You are on page 1of 9

DAMODAR VALLEY CORPORATION Tel No.

: 0341-2374553
(ESTABLISHED BY THE ACT XIV OF 1948)
DSTPS Fax No. : 0341-2374338
P.O:ANDAL-713321, DIST: BURDWAN

WORK ORDER

NO : DVC/Contract/DSTPS/Electrical Maint.- 1/C&M Purchase & Contract/Works and Service/00040


Dated 08/03/2021

To
M/s AKA Logistics Pvt. Ltd VENDOR'S
Chitrakoot Building, 1st Floor; 230A, A.J.C. Bose TELEPHONE: 03330293100
Road,Kolkata-700020(West Bengal) Kolkata Pincode:
700020
City: Kolkata
PIN: 700020
FAX: 03330293100

PAN No: E-Mail: info@akalogistics.com


GST No: 20AADCC4844N1ZO

Sub: Rate contract for 02 years for Electrical O&M Support service in Shift Operation,
Upkeepment & Supervision, Preventive Maintenance including Opportunity based
Shutdown/Breakdown Maintenance and overhauling of Electrical equipment and
systems of Inside Power House, Compressor House and Fuel Oil un-loading &
forwarding pump house, DG Room, Technical Building etc. of 2x500MW DSTPS,
DVC, Andal
Ref: i) Tender Enquiry No : DVC/Tender/DSTPS/Electrical Maint.- 1/C&M Purchase & Contract/Works
and Service/00038 Dated 06/01/2021
ii)Your Quotation No: AKALPL/DSTPS/EM/2020-21 Dated 08/02/2021

Dear Sirs,
With reference to above, Damodar Valley Corporation is pleased to place order on you for "Rate contract for 02
years for Electrical O&M Support service in Shift Operation, Upkeepment & Supervision, Preventive
Maintenance including Opportunity based Shutdown/Breakdown Maintenance and overhauling of
Electrical equipment and systems of Inside Power House, Compressor House and Fuel Oil un-loading &
forwarding pump house, DG Room, Technical Building etc. of 2x500MW DSTPS, DVC, Andal" as per
description of work, scope of work, quantity, rate, Total Amount and Terms & Conditions as stated herein below:

DESCRIPTION OF WORK
Sl. Task Code Task Description Frequency UOM Rate Total Basic Completion
No. (Rs.) Price(Rs.) Period (Days)

1 DSTPS/E/ISY/ Engagement of Site-in- 24.000 MON 28900.05 693601.3 730


01/001 Charge on regular basis TH 73 7
throughout the period of the
Contract.
2 DSTPS/ELE- Availability of Maintenance 24.000 MON 328522.3 7884536. 730
IPH/MAINPA groups alongwith all TH 655 77
CK/02 necessary resources/T&P

Page 1 of 9
Sl. Task Code Task Description Frequency UOM Rate Total Basic Completion
No. (Rs.) Price(Rs.) Period (Days)

(through out the period of


Contract on regular basis) and
engagement at Power Plant to
attend urgent & emergent
requirements in respect of
Electrical Equipment &
Systems of areas under the
scope of this contract within
specified minimum response
time. Apart from Emergency
Call service, the scope shall
also include Routine Checks,
Monitoring, Up-keep,
Routine/Preventive
maintenance
(daily/weekly/quarterly/half-
yearly) and Troubleshooting,
Breakdown maintenance,
Condition Monitoring
support, assistance during
important Unit activities viz.
Boiler Lit-up,
Synchronisation,
commissioning after Unit
Overhauling etc.
3 DVC/SHIFT Electrical Shift Maintenance 2190.000 SHIFT 1594.319 3491560. 730
MAINTENAN for Main Plant Area of 9 56
CE 2x500MW Thermal Power
Generating Unit : Round the
clock Shift Maintenanc (in 3
shifts a day) to DVC Shift
personnel in undertaking
Electrical operation activities
including supervision and
troubleshooting & minor
maintenance works related to
Electrical equipments &
systems under scope of
Contract in Shift Operation.

SCOPE OF WORK
1. a. As per Attachment [SOW-Annexure-I]

OPTIONAL WORKS

Sl. Task Code Task Description Frequency UOM Rate Total Basic Completion
No. (Rs.) Price(Rs.) Period (Days)

1 MCC/DC Shutdown Maintenance, 32.0000 NO 5839.738 186871.6 730


board/maint. Servicing & overhauling of 2 2
MCC/PCC/PMCC/DC
Distribution Boards
alongwith all its
modules/Circuit Breaker
2 HT motor HT Motor of rating ¡Ü 20.0000 NO 6604.626 132092.5 730
bearing 1000KW: Replacement of 2 2
replacement bearing of each side

Page 2 of 9
Sl. Task Code Task Description Frequency UOM Rate Total Basic Completion
No. (Rs.) Price(Rs.) Period (Days)

3 HT motor BRG HT Motor of rating ¡Ý 2.0000 NO 12441.47 24882.95 730


replacement 1000KW: Replacement of 47
bearing of each side
4 DSTPS/ELE- Oil Filtration including 20000.00 LT. 4.5381 90761.73 730
IPH/MAINPAC supply/arrangement of Filter 00
K/48 machine.
5 DVC/HT Shutdown Maintenance, 12.0000 NO 13369.16 160430.0 730
BREAKER Servicing & overhauling of 65 0
MAINTENAN HT (11/3.3KV) Switch Board
CE along with all its VCBs, Line
& Bus PT
6 DVC/GT Shutdown Maintenance, 2.0000 NO 14738.06 29476.13 730
BUSDUCT Servicing & overhauling of 59
Generator Bus Duct,Bus duct
Bellows
7 DVC/BRAZIN Brazing & soldering of HT 20.0000 NO 1701.806 34036.12 730
G Terminal 2
8 Painting/OPH Painting 200.0000 Sqm 78.7817 15756.35 730
9 MANPOWER MANPOWER 120.0000 MD 977.7408 117328.8 730
ASSISTANCE ASSISTANCE (Skilled) 9
(Skilled)
10 MANPOWER MANPOWER 200.0000 MD 744.4121 148882.4 730
ASSISTANCE( ASSISTANCE (Un-skilled) 3
Un-skilled)
11 Boiler lift Engagement of boiler lift 180.0000 MD 837.7758 150799.6 730
operator operator 5

Total Basic Price of all Tasks:- Rs.13161017.11 (Rs. One Crore Thirty-One Lakh Sixty-One Thousand
Seventeen and Paise Eleven Only)

TERMS AND CONDITIONS

1.0 PRICE BASIS:Rate shall be variable as per PV


Clause.
2.0 COMMERCIAL TERMS: Taxes and Duties will be paid extra as applicable as per the prevailing rates and
other charges as follows :

Commercial Terms Description Task Description

GST @18 (Present applicable rate 18% ) For All Tasks

Page 3 of 9
3.0 PAYMENT TERMS:

Payment Terms Description Task Description

90% progressive payment with all taxes & duties For All Tasks
shall be made through RTGS/NEFT within 15
working days against submission of monthly RA bills
in triplicate, pre receipted in original copy after
statutory deduction as applicable subject to
satisfactory completion of the job duly certified by
the Engineer-in-charge and acceptance of SDPG and
execution of the agreement.
Balance 10% will be paid after completion of the
contract against presentation of bills.

4.0 LD CLAUSE AND RISK PURCHASE CLAUSE:


(i) DVC reserves the right to recover a sum equivalent to 0.5% of the delayed work for each week of delay
or part thereof subject to maximum of 5% of the total value of the order as Liquidated Damage due to
delay in completion of work attributable to the contractor.
(ii) Alternatively, the Purchaser reserves the right to purchase/outsourced the material/spares/equipment/
works /service from elsewhere at the sole risk and cost of the Vendor and recover all such extra cost
incurred by the Purchaser in procuring the material/ works/service by the above procedure.
(iii) Alternatively, the Purchaser may cancel the Order/contract completely or partly without prejudice to
his right under the alternatives mentioned above.
(iv) In the event of recourse to alternative (ii) and (iii) above, the Purchaser will have the right to re-
purchase/ outsource the stores/works & service, to meet urgency in requirement caused by Vendor(s)
failure to comply with the schedule of delivery/ completion of the work, irrespective of the fact whether
the materials/equipments/works/service are similar or not.
Contract Period : 730 days from the date of commencement of work.
5.0

6.0 Paying Authority Details:

Type Material/Task Code Location Designation

Task For All Tasks DSTPS Deputy General Manager

7.0 SITE MOBILIZATION


Date of Induction of MC/RC will be decided by DVC depending upon the site situation & the firm will be
intimated accordingly well in advance. The decision of DVC will be final in this regard and this will be
binding for the firm.
a) The contractor shall complete site mobilization within a period of maximum 07 (seven) days from the
date of placement of LOA / LOI/ Work Order or intimation from the Engineer-In-Charge.
b) If the contractor fails to mobilize the site completely within seven days, the expenditure for the period of
delay in mobilization beyond seven days towards engaging the existing contractor or alternative agency to
carry out the contract jobs during that period shall be borne by the contractor. The expenditure thus
incurred shall be recovered from the Running Bill/Bills of the contractor as per decision of DSTPS, DVC,
Authority.
d) No advance payment towards mobilization will be provided by DVC.

8.0 CONTROLLING OFFICER (ENGINEER IN CHARGE):


DCE (E), IPH, DSTPS, DVC .
9.0 PERIOD OF CONTRACT:
Two (02) year from the date of commencement of work with the same Rate, Terms & Conditions subject
to satisfactory performance of the contractor and solely on the discretion of DVC.

Page 4 of 9
10.0 PAYMENT THROUGH RTGS/NEFT:
All payments to the vendors will be released through RTGS/NEFT only. Vendors are requested to submit
the requisite bank details as per annexure attached in NIT. The contractor/vendor shall furnish the
certificate that there has been no reduction in the price, to the Paying Authority along with each invoice/bill
.
11.0 CONTINGENCY:
Contractor must possess sufficient fund to pay the workers when bills are not paid/passed for reasons
whatsoever for at least two months.
12.0 AGREEMENT:
On receipt of a LOA / LOI / WO for ARC the successful contractor shall have to execute a contract
agreement (5 copies) in the prescribed DVC format on a non-judicial stamp paper of appropriate value
duly filled in all respect to the order issuing authority/C&M Section for acceptance before commencement
of works/ Services as applicable failing which no payment will be made to the contractor
13.0 PERFORMANCE GUARANTEE/DEFECT LIABILITY:
The contractor shall stand guaranteed against defects attributable to faulty workmanship or procedure
adopted in the total work for items covered in the contract for a period of six (06) months from the date of
re-commissioning of the set after completion of the mentioned work. The guarantee covers all defects
notified during this period and shall have to be attended to free of cost immediately or at the time DVC is
able to give shut down of the set. In case of failure to do so, DVC shall arrange to attend the defects and
the charges shall be levied to the account of the contractor and shall be recoverable from the contractor¿s
bill.

Page 5 of 9
14.0 PENALTY CLAUSE:
Penalty Clause: The following penalty clauses shall be applicable in the rate contract for reasons not
attributable to DVC.

SL.NO. DESCRIPTION Completion period in Days Penalty for delay/day


(Rs.)

1.0 Non-engagement of site in-charge - 1500 per day

2.0 Failure to provide manpower support required


to attend 07(Seven) jobs simultaneously as
stated under scope of work, Sl. No:B. - 3000/- per job per
day

3.0 Failure to carry out three nos. actuator related job


simultaneously under scope of work, Sl. No: B.3. - 500/ job / hour

4.0 Failure to provide manpower support required to


attend 04(Four) jobs simultaneously as stated under
scope of work, Sl. No: D. - 2000/- per job per
day

6.0 Absence of Vehicle - 1000 per day

8.0 Failure to mobilise manpower & start work within


30 minutes from job intimation under scope of work, Sl. No: B.. -1000/- per job per
hour.
9.0 Failure to complete work within stipulated completion
time specifically mentioned under scope of work for
optional and mutually agreed timeframe for other jobs
(Decision of EIC is Final in this regard). As stated in Scope of work 2000/-
per job per day

10.0 Failure to provide manpower & start work within stipulated


time frame as stated in scope of work D.8, D.9 & D.10. - On prorata basis per day
till 2 times the value of the particular work

.
11.0 Failure to provide required Tools and consumables
as mentioned in Annexure-III 500/- per item on each
instance.

12.0 In case of failure to execute any part of work as


mentioned in scope of work in stipulated time
frame, DVC may engage other party to carry
out the job on urgent basis. The decision of
DVC is final in this regard. - 1.5 times of cost
incurred.

Page 6 of 9
15.0 SUBLETTING:
The Vendor shall not sub-let or assign any part of this contract to any other vendor/agency without the
prior written consent of the Purchaser / owner. Such assignments or sub-letting or transfer shall not relieve
the Vendor from any obligation, duty and responsibility under this contract. Any assignment, transfer or
subletting without the prior written approval of the Owner shall be void. The Purchaser / owner shall have
the right to cancel the order/contract and to purchase the services from elsewhere and the vendor shall be
liable to the Purchaser / owner for any loss or damage which the Purchaser / owner may sustain in
consequence or arising out of such purchase and the Vendor shall indemnify such loss or damage to the
Owner
16.0 BASIS OF PRICE & PRICE VARIATION CLAUSE :
The awarded price to bidder shall be subject to adjustment during pendency of the contract to reflect
changes in the cost of Skilled/ Unskilled labour in accordance with the procedure specified below (PVC for
Labour Cost). The rate shall be inclusive of all taxes & stationary charges as applicable but excluding of
GST. GST as & if applicable shall be paid extra as per GOI rules.

The detailed PV Clause is given below:


Escalated Amount( i.e. Additional amount payable/receivable under PVC): W= W1-W0,

W1 = W0 [ 0.10 +0.90 x (L1 / L0 ) ]

Where,

W0= Base Contract price


L1 = Minimum Labour wage of Current Period
L0 = Minimum Labour wage on the date of 11.02.2021 (i.e. Techno-commercial Bid opening).

0.10 & 0.90 are Fraction of Fixed cost and Variable cost respectively with respect to the Base Price.
i). L0= Basic +VDA+ Bonus @8.33 %( Basic +VDA)+EPF+ESI as on the date of 11.02.2021 (i.e.
Techno-commercial Bid opening).
ii). LI= Basic +VDA+ Bonus @8.33 %( Basic +VDA) +EPF+ESI as on the current period.
iii) LI/LO will be calculated both for Skilled labours & Unskilled labours separately in each occasion and
minimum of the LI/L0 so calculated to be considered in PV formula.
iv) For calculation of increase/decrease (W), Minimum central wage (LI, L0) for skilled & unskilled
labours are to be considered as per circular of DVC HR .
v) The Escalation shall be applied both way i.e. +Ve o r-Ve.
.

17.0 EPF/ESIC :
Compliance of EPF & ESI scheme for the workers engaged by the Contractor shall be applicable as per
rules. EPF & ESI provision shall have to be made by the contractor as per prevailing rules and the same to
be in force from time to time during the tenure of the contract. The liability to comply with all related
formalities shall rest upon the contractor
18.0 SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE:
a) The successful bidder will have to deposit as security, for satisfactory execution of the order, and for
guaranteed performance of the executed works or services for an amount equivalent to 10% of the ordered
value in the form of Bank Guarantee (as per DVC format) within 30 days from the date of issuance of
Work Order, from any Nationalized / Scheduled Bank and it should have validity initially for 24 months
from the date of execution of BG plus 6 months claim period thereafter.
b) The said BG should be extended suitably covering the entire Guarantee/ warranty(defect liability)/
extension period (If applicable) plus 6 months claim period after completion of work. The amount so
accepted as SD to be refunded to the bidder after completion of Contract period/ G/W period /Extension
period (If applicable) as mentioned in the contract. No payment, whatsoever will be made till the
acceptance of SDBG as per the terms of the contract. In case banks refuse to issue BGs having Claim
Period separately, the validity period of those BGs may be taken as warranty period (defect liability) plus
six months.

19.0 TAXES & DUTIES:


GST, as admissible, will be paid by DVC as per Govt. of India rule against submission of GST
Registration Certificate.

Page 7 of 9
20.0 SAFETY ASPECTS TO BE COMPLIED:
Job safety analysis is to be carried before start of any work((As per clause no. 31 of GCC, DVC) and have
attached along with this NIT
21.0 CANCELLATION/SHORT CLOSER :
The Contract may be terminated as per the following DVC¿s GCC guidelines:
DVC may terminate/Short close the contract, by not less than 30 days written Notice to the bidder, to be
given after occurrence any of the events specified in the Sl. No. (a) to (e) of this clause and 60 days in the
case of the event referred to Sl. No. (g), (h) & (f) below.
a) The bidder fails to comply with any of the terms of the order or the bidder do not remedy a failure in the
performance of their obligation under the contract, within 30 (Thirty) days after being notified or within
any further period as the owner may have subsequently approved in writing.
b) The bidder becomes bankrupt or goes into liquidation.
c) If as a result of Force Majeure, the bidder is unable to execute the job for a period of not less than 60
days.
d) If the bidder, in the judgment of the owner has engaged in corrupt or fraudulent practices in competing
or in executing the contract. For the purpose of this clause :
e) 'Corrupt Practice'means the offering, giving, receiving or soliciting of anything of value to influence
the action of a public official in the selection process or in contract execution.
f) 'Fraudulent Practice' means a misrepresentation of facts in order to influence a selection process or the
execution of a contract to the detriment of the owner.
g) The bidder is otherwise precluded from complying with any of the terms of the order on account of any
directives of any lawful authority.
h) If the owner, at its sole discretion, decides to terminate this contract.

22.0 PAYING AUTHORITY: Deputy General Manager, DSTPS, P.O:ANDAL-713321, DIST: BURDWAN.
DVC GST No: 19AABCD0541M1ZO

23.0 CORRESPONDENCE:

All Correspondence Regarding Technical Aspects : DCE( E), IPH


All Correspondence Regarding Commercial Aspects : DCE( E),C&M
All Correspondence Regarding Form 'C'/Payment Queries : DGM( F ), DSTPS
24.0 SETTLEMENT OF DISPUTES AND ARBITRATION : It will be guided as per Clause No. 33 of GCC.
25.0 OUR BANKER :
Bank of India,Andal Branch,Andal More, Dist-Burdwan,Pincode:713321,IFSC Code: BKID0004306.
26.0 OTHER TERMS AND CONDITIONS :
26.1 Terms & Conditions- As per Annexure- IV

27.0 ACCEPTANCE: Please acknowledge receipt and convey your acceptance by returning the duplicate copy
of this Work Order duly signed with company seal and date within 10 days to the Work Order Issuing
Authority.
ENCLOSURE :-

1. Annexure-IV-Other Terms & Conditions


2. Annexure-III-T&P
3. Annexure-II-Manpower
4. Annexure-I-Scope of Work
5. safety clause

Yours faithfully

Page 8 of 9
AMITAVA MAITY

(DEPUTY CHIEF ENGINEER, DSTPS)


(For and on behalf of DAMODAR VALLEY CORPORATION)

WO Summary :-

TC MOM for price bid opening held on 17/02/2021

MOM of TC Date : 26/02/2021


Order placed under Sl. No. 4.1 of DFP Generation(O & M) AND System, 2015.
Budget Code: CH EX:CONTRACTOR/POWER HOUSE (NON CIVIL)

CC Details :-
1. CHIEF ENGINEER-I & HOP (CE's office), DSTPS
2. CHIEF ENGINEER-II (CE's office), DSTPS
3. DEPUTY CHIEF ENGINEER (Electrical Maint.- 1), DSTPS
4. DEPUTY GENERAL MANAGER (ACCOUNTS), DSTPS
5. SENIOR ADDITIONAL DIRECTOR (HRD), DSTPS
6. SUPERINTENDING ENGINEER (C&M Stores), DSTPS
7. SDE (VIGILANCE), DSTPS

Page 9 of 9

You might also like