1 B 134.830

2 Conveyor # 2 A/2 B 1109.440

3 Conveyor # 3 A/3 B 526.600

4 Conveyor #4 A/4 B 430.060

5 Conveyor #5A/5B 377.80

6 Conveyor #6A/6 B 437.682

7 Conveyor #7 1201.774

8 Conveyor #8A/8B 282.802

9 Conveyor #9 1548.891

10 Conveyor #10A/10 B 480.308

11 Conveyor #11A/11B 333.636

12 Conveyor #12A/12B 1058.660

13 Conveyor #13A/13B 293.12

14 Conveyor # 14 211.909

15 Conveyor # 15 271.099

16 Reversible Belt Feeder 1 to 490.000

16 & Belt Feeder1 to 7

17 Bunker sealing 200.000

Total 9,388.57

`106
`107
Signature Not Verified
Digitally signed by M ARUL
Date: 2020.06.20 16:51:04 IST
Location: Tamil Nadu-TN

You might also like