0% found this document useful (0 votes)
32 views31 pages

667 Final NIT Thermal Insulation

The document is an e-tender invitation for thermal insulation works at the Rajiv Gandhi Thermal Power Plant, specifically for Boiler and Turbine auxiliaries during the upcoming overhauling of Unit-1. It outlines the eligibility criteria, submission deadlines, and required documentation for bidders, along with details on the tender process and payment methods. The tender is open for submissions from July 12, 2024, to August 12, 2024, with a technical bid opening scheduled for August 14, 2024.

Uploaded by

mkt4.polybond
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
32 views31 pages

667 Final NIT Thermal Insulation

The document is an e-tender invitation for thermal insulation works at the Rajiv Gandhi Thermal Power Plant, specifically for Boiler and Turbine auxiliaries during the upcoming overhauling of Unit-1. It outlines the eligibility criteria, submission deadlines, and required documentation for bidders, along with details on the tender process and payment methods. The tender is open for submissions from July 12, 2024, to August 12, 2024, with a technical bid opening scheduled for August 14, 2024.

Uploaded by

mkt4.polybond
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 31

RAJIV GANDHI THERMAL POWER PLANT

(A Unit of Haryana Power Generation Corporation Limited)


(Regd. Office: C-7, Urja Bhawan, Sector-6, Panchkula)
Corporate Identity No. U45207HR1997SGC033517
Website:-www.hpgcl.org.in, Email ID: [email protected]

E-TENDER DOCUMENT

FOR

Thermal Insulation works pertaining to Boiler


and its auxiliaries; Turbine and its auxiliaries of 600 MW,
during forthcoming of Overhauling Unit-1, RGTPP,
HPGCL, KHEDAR, HISAR

NIT No.21/M&P-667/RGTPP/2024-2025
Dated : 11.07.2024

XEN/M&P,
FOR CHIEF ENGINEER/RGTPP,
RAJIV GANDHI THERMAL POWER PLANT,
HPGCL, KHEDAR, HISAR.
Telephone no.- 01693-250136

Page 1 |31
HARYANA POWER GENERATION CORPORATION LIMITED
Regd. Office – C-7, UrjaBhawan, Sector-6, Panchkula
Corporate Identity Number: U45207HR1997SGC033517
Website: www.hpgcl.gov.in Telephone No. 01693-250136
An ISO: 9001, ISO: 14001 and OHSAS: 18001 Certified Company

NOTICE INVITING E-TENDER

E-tenders in two parts are invited on behalf of CE/RGTPP, Haryana Power Generation
Corporation Limited (HPGCL) Khedar, Hisar from eligible parties, for the work as under:
-

Tender Enquiry No. NIT No.21/M&P-667/RGTPP/2024-2025


Dated:11.07.2024
Thermal Insulation works pertaining
to Boiler
Description of Work and its auxiliaries; Turbine and its
auxiliaries of 600 MW, during
forthcoming of Overhauling Unit-1,
RGTPP, HPGCL, KHEDAR, HISAR
Earnest Money Rs. 1,27,500/- (Rupees One Lakh Twenty
Seven Thousand and Five Hundred only)
Start date and time of tender uploading 12.07.2024 At 13:00 hrs.
Last date for submission of online tender 12.08.2024 Upto 13:00 hrs.
Due date & time of opening of Technical bid (Part-I) 14.08.2024 At 15:00 hrs.
Cost of Tender documents (Non-refundable) Rs. 1180/-
E-services fees (Non-refundable) Rs. 1180/-
Instructions regarding e-tendering Annexure-I
General Instructions to Bidders Annexure-II
Scope of Work Annexure-III
General Terms & Conditions of Contract Annexure-IV
Special / Other Terms & Conditions Annexure-V
Supervision / Quality Control of Work Annexure-VI
Statement of bidders Annexure-VII
Undertaking of Staff Engaged Annexure-VIII
Rate Quoting Sheet Annexure-IX
Check List Annexure-X
S.O.P. regarding GST and TDS Annexure 1 to 5

XEN/M&P,
For Chief Engineer /RGTPP,
HPGCL, Khedar, Hisar.

Page 2 |31
Annexure-I
Instructions to bidder on Electronic Tendering System

These conditions will over-rule the conditions stated in the tender documents, wherever
relevant and applicable.
1. Registration of bidders on e-Procurement Portal:-

All the bidders intending to participate in the tenders processed online are required
to get registered on the centralized e-Procurement Portal
i.e.https://etenders.hry.nic.in. Please visit the website for more details.
2. Obtaining a Digital Certificate:

2.1. The Bids submitted online should be encrypted and signed electronically with a
Digital Certificate to establish the identity of the bidder bidding online. These
Digital Certificates are issued by an Approved Certifying Authority, by the
Controller of Certifying Authorities, Government of India.
2.2. A Digital Certificate is issued upon receipt of mandatory identity (i.e.
Applicant’s PAN Card) and Address proofs and verification form duly attested
by the Bank Manager / Postmaster / Gazetted Officer. Only upon the receipt of
the required documents, a digital certificate can be issued. For more details
please visit the website – https://etenders.hry.nic.in
2.3. The bidders may obtain Class-II or III digital signature certificate from any
Certifying Authority or Sub-certifying Authority authorized by the Controller of
Certifying Authorities or may obtain information and application format and
documents required for the issue of digital certificate from:
For support related to Haryana Tenders in addition to helpdesk you may also
contact on email ID - [email protected] , Tel- 0172-2700275
For queries on Tenders Haryana Portal, kindly contact
Note- Bidders are requested to kindly mention the URL of the Portal and Tender Id in
while emailing any issue along with the Contact details. For any issues/ clarifications
tender(s) published kindly contact the respective Tender Inviting Authority.
For any technical related queries please call at 24 x 7 Help Desk Number
E - mail: [email protected] OR [email protected]
Help Desk: 0120-4001002, 05, 0120-4200462, 0120-6277787,
0172-2700275

2.4. Bid for a particular tender must be submitted online using the digital certificate
(Encryption & Signing), which is used to encrypt the data and sign the hash
during the stage of bid preparation & hash submission. In case, during the
process of a particular tender, the user loses his digital certificate (due to virus
attack, hardware problem, operating system or any other problem) he will not
be able to submit the bid online. Hence, the users are advised to keep a
backup of the certificate and also keep the copies at a safe place under proper
security (for its use in case of emergencies).
2.5. In case of online tendering, if the digital certificate issued to the authorized
user of a firm is used for signing and submitting a bid, it will be considered
equivalent to a no-objection certificate/power of attorney /lawful authorization
to that User. The firm has to authorize a specific individual through an
authorization certificate signed by all partners to use the digital certificate as
per Indian Information Technology Act 2000. Unless the certificates are
revoked, it will be assumed to represent adequate authority of the user to bid
on behalf of the firm in the department tenders as per Information Technology
Act 2000. The digital signature of this authorized user will be binding on the
firm.
2.6. In case of any change in the authorization, it shall be the responsibility of
management / partners of the firm to inform the certifying authority about the
change and to obtain the digital signatures of the new person / user on behalf
of the firm / company. The procedure for application of a digital certificate
however will remain the same for the new user.
2.7. The same procedure holds true for the authorized users in a private/Public
limited company. In this case, the authorization certificate will have to be
signed by the directors of the company.

Page 3 |31
2.8. Bidders participating in online tenders shall check the validity of his / her Digital
Signature Certificate before participating in the online Tenders at the portal
https://etenders.hry.nic.in.
2.9. For help manual please refer to the ‘Home Page’ of the e-Procurement website
at https://etenders.hry.nic.in, and click on the available link ‘How to ...?” to
download the file.
2.10. Before submitting tenders the instructions may be read carefully regarding
submission of tender. If any bidder finds discrepancies or omissions in the
tender documents or is in doubt as to the true meaning of any part, he shall
clarify same from tender issuing office in writing before the due date of
submission of the bid.No arguments on this account whatsoever shall be
entertained after the last date & time of submission of tenders.
3. Opening of an Electronic Payment Account:
Tender documents can be downloaded online. Bidders are required to pay the tender
documents fees online using the electronic payments gateway service.
4. Pre-requisites for online bidding:
In order to bid online on the portal https://etenders.hry.nic.in , the user machine must
be updated with the latest Java. The link for downloading the latest java applet is
available on the Home page of the e-tendering Portal.
5. Online Viewing of Detailed Notice Inviting Tenders:
The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the
tenders floated through the single portal e-Procurement system on the Home Page
at https://etenders.hry.nic.in.
6. Download of Tender Documents:
The tender documents can be downloaded free of cost from the e-Procurement
portal https://etenders.hry.nic.in.
7. Key Dates: -
The bidders are strictly advised to follow dates and times as indicated in the online
Notice Inviting Tenders. The date and time shall be binding on all bidders. All
online activities are time tracked and the system enforces time locks that ensure
that no activity or transaction can take place outside the start and end dates and
the time of the stage as defined in the online Notice Inviting Tenders.
The bidders are strictly advised to follow dates and times as indicated in the online
Notice Inviting Tenders. The date and time shall be binding on all bidders. All online
activities are time tracked and the system enforces time locks that ensure that no
activity or transaction can take place outside the start and end dates and the time of
the stage as defined in the online Notice Inviting Tenders.
If a bidder fails to complete the Online Bid Submission stage on the stipulated date
and time, his/her bid will be considered as bid not submitted, and hence not appear
during tender opening stage.
8. Bid Preparation (Technical & Financial) Online Payment of Tender Document
Fee, e-Service fee, EMD fees of online Bids:
8.1. The bidders shall have to pay for the Tender document fee, EMD fees &
eService Fee (Rs. 1180/-) online by using the service of secure electronic
payment gateway. The secure electronic payments gateway is an online
interface between contractors and online payment authorization networks.
The Payment for Tender Document Fee and eService Fee can be made by
eligible bidders/ contractors online directly through Debit Cards & Internet
Banking Accounts and the Payment for EMD can be made online directly
through RTGS / NEFT. For online payments guidelines, Home page of the
e-tendering portal https://etenders.hry.nic.in may be referred.
8.2. The bidders shall upload their technical offer containing documents, qualifying
criteria, technical specification, schedule of deliveries, and all other terms and
conditions except the rates (price bid) in the Part-I (Technical envelope). The
price bid shall be submitted in separate part-II format supplied by purchasing
authority online. The committee members shall open only the part-I on the
scheduled date of opening of technical bid. As per system settings, part-II
cannot be opened on that date.
8.3. The tenders shall be opened on the due date by the Tender Opening
Committee composed of Executive Engineer, AE/AEE and a representative of
the finance / account department not below the rank of Section Officer /
Divisional Accountant. The tenders shall be downloaded and printouts taken.

Page 4 |31
9. If the tenders are canceled or recalled on any ground, the tender document fees &
e-service fee will not be refunded to the agency. However, EMD shall be refunded.

10. Bidder shall ensure that payment shall be made at least 2 days prior to the last date
of submission of the bid.

11. The bidder can revise his price bid any number of times but only before the last date
of submission of bid. All previous quotes are deleted & only the latest price quoted is
visible to the purchasing authority on the date of opening of price bid.

12. The bidders shall observe the highest standards of ethics during the submission of
tender and execution of the contract. In case of evidence of cartel formation by the
bidder(s) EMD is liable to be forfeited.

13. The bidder shall bear all costs of bank charges, if any, associated with the
preparation and submission of his bid and the purchaser will in no case be
responsible or liable for those costs, regardless of the conduct or outcome of the
bidding process.
NOTE:-
(A) If a bidder fails to complete the Online Bid Preparation & Submission stage on the
stipulated date and time, his/hers bid will be considered as bid not submitted, and
hence not appear during tender opening stage.

XEN/M&P,
For Chief Engineer/RGTPP,
HPGCL, Khedar, Hisar.

Page 5 |31
Annexure-II
GENERAL INSTRUCTIONS TO THE BIDDERS

1. Pre-Qualifying Requirements (PQRs) / Eligibility Conditions for the tenderers: -

The tender documents will only be accepted for those contractors who qualify the following
criterion:
A. The bidder should be an Original Equipment Manufacturer / Supplier (OEM/OES) or a
registered vendor of HPGCL, as per Vendor Registration Policy for the specific category
of the work / purchase.
OR
The bidder must have experience of successfully executed Work Order(s) in
HPGCL/NTPC/any SEBs/any PSUs/any Corporations/Central Govt./State Govt./Semi
Govt. or in any Thermal (minimum capacity of Thermal Power Station/unit shall be 110
MW or above) / Hydel Plant and have average annual turnover and other eligibility
conditions as given below:
Experience of Execution of Work Order:
Bidders must have successfully executed the work order(s) for the same or similar
work(s) during last 7 years ending last day of the month previous to the month in which
applications are invited having minimum order value as under :-
Single Order of the value not less than Rs. 50,97,435/-
OR
Two Orders of the value not less than Rs. 31,85,897/- each.
OR
Three Orders of the value not less than Rs. 25,48,718/- each.
Turnover:
Bidders must have an average annual turnover in last three consecutive financial years
ended prior to the financial year in which applications are invited shall not be less than
Rs. 127.44 Lacs.
B. The contractor is registered under Contract Labour (Regulation & Abolition) Act, 1970 and
possesses a valid labour license for deploying the workers on the work or will obtain the
same within 15 days of issuance of work order. Contractor shall provide LIN No./Shop No.
for registration.
C. The contractor should have GST No., EPF Account No. & PAN No.
D. The bidder should have a valid ESI no. or shall submit an undertaking to provide the
same within one month of issue of work order.
E. The Bidder must have contractor ID on HEWP Portal (Haryana Engineering Works
Portal) for participation in the tendering process failing which the firm's tender will
be straight away rejected.
Note:-
a) If the bidder has a work order for a period of more than one year, the period and the
proportionate value of the order which have been completed prior to the month in which
applications are invited (duly supported by successful completion/execution certificate
for such period/value) shall be taken into consideration for assessing the eligibility
criteria.
b) The firm has to submit the copy of work orders executed by them along with
completion/performance certificate or copy of the repeated work orders from the same
agency/enterprises/power plant etc. duly attested in support of qualifying conditions and
as a proof of satisfactory execution of work.
c) Average Annual Turnover = Sum of the Annual Turnover of preceding three years / 3
(As per audited Accounts).
d) Other income shall not be considered for arriving at annual turnover.
e) In cases where audited results for the last preceding financial years are not available for
determining the average turnover, certification of financial statements from a practicing
Chartered Accountant shall be considered acceptable.
f) Eligibility of the black listed firms to participate in NIT: The firms who have been
blacklisted by HPGCL or any other Centre or State Power Utility/ Board or Corporation/
or any other Thermal/Hydro Electricity project shall not be eligible to bid against the NIT
of HPGCL, However:-
i) In case the blacklisting of the firm is for a specific plant and not for the organization as a
whole then such blacklisting will not tantamount to ineligibility of the bidder.
ii) Blacklisting of the firm by any unit of HPGCL shall be considered as ineligibility of the
firm at any other project of HPGCL.

Page 6 |31
iii) In case any firm was blacklisted for a limited period in the past by any organization and
presently such blacklisting has been removed by such organization then it will not
tantamount to ineligibility of the bidder.
iv) Firm has to certify itself for its eligibility with supporting documents to participate in the
NIT stating that it has not been blacklisted by any organization presently, however in
case at a later stage such certification found wrong then it will lead to
misrepresentation of the facts and the firm shall be treated as blacklisted on this
ground and action shall be taken as per regulations of the corporation.
g) The rates will remain firm throughout the contract period irrespective of change of
minimum wages etc.
h) The firm should fill statement of bidder's Proforma as per Annexure-VII and submit
authentic supporting documents for proving its credential. Original documents may be
asked for verification at the time of finalizing the tender.
i) Decision of the HPGCL regarding fulfillment of Pre-qualification requirement shall be final
and binding upon the bidders.
2. Conditions of the contract and other information can be had from the office of XEN/M&P
(E-mail:[email protected], Telefax No. 01693-250136/8222023757) on any working
day prior to last date of Downloading of Tender Documents & Bid Preparation.
3. The Tender Document can also be downloaded from HPGCL website www.hpgcl.org.in.
4. The tender will only be submitted on the centralized e-procurement portal i.e.
https://etenders.hry.nic.in.
5. Before submitting tenders the instructions may be read carefully regarding submission of
tender. If any bidder finds discrepancies or omissions in the tender documents or is in doubt
as to the true meaning of any part, he shall clarify the same from the tender issuing office in
writing before the due date of submission of the bid.
6. The “Application for Bidding” along with the “Terms and conditions of the contract and its all
Annexure should be submitted in duplicate duly filled up completely and signed on each page
by the tenderer. Work offered should be strictly according to the specifications of scope of
work and to the terms & conditions of the NIT. Unless a deviation from the specifications and
terms and conditions given in NIT is pointed out by the tenderer specifically, it will be
presumed that offer/ Tender conforms to the specifications and terms and conditions as laid
down in NIT.
7. The tenderer shall submit their tender in two parts- the first part containing documents for
qualifying criteria, and all other terms and conditions except the rates (price bid), and the
second part containing the rates (price bid) quoted for the mentioned works.
8. RATE QUOTING SHEET:- The tenderer will quote their rates STRICTLY AS PER THE RATE
QUOTING SHEET.
9. The application for bidding along with all the detailed terms & conditions should be submitted
online. Tenders through Fax / E-mail / telegraphic tenders shall not be considered.
Incomplete, obscure or irregular tender is liable for rejection. If the tenderer deliberately gives
wrong information in his tender, HPGCL reserves the right to reject such tender at any stage.
The tenderer will quote their rates strictly as per details of specifications.
10. All tenders received against open tender enquiry irrespective of whether they are from the
approved contractors on the registered list or others, shall be considered, provided they are
on the prescribed form and in accordance with the tender conditions and specifications.
11. Unless exempted specifically, tenders not accompanied with the prescribed EMD/Cost of
Tender shall be rejected. EMD/Cost of Tender shall be in the prescribed mode of payment as
asked in the NIT, otherwise the tender shall be liable to be rejected.
The following are exempted from depositing the earnest money:-
i. Public Sector Undertakings of the Central / Haryana State Government.
ii. Firms borne on D.G.S. & D/DS&D Haryana rate contracts.
iii. Firms registered with the Director of Industries, Haryana or registered with
National Small scale Industries Corporation, Govt. of India.
iv. Firms borne on the HPGCL‟s approved list of suppliers which may have made
a permanent earnest money deposit of Rs.10.00 Lakh at the respective
Project/office of HPGCL, if they quote the Registration number given by the
respective project/office of HPGCL in their tender papers.
12. The rates quoted by the tenderer should be very competitive and as prevailing in the market
and should be firm and lump-sum. Prices should be quoted per unit also wherever applicable
and asked.
13. The validity of the tender/offer shall be for 120 days from the date of opening of the price bid.
14. No deviation shall be allowed. However, in case of deviation of taxes etc., the same be
loaded for comparison purpose.

Page 7 |31
15. The bidders / contractors shall observe the highest standards of ethics during the submission
of tender, procurement and execution of the contract. In case of evidence of cartel formation
by the bidder(s) EMD is liable to be forfeited.
16. The bidder shall bear all costs including bank charges, if any, associated with the preparation
and submission of his bid and the purchaser will in no case be responsible or liable for those
costs, regardless of the conduct or outcome of the bidding process.
17. The whole work against this tender shall be awarded to a single firm whose overall
quoted/equated prices are lowest for the complete package.
18. The tender documents of only those bidders shall be considered who fulfill the eligibility
criteria and submit documentary evidence in support of the same along with the copy of
performance certificate /repeat order from the same organization, if any.
19. Tenders through Fax / E-mail / telegraphic tenders shall not be considered. Incomplete,
obscure or irregular tender is liable for rejection.
20. HPGCL reserves the right to cancel the NIT or to change qualifying requirements or to reject
any or all the tenders so received without assigning any reason.
21. INSPECTION OF SITE OF WORK: -
Before tendering, the tenderer is advised to inspect the site of work, the environment & get
acquainted with the actual work & other prevalent conditions, facilities available. No claim will
be entertained later, on the ground of lack of knowledge.
22. Disqualification of The Bidders / Tenderers: -
a) Even though the bidders meet the above Qualifying Criteria they are subject to be
disqualified, if they have made misleading or false representations in the forms,
statements and attachments submitted in the proof of the qualification requirements.
b) Notwithstanding anything stated above Haryana Power Generation Corporation Ltd.
reserves the right to assess the tenderer’s capacity to perform the contract should the
circumstances warrant such assessment in the overall interest of the Haryana Power
Generation Corporation Ltd. In this regard the decision of the corporation will be final.
24. Earnest money and Earnest money declaration Form
24.1. The Bidder who does not have contractor id on HEWP cannot participate in the tendering
process. Bidders who have contractor ID but have not registered on HEWP can participate in
the tendering process by paying the earnest money through online payment on the portal.
Bidders who have contractor Id and are registered on HEWP and also have deposited one
time deposit are eligible for participation in the tender by annexing bid specific Earnest
Money Declaration Form generated from HEWP.
25. The rate negotiations shall be held as per Govt. Notification/Guidelines issued from time to
time.

Note:-
It may please be noted that the overhauling of unit#1 of RGTPP is
scheduled to be carried out tentatively in between November 2024 to April
2025. However, the schedule of overhauling of unit(s) of RGTPP may vary as
per site situations. Therefore, validity of work order will be eight months from
the date of issuance of L.O.I / Work Order, whichever is earlier.

XEN/M&P,
for Chief Engineer/RGTPP,
HPGCL, Khedar, Hisar.

Page 8 |31
Annexure-III

SCOPE OF WORK
Detailed Scope of Work for Thermal Insulation works pertaining to Boiler
and its auxiliaries for the Capital Overhauling of Unit-I, RGTPP

Sr. AREA Description Insulation Cladding Description Tentati


No Description ve Area
. (m² )
Type Thick Ne Material Thickness
ness ttin (mm)
(mm) g
1 Boiler Furnace (Providing New Rock 200 GI Old Corrugated 400
Insulation with Wool Sheet
refixing of old Felt
cladding)
2 Boiler Furnace (Providing New Rock 200 GI Corrugated 1.2 200
Insulation with Wool AI. sheet
New Cladding) Felt
3 Boiler Furnace Wind (New Insulation Rock 200 GI Old Corrugated 150
Box & APH with refixing of old Wool Sheet
cladding) Felt
4 Boiler Furnace Wind (Providing New Rock 190 GI Corrugated 1.2 100
Box & APH Insulation with Wool AI. sheet
New Cladding) Felt
5 Drum Down-Comers (Providing New Rock 150 GI Old Plain 50
Pipers 24 to 80 m Insulation with Wool Sheet
elevation Ring Header refixing of old Felt
including man holes of cladding)
ring header at 9 meter
elevation Main Steam
to PRDS Line, Main
Steam Line & ID Fan

6 Drum Down-Comers (Providing New Rock 150 GI AI. sheet 0.56 50


Pipers 24 to 80 m Insulation with Wool
elevation Ring Header New Cladding) Felt
including man holes of
ring header at 9 meter
elevation Main Steam
to PRDS Line, Main
Steam Line & ID Fan

7 Bottom of Z-Panel at 9 (Providing New Rock 150 GI Old Corrugated 100


meter elevation & ESP Insulation with Wool Sheet
Hopper refixing of old Felt
cladding)
8 Bottom of Z-Panel at 9 (Providing New Rock 190 GI Corrugated 1.2 100
meter elevation & ESP Insulation with Wool AI. sheet
Hopper New Cladding ) Felt

9 Fuel Oil Lines / after (Providing New Rock 50 GI AI. sheet 0.56 50
Vent/Drain line valve, Insulation with Wool
i.e. Drum Vent, CBD New Cladding) Felt
Drain (Left & Right) &
Vent, LTSH Drain line
& Ring Header Drain
Valve.
10 Burner Panel (Filling Inside Rock 120 GI 500
Cover Plates) Wool
(Providing only Felt
new Insulation)
11 Vent/Drain i.e. Drum (Providing New Rock 100 GI AI. sheet 0.56 100
Vent, CBD Drain (Left Insulation with Wool
& Right), SH Spray New Cladding) Felt
Line & Vent, LTSH
Drain line & Ring
Header Drain Valve.

Page 9 |31
12 Primary & secondary (Providing New Rock 170 GI Corrugated 1.2 450
Hot Air Duct at , 6 M to Insulation with Wool AI. sheet
30 M elevation New Cladding) Felt
13 Primary & secondary (Providing New Rock 170 GI Old Corrugated 100
Hot Air Duct at , 6 M to Insulation with Wool Sheet
30 M elevation refixing of old Felt
cladding)
14 Flue Gas Duct (Providing New Rock 40 GI Corrugated 1.2 500
Insulation with Wool AI. sheet
New Cladding) Felt

15 Flue Gas Duct (Providing New Rock 40 GI Old Corrugated 600


Insulation with Wool Sheet
refixing of old Felt
cladding)

16 Any area boiler/ hot (Providing New - - _ Corrugated 1.2 100


duct/cold duct/wind Cladding sheet AI. sheet
box/ ESP hopper /ESP on existing
duct insulation)
17 Any area line of (Providing New - - _ AI. sheet 0.56 50
vent/drain/main steam Cladding sheet
line/ bottom Ring on existing
Header line insulation)
18 Any Area as (Refixing of Old - - _ Old Corrugated/plan 200
mentioned in the cladding Sheet ) Sheet
above items

Removal and providing of thermal insulation in boiler area as mentioned below:-

NOTE :-
1. As per furnace temperature mapping, temperatures on various elevations are on higher
side.
2. Insulation material, aluminum sheet for cladding hooks, screws, channels & other support
material where ever required shall be arranged by the firm.
3. All skilled/ unskilled labor shall be arranged by the contractor.
4. All scaffolding material shall be arranged by the contractor.

Scope of Work for thermal Insulation in respect of TGM-I,


RGTPP, Khedar, Hisar

Sr. Tentative Area


Insulation thickness Refractory / Cladding Temp.
No (m2)

Main Turbine site


Alumina silicate fibre block
insulation with bottom plaster, Refractory as per
1 Thickness: 70x3mm, Area: HIP 5370C 40
drawing attached ‘A’
turbine (Cylinder cover)

Alumina silicate fibre block type


insulation with bottom plaster, Refractory as per
2 5370C 40
Thickness: 60x3mm, Area: HIP drawing attached ‘A’
turbine (Cylinder base)
Alumina silicate fibre type
insulation , Thickness: 80x2mm, Refractory as per
3 5370C 12
Area: steam inlet sleeve, HIP drawing attached ‘A’
turbine
Alumina silicate fibre type,
Thickness: 40x2mm, Area: Dum
4 …………… 3670C 20
Ring balance piping, HIP
turbine
Alumina silicate fibre block type
insulation with bottom plaster, Refractory as per
5
Thickness: 80x2mm, Area: MSV 5370C 38
drawing attached ‘B’
body

Page 10 |31
Alumina silicate fibre pipe type
insulation with bottom plaster, Aluminium cladding and
6 Thickness: Φ340x70 & Refractory as per 5370C 60
Φ480x50, Area: GV piping and drawing attached ‘B’
flanges
Alumina silicate fibre block type
insulation with bottom plaster,
Refractory as per
7 Thickness: 80x2mm, Area: RSV 5370C 25
drawing attached ‘C’
and RIV body and cover

Alumina silicate fibre pipe type


insulation with bottom plaster, Aluminium cladding and
8 Thickness: 80x2mm, Area: RSV Refractory as per 5370C 45
piping and flanges drawing attached ‘C’

Alumina silicate fibre block type


insulation, Thickness: Aluminium cladding and
9 60+40mm, Area: cross-over refractory as per 3670C 100
piping and flanges drawing attached ‘D’

Regenerative and pump section


Refractor plaster
Alumina silicate Felt ,Th.160
1 5400C 40
mm for TDBFP

Alumina silicate Felt ,Th. 120 Al Sheet,Th.


2 5400C 30
mm 0.71 mm

Alumina silicate Felt ,Th. 100 Al Sheet,Th.


3 4500C 40
mm 0.71 mm

Al Sheet,Th.
4 Alumina silicate Felt ,Th. 50 mm 3500C 30
0.71 mm

C. Rock Wool Felt Insulation

Al Sheet,Th. 0.71 mm 4000C


1 Rock Wool felt ,Th. 160 mm 40

Al Sheet,Th. 0.71 mm 4000C


2 Rock Wool felt ,Th. 120 mm 40

Al Sheet,Th. 0.71 mm 3500C


3 Rock Wool felt,Th. 100 mm 120

Al Sheet,Th. 0.71 mm 3500C


4 Rock Wool felt ,Th. 80 mm 100

Al Sheet,Th. 0.71 mm 2500C


5 Rock Wool felt ,Th. 50 mm 100

D Cladding
1 Cladding Al Sheet,Th. 0.71 mm 150

Page 11 |31
Page 12 |31
Page 13 |31
Page 14 |31
Instructions for insulation:
Turbine cylinder and valves

1. Firstly paint with wet bottom cement of 10mm thickness. Secondly coated with
stainless steel mesh and then paint with wet bottom cement of 10 mm thickness
and then cover insulation block on wet bottom cement. Insulation block should be
apart enough distance from the places of H.J. bolts.

2. Insulation block should be connected tightly with each other, and fill all clearance
and gaps with bottom cement. Then fix blocks with iron wire & hooks.

3. When covering the second & third layer of insulation, cut blocks to certain length &
width according to actual shape, offset blocks joint with inner insulation joint
Insulation block should be connected tightly with each other. Fill all clearances and
gaps with bottom cement.

4. Fix outer insulation block with wires to hook, then coat metal mesh to protect and
wrap tightly insulation block. Fix with wires to hook in the same way.

5. At the places of H.J. bolts on cylinder flange, install shield three layers of insulation
& metal mesh and so on in the same above way. Drill holes in shield plates for
tightening the insulation block and metal mesh with wires after installing. Fill gaps
between shield and cylinder insulation with insulation block and bottom cement.

6. Paint on all of surface of cylinder insulation with coating cement material thickness is
about 15 mm to form smooth shapes. After dry, paint adhesive whose thickness is
about 0.8mm. On this dry coating layer, cover with fiber glass cloth at Drawings of
turbine cylinder, valve body, valves, pipes and pipe flanges once and finally paint
another layer of adhesive to cover the cloth wholly.

Pipes

7. Cover insulation section on pipe, tight with iron wires. Each section is wrapped
three circles. Wrap one circle apart 70mm from each end of section and warp one
circle in the middle. These iron wires wrapped should be vertical to the pipe centre
line.

8. The ends of every insulation mattress should be connected to another tightly. All
gaps in longitudinal and circumferential joint should be filled with bottom cement.

9. Cover and tight the second layer of insulation in the same above way. Outer and
inner layer should offset in longitudinal and circumferential joint.

Pipe flanges

10. Cover shields on the flange and tight it with iron wires. Then point wet bottom
cement of 10mm thickness on shield. Then coat with two layers of insulation blocks
bind tightly.

11. After bind tightly all of the insulation material on pipe, sleeve expansion joint, elbow,
flange and soon, paint with coating cement material thickness of 15mm to form
coating layer. After dry, paint adhesive layer about 0.8mmthickness. Then cover
glass cloths at once and finally paint another layer of adhesive to cover the cloth
wholly.

Page 15 |31
Annexure-IV
GENERAL TERMS AND CONDITIONS OF CONTRACT

1) CONTRACT AGREEMENT:-
The contractor shall execute a contract agreement with HPGCL on a Non Judicial
Stamp Paper of appropriate value within 7 days of receipt of the work order.
2) RATE/ CONTRACT PRICE: -
Rate shall be quoted by the bidder, strictly as per rate quoting sheet and the agreed
contract price shall remain firm during the currency of the contract. Any statutory
taxes/levies, if to be charged extra, should be clearly indicated by the tenderer in their
offer separately, failing which it will be presumed that the quoted prices are inclusive
of all such statutory taxes/levies.
3) EARNEST MONEY AND SECURITY DEPOSIT: -
3.1. Every tenderer, while submitting his tender, should online deposit an amount
of Rs. 1,27,500/- (Rupees One Lakh Twenty Seven Thousand and Five
Hundred only) as the earnest money.
3.2. The earnest money furnished by the successful tenderer on whom the work
order is placed shall be converted into security deposits as a guarantee for
faithful and satisfactory execution of the work order. (The EMD of the
unqualified bidders will be returned without any interest, as promptly as
possible, within 30 days after declaration of qualification result and that of
unsuccessful bidder within 15 days of the execution of the contract with the
selected bidder).
3.3. The security deposit shall be 05% of the contract value. Firm has to
deposit the Security Deposit amount upfront before start of work and
Security Deposit Amount will not be adjusted from Firm’s Bill.
3.4. The security deposit of the contractor shall be retained by HPGCL for faithful
execution of the contract.
3.5. Security deposit shall be released only after completion of the entire period
of the contract and after 30 days of Guarantee / Warrantee period, on the
certificate of Engineer-In-charge / EIC for successful completion of
Guarantee / Warrantee period and submission of requisite documents like
last EPF / ESI return by the contractor.
3.6. No interest shall be paid on EMD / Security Deposit for the period it remains
deposited with HPGCL.
3.7. The earnest money/security deposit shall be forfeited in part or in full under
the following circumstances:-
a. If the tenderer withdraws his tender at any stage during the currency of
validity period.
b. If the W.O. has been issued but the contractor refuses to comply with it
irrespective of the fact that HPGCL sustains any loss on account of such
default or not.
c. In the event of a breach of contract in any manner.
d. In case of evidence of cartel formation by the bidder(s).
e. If the contractor fails or neglects to observe or perform any of his obligations
under the contract, it shall be lawful for the HPGCL to forfeit either in whole
or in part, in its absolute discretion, the EMD/security deposit furnished by
the contractor.
f. The forfeiture of EMD/security deposit shall be without prejudice to the right
of HPGCL to recover any further amount or any liquidated and/or other
damages as admissible under the law, under payments or over payments
made to the contractor under this contract or any other contract as well as to
take such administrative action against the contractor as blacklisting etc.
4) PAYMENT TERMS: -
● 50% payment of contract value will be paid as stage payment against
appropriate bill of contractor and on certification by Engineer-in-charge that 60%
work stands completed.
● Next 30% of contract value against appropriate bill of the contractor and on the
certification by Engineer-in-charge that 100% work stand completed.
● Next 15% of contract value against appropriate bill of the contractor on
submission of jointly accepted protocols.
● Balance 05% of contract value after completion of warrantee period against
appropriate bill of the contractor.
Page 16 |31
5) MODE OF PAYMENT: -
The Payment shall be made through RTGS in favour of contracting firm by the Sr.
Accounts Officer, RGTPP, HPGCL, Khedar, Hisar. No Bank charges etc. of any kind
shall be paid by HPGCL.
6) COMPLETION PERIOD: -
The completion period of the work as specified below shall be the essence of the
contract:

Work shall be started within 7 days of issue of LOI / Work Order, whichever is earlier
unless otherwise directed by the issuer of tender. The work shall be carried and
completed to match with other activities in progress of the unit.

Work shall be completed within 90 days (Bar to Bar) from the date of issue of LOI /
Work Order unless otherwise directed through written communication.

The Quantum of any item of the scope of work may increase or decrease to
any extent, as per the site requirement, subject to the limit that total contract value
shall not exceed by 10% of the contract value. Payment shall not be made for work
not done. In case of increase of quantum of work, the completion period of work will
not change and contractor will have to complete the job within the stipulated period
unless the completion period is extended in writing.
7) RISK AND COST: -
In case the contractor fails to fulfill the contractual obligation, the work shall be got
done from some other agency at the risk and cost of the contractor. It shall be without
prejudice to the right of HPGCL to recover any further amount or any liquidated and/or
other damages.
8) PENALTY: -
Time is the essence of the contract. The contractor shall ensure timely completion of
the job as per stipulated completion period. In case of delay in completing the
work/job, the penalty for delay will be imposed @ 1% of the contract value per week
or part thereof subject to maximum of 10% of the contract value.
Note:- (i) Contract value means basic value of the contract exclusive of taxes and
duties, if charged separately.
9) DOCUMENTATION: -
The contractor and the executive in-charge of the work shall ensure the following
document before forwarding the bill of the contractor to the accounts wing for pass
and payment to avoid delay in payment of the contractor:-
i) Contractor shall submit bill for the work done, in duplicate to the executive
in-charge along with the followings: -
a) The bill should be on the contractor’s bill book duly serially numbered and
bearing date of issue, contractors EPF code, ESI code (whenever
applicable), GST number, PAN etc. A photo copy of the EPF code, ESI code
(whenever applicable), GST number, Labour licence, PAN etc. shall be
attached with the 1st running bill for reference and record.
b) Self attested copy of the deposit challan of EPF & ESI (whenever applicable)
contribution, labour welfare fund deposited by the contractor for the labour
engaged for the work duly validated with dossier of workers and their
account number in the appropriate prescribed Performa.
c) Self attested copy of the attendance sheet, wages register and evidence of
wage payment through bank.
ii) The bill of contractor along with annexure submitted by contractor as mentioned
above should be approved and verified by the officer-in-charge for gross value as
well as net payable value and accompanied with the certificates/documents as
mentioned at iii and iv below.
iii) Certificate from the Engineer In Charge that, a) Work has actually been done as
per the contract and to the entire satisfaction of EIC. b) The copy of the EPF
challan, ESI challan etc. submitted by the contractor pertain to the labour deployed
at site and none of the worker has been excluded there from. c) The record entry
of the work done has been taken in the SMB at page no. ______ on dated ______.
d) No penalty is leviable on the contractor on any account as per the contract, if
leviable; the amount of penalty is ______. e) Copy of protocol and certificate for
stage payment, if required.
iv) Certificate from Labour Welfare Officer / Factory Manager stating that contractor
has complied with all labour laws and safety clearance certificate from Safety
Officer. In case of non-availability of Labour Welfare Officer / Safety Officer, from
EIC.

Page 17 |31
Note: Documents attached along with the contractor bill should be referred in the
forwarding letter of the executive office forwarded the bill for pass and payment.

10) PERORMANCE BANK GUARANTEE – Firm have to submit bank guarantee of


the nationalized bank equivalent to 05% of the contract value in the prescribed
proforma valid up to one month after completion of warrantee period.
11) WARRANTY / GUARANTEE :
i) The contractor shall provide warranty for the workmanship of the work done for a
period 90 days from completion of work/date of commissioning of equipment(s)
after overhauling whichever is earlier.
ii) During this period if some equipment(s), which has been attended by the
contractor, is found to be defective, the same will have to be attended again
without any additional charges to HPGCL. In such cases, warranty period shall
start from the date of such repair/rectification. In case the contractor fails to
respond within a reasonable time, the job will be got done from any other agency at
the risk and cost of the contractor.
12) FORCE MAJEURE: -
The delay in completion of work may be treated as force majeure to the contractor
only if: -
a) “The delay is resulted from any causes arising out of compliance with
regulations, orders or instructions of the Central or State Governments, acts of
God, acts of Civil & Military authority, fires, floods, strikes, lock-outs, freight
embargoes, war risk riots and civil commotion” and
b) The contractor’s request for extension of the delivery period along with all
necessary evidence comes, before the expiry of the scheduled date(s) of
delivery.
13) IDLE LABOUR CHARGES: -
No idle labour charges will be admissible in the event of any stoppage caused in the
work resulting in contractor’s labour being rendered idle due to any cause.
14) OVER RUN CHARGES: -
No overrun charges shall be paid in the event of the completion period being
extended for any reasons.
15) WATCH & WARD: -
The watch and ward of vehicles and other material will be the responsibility of the
contractor.
16) FACILITIES TO BE ARRANGED BY CONTRACTOR: -
The contractor shall make his own arrangement for providing all facilities like lodging,
boarding and transportation etc. for his supervisors/staff engaged by him for the job.
17) STATUTORY DEDUCTIONS:- Statutory deduction on account of Income Tax
including surcharge shall be made at source from the bills of the contractor at the
prevailing rates.
18) FACTORY ACT/MINIMUM WAGES ACT/INSURANCE ACT/ EPF ACT etc.: -
Strict adherence of various applicable laws likes the Factories Act, Minimum Wages
Act, ESI Act, Payment of Wages Act, the workmen's Compensation Act, EPF Act,
Contractor labour (Regulation & Abolition) Act, 1970 and all other statutory
requirements as amended from time to time to the entire satisfaction of Central/State
Govt. Authorities, shall be the responsibility of the Contractor and he shall have to
make good loss, if any, suffered by HPGCL on account of default in this regard by the
contractor. EPF/ESI contributions will be deposited by the contractor in his own
EPF/ESI code no. in the respective account of the workers. The contractor will submit
the copy of EPF/ESI challan along with ECR to the Factory Manager with the
corresponding list of workers. The contractor shall make the payment of wages to its
labour in their saving account only. Documentary evidence thereof shall be submitted
along with the running bills.
19) INSURANCE OF WORKERS: -
The contractor will be solely responsible for any liability for his workers in respect of
any accident, injury arising out and in course of contractor’s employment. To meet his
aforesaid obligation under the workman compensation Act, The contractor may obtain
W.C policy from the Insurance Company for the persons employed by him for carrying
out the work. The premium payable for aforesaid insurance policy shall be borne by
the contractor. The contractor shall ensure that the said insurance policy of this
insurance cover is required to be submitted by the contractor to Engineer-In-charge of
work immediately after issue of L.O.I, but before the start of work.
20) SAFETY RULES: -
A firm shall have to comply with all the provisions of safety rules. The Chief Safety
Officer may impose penalty of Rs. 200/- per day per head if the workers of the
contractor are found to be working carelessly without proper protective equipments in
unsafe conditions. Against violation of any other clause, a penalty of Rs. 500/- per
violation (minimum) shall be levied. In case of repeated violation of serious nature
resulting in various serious accidents or direct loss to the corporation/ threatens to
Page 18 |31
cause severe consequences, higher penalty rates may be imposed including
suspension/termination of the contract. If any action is initiated by Chief Inspector of
Factories, Chandigarh or any other authority against occupier/factory manager or any
other authority of HPGCL in case of any fatal/non fatal accident or any other violation
of factory act, 1948, Pb. Hr. Factory rules, 1952 or any other industrial or labour act,
the contractor shall be liable for the same and also to deposit the amount of
fine/penalty if any. In case of default action as deem fit shall be initiated against the
contractor.
A safety clearance certificate from the Safety Officer/RGTPP shall be obtained by the
contractor and has to be attached along with the bill.
This office reserves the right to claim adequate compensation from the contractor on
account of any damage caused to the plant & equipment handed over to him for
execution of the work, due to careless handling or negligence on the part of the
contractor.
21) ARBITRATION:-
All the matters, questions, disputes, differences and/or claims arising out of and/or
concerning and /or in connection with and /or in consequence of, and /or relating to
the contract whether or not obligations of either or both the contractor and the
corporation under this contract be subsisting at the time of such dispute and whether
or not the contract has been terminated or purported to be terminated or completed,
shall be referred to the Sole Arbitrator of Managing Director/ HPGCL or an officer
appointed by the MD, HPGCL as his nominee. The Award of the Arbitrator shall be
final and binding on both the parties to the contract.
22) LAWS GOVERNING CONTRACTS: -
All contracts shall be governed by the laws of India for the time being in force.
Irrespective of the place of delivery, place of performance or place of payment under
the contract, the contract shall be deemed to have been made at the place from which
the acceptance of tender has been issued.
JURISDICTION OF COURTS:- The courts of the place from where the acceptance of
tender has been issued shall alone have exclusive jurisdiction to decide any dispute
arising out of or in respect of the contract.
23) SET OFF: -
Any sum of money due and payable to the supplier under the contract (including
security-deposit returnable to the supplier) may be appropriated by the HPGCL and
set-off against any claim of the Corporation for the payment of a sum of money arising
out of under that or any other contract entered into by the contractor with the HPGCL.
24) SUBLETTING AND ASSIGNMENT: -
The Supplier shall not, sublet, transfer or assign the contract or any part thereof or
interest therein or advantage thereof in any part thereof in any manner whatsoever
without prior consent of the HPGCL.
Note: -
1. Unless agreed otherwise the above terms & conditions of the contract will form the
part of the work order after finalizing the award of work proposal. The word tenderer
wherever used above shall be read as contractor / firm.
2. The term “Bid” and “tender” and their derivatives (“bidders/Tenderers” “Bidding /
Tendering”) are synonymous. Singular also means plural.

XEN/M&P,
for Chief Engineer/RGTPP,
HPGCL, Hisar.

Page 19 |31
Annexure-V
SPECIAL / OTHER TERMS & CONDITIONS

01. The personal protective equipments (PPEs) for the safety of workers i.e. safety belt,
safety shoes, safety helmets, hand gloves, safety goggles etc. shall have to be arranged
by the contractor at his own cost.

02. The transportation of spares & other material from O&M store to site store or place of
work & transportation of scrap/dismantled material to store yard will be in the scope of
contractor. The contractor will assist the loading/unloading of spares, if the same are to
be got repaired from any private workshop.

03. Water, electricity, compressed air will be provided by the RGTPP, HPGCL free of cost at
the nearest point available.

04. The existing facilities available in the Departmental Workshop shall be provided by
HPGCL free of cost, wherever available; otherwise, the contractor shall be responsible
for carrying out the job by making his own arrangement without affecting the completion
schedule in any way.

05. Contractor shall fully associate with trial run, commissioning and balancing of the
equipments, if required, up to the full load and keep sufficient manpower to attend fault
etc., if any.

06. After attending the job, the area will have to be got cleaned/cleared and scrap etc. to be
removed from site. In case Engineer-in-Charge feels that the area has not been
cleaned/cleared properly, HPGCL has the right to get the above work done from other
agency at the risk and cost of the contractor.

07. If the grating of platform/stairs, railings, etc. gets damaged while carrying out the repair
work, same shall be rectified/repaired by the contractor.

08. Any shortcoming, defect/deficiencies noticed during testing & commissioning shall have
to be rectified by the contractor immediately at his own risk and cost to avoid any delay
in the overall commissioning of the unit, irrespective of any reason whatsoever may be.

09. The work will be carried out round the clock with full strength of technicians and
supervisors.

10. The contractor will deploy parallel groups who will work simultaneously in parallel round
the clock in full strength.

11. Isolation of area of work by warning tape shall be in the scope of contractor.

12. The Consumables etc. shall be in the scope of firm / contractor.

13. The date of clearance to start the work shall be given by the concerned user division
(BMD-I and TGM-I) of RGTPP, HPGCL. The contractor shall be given a mobilization
period of up to 07 days only.

Page 20 |31
14. The tax Invoice shall be raised by the firm which should contain invariably their GST
number, SAC code, PAN number, place of business with address & GST No. of HPGCL.

15. The contractor has to arrange all the T&P (whether heavy or light) required for smooth
execution of the complete job including welding sets, gas cutting sets, winch machines,
chain-pulley blocks, scaffolding material, winding ropes, steel ropes and wires, wooden
planks, stairs, temporary lighting, hydraulic testing pumps, spanners, hydraulic jacks as
per site requirement, portable grinding machine, hoisting arrangement, etc. The
Insulation material, aluminium sheet for cladding hooks, screws, channels & other
support material where ever required shall be arranged by the firm.

16. All skilled/ unskilled labor shall be arranged by the contractor. User Division i.e. BMD-1
and TGM-1 shall ensure scrutiny of certificates of skilled labour wherever needed in
terms.

17. All consumables like welding electrodes (general purpose) including welding & cutting
gases, Argon gas, waste cotton, emery paper, holdite, kerosene oil, diesel, rustoline,
petrol, hexa-blades, grinding wheel & all small items required for handling &
maintenance jobs cleaning agents, Oxygen, DA Gas cylinder etc. shall be arranged by
the contractor at his own cost. Welding electrodes will be of following make and will be
got approved from Engineer-in-charge: (i) L&T (ii) D&H (iii) Advani ,Ador (iv) ESAB.

18. Test certificate for the material used shall be provided by the contractor/firm to the
concerned Engineer-in-Charge.

19. The scope of work is tentative and the quantum of any item of the scope of work may
increase or decrease to any extent, as per the site requirement, subject to the limit that
total contract value shall not exceed by 10% of the contract value. Payment shall not be
made for the work not done. In case of increase of quantum of work, the completion
period of the contract will not change and the contractor will have to complete the job
within stipulated period unless the completion period is extended in writing.

20. The scope of work for water wall furnace insulation will be as under :-
A. Removal of skin casing wherever required as per the directions of
Engineer-in-Charge.
B. Removal of damaged insulation as per direction of Engineer-in-Charge.
C. Replacement of damaged insulation with new insulation, which shall be arranged by
the contractor.
D. Refixing of new or old cladding as per scope of work.
E. For furnace and water wall penal insulation, mattresses with both side G.I. wire
netting shall be used.
F. L-hooks, retainers etc. shall be supplied and welded on fin only not tube, by
engaging a qualified welder.
G. The contractor shall carry out erection/dismantling of scaffolding wherever required.
Scaffolding material are to be arranged by the contractor.

21. Technical Requirement :- The insulation applied shall meet with the following
requirements :-

Page 21 |31
A. The temperature of finished surface shall not exceed 55oC within an ambient temp. of
35oC (20oC above the ambient temp. specified). If temperature is more and heat losses
exceeded on actual measurement, the contractor shall either replace the insulation
with superior material or provide additional insulation thickness at the Mtc. Wing’s
discretion at no extra cost to RGTPP.
B. The difference between cold face of the insulation and ambient will not be more than
200C.
C. All the thermocouples have to be marked with sleeves made out of aluminium sheet for
proper access during mtc. and replacement whenever necessary as per RGTPP/OEM
specifications.
D. All the cap nuts shall be covered with 0.63 mm Aluminium foil before applying the
insulation.
E. After completion of work, the contractor shall get the temperature of finished surface
checked from Engineer-in-Charge of work with his own instrument. There shall be no
air pockets inside the insulation.
F. GI sheet should be of the 24 SWG conforming to ISI-2770-1969 latest version, other
accessories like binding wire, self-taping screws, nooks, rivets etc. should be as per
standard practice.
G. Technical specifications of the cladding material to be used will be as per scope of
work attached.

22. The insulation should be supported on surface from all sides through pins, studs, nuts
& washers etc. to prevent it from slipping.

23. The insulation will be removed (from the damaged portion) and applied as per the
directions of the concerned Engineer-in-Charge.

24. The contractor shall carry out erection/dismantling of scaffolding wherever required.

25. The removal and providing of thermal insulation from equipments/pipes will be in the
scope of contractor and thereafter the contractor shall lift the dismantled unusable
insulation material and transport the same to the low lying areas within the premises of
the plant is directed by the executing agency. Aluminium scrap is also to be shifted to
the O&M Store by the contractor after completion of work.

26. Insulation thicknesses for various pipes/valves/equipments etc. are indicated in the
scope of work. The indicated insulation thickness is only the guideline. The contractor
is to design and specify the insulation thickness (if variation from the given thickness)
fulfilling the surface temperature requirement to the satisfaction of Engineer-in-charge.
Any work required to complete the above job is deemed to be included in the scope of
work to meet with the surface temperature requirements.

27. Any other work, which is not mentioned above but is required for the completion of job,
will be deemed to be included in the scope of work.

28. Payment will be made for the actual work carried out by the contractor/firm.

29. Work shall be carried out to the entire satisfaction of RGTPP Engineers. Any
modification/deviation from the given lines suggested by our supervisory agency shall
have to be complied by the contractor/firm.

Page 22 |31
30. Contractor will make his own arrangement for chain pulley block at his own risk and
cost without affecting the schedule of overhauling.

31. EOT Crane, wherever provided/available at site shall be provided by HPGCL free of
cost. If during the use, any damage occurs on account of mishandling on their part, the
same shall be got repaired by the contractor. Otherwise, the contractor will make his
own arrangement for the same at his own risk and cost without affecting the schedule
of overhauling. However, if EOT hoist is not available due to any reason, the contractor
shall make his own arrangement for completion of the work.

32. The contractor shall arrange all testing & measuring instruments as per the job
requirement.

33. Contractors shall have to arrange necessary 24 V lighting at various locations with
their own cables and lamps as per requirement but electricity will be free of cost.

34. All men and material for erection and dismantlement of scaffolding including
scaffolding material, to and fro transportation of scaffolding material etc. shall be in the
scope of the contractor.

35. The courts of the place from where the acceptance of tender has been issued shall alone
have exclusive jurisdiction to decide any dispute arising out of or in respect of the contract.

36. GST: GST, if charged, separately shall be said as per actual within delivery period on
production of following certificates:

a) Certified that transaction on which tax has been claimed will be included in the return
to be submitted to the GST authorities for the assessment of GST and the amount
claimed from HPGCL shall be paid to the GST authorities.
b) Certified that the goods on which GST has been charged have not been exempted
from GST under Haryana / Central GST Act or rules made there under. The charge
on account of the GST on these goods is correct under the provisions of the relevant
act or rules made there under.
c) Certified that we shall indemnify to HPGCL in case it is found at a later stage that
incorrect payment has been recovered on account of GST by us.
d) Certified that we are registered as dealer and our Haryana / Central GST No.
is_________________
*HPGCL GST No. is: 06AABCH4536J1ZM
Note: - Any increase in taxes and duties after the delivery period shall be on supplier’s
account and shall not be borne by HPGCL.
The firm has to submit the duly filled performa (as per Annexure-1 to 5) for compliance
of SOPs of GST and TDS.
37. Schedule for completion of activities:
For the work pertaining to Turbine and its Auxiliaries, the completion period of the work as
specified below shall be essence of contract:
The plaster work with insulation of HIP Turbine and its drain system should be completed
within 15 days after clearance from concerned EIC of work i.e. XEN/TGM-1 and the
cladding work will be completed within 30 days after light-up of boiler or commencement /
start of work, whichever is earlier.

XEN/M&P,
For Chief Engineer/RGTPP,
HPGCL, Khedar, Hisar.

Page 23 |31
Annexure-VI
Supervision / Quality Control of Work

1. 100% checking/supervision of the work will be done by the concerned Mtc.


Divisions i.e. office of XEN /BMD -1 and XEN/TGM-1, RGTPP.
2. The contractor will submit the advance programme/list of jobs/activities
proposed to be done to the concerned Mtc. Divisions. This programme shall
be chalked out by the contractor/firm in consultation with the concerned Mtc.
Divisions.
3. The contractor shall also submit the details and report of the work done on a
regular basis to the concerned Mtc. Divisions.
4. After completion of the job/work and successful commissioning of the
equipments to place on record that the work has been done by the contractor
as per scope of work of the work order, Protocols will be prepared by the
contractor in consultation with concerned Mtc. Division (executing agency i.e.
BMD-I and TGM-1) and got signed from : -
a) JE, AE/AEE & XEN of the concerned Mtc. Divisions i.e. BMD -I and
TGM-1.
5. On these Protocols, a certificate will be recorded by the contractor that all the
observations pointed out during supervision by HPGCL were attended.

XEN/M&P, RGTPP,
HPGCL, Khedar, Hisar.

Page 24 |31
Annexure-VII
STATEMENTS OF BIDDERS

1. Name of Bidder _______________________________


2. Address of Head Office _______________________________
3. Correspondence Address _______________________________
_______________________________

Phone No.

Email ID :

4. Legal status
5. PAN & TIN Number of the Bidder (attached self attested photocopies)
PAN ______________________ TIN ________________________

CST No. _________________________.

6. Bank Details (attached signed cancelled cheque)


i) Bank Name & Address
ii) Bank Account Number
iii) Bank Branch Code
iv) IFSC Code of Branch
v) Nature of account (current/saving/OD/CC)

7. Main Lines of Business


i. ___________________ since_________
ii. ___________________ since_________
iii.___________________ since__________

8. Annual Turnover of past three year


i. ________________________
ii. ________________________
i. ________________________

9. Past Experience:-
Name of Period Reference of Order Value contract
Organization wise
Contract

10. Any other: -

Signature & Stamp of Bidder

Page 25 |31
Annexure-VIII
UNDERTAKING OF STAFF ENGAGED

I ____________________________S/O Sh___________________________________

R/O_______________________________________________________working with

M/s_________________________________________________________hereby give

Undertaking that I will not claim any service in HPGCL in lieu of service render to the

Firm M/s _______________________________________________against work order

No. __________________________dated____________________________________.

Signature & Stamp of Contractor Signature of worker

Page 26 |31
Annexure-IX
PART–II - RATE QUOTING SHEET (PRICE BID)
(Only for demonstration not to be filled. Rates to be quoted online portal only)

Page 27 |31
Page 28 |31
Annexure-X

Check List
Sr. No. Documents Bidder Response
(Yes or No)
The Bidder must have contractor ID on HEWP Portal
1 (Haryana Engineering Works Portal) for participation in the
tendering process failing which the firm's tender will be
straight away rejected.
The bidder should be an Original Equipment Manufacturer /
2 Supplier (OEM/OES) or a registered vendor of HPGCL, as
per Vendor Registration Policy for the specific category of the
work / purchase.
OR
The bidder must have experience of successfully executed
Work Order(s) in HPGCL/NTPC/any SEBs/any PSUs/any
Corporations/Central Govt./State Govt./Semi Govt. or in any
Thermal (minimum capacity of Thermal Power Station/unit
shall be 110 MW or above) / Hydel Plant and have average
annual turnover and other eligibility conditions as given
below:
Experience of Execution of Work Order:
Bidders must have successfully executed the work order(s)
for the same or similar work(s) during last 7 years ending last
day of the month previous to the month in which applications
are invited having minimum order value as under :-
Single Order of the value not less than Rs. 50,97,435/-
OR
Two Orders of the value not less than Rs. 31,85,897/- each.
OR
Three Orders of the value not less than Rs. 25,48,718/- each.
Turnover:
Bidders must have an average annual turnover in last three
consecutive financial years ended prior to the financial year in
which applications are invited shall not be less than
Rs. 127.44 Lacs.
The contractor is registered under Contract Labour
3 (Regulation & Abolition) Act, 1970 and possesses a valid
labour license for deploying the workers on the work or will
obtain the same within 15 days of issuance of work order.
Contractor shall provide LIN No./Shop No. for registration.
The contractor should have GST No., EPF Account No. &
4 PAN No.
The bidder should have a valid ESI no. or shall submit an
5 undertaking to provide the same within one month of issue of
work order.
Submission of signed copy of tender document as an
6 acceptance to all the terms & conditions of the e-NIT

7 EMD deposited or provided proof for exemption.

8 Firm should submit a certificate to the effect that the tenderer


is not presently blacklisted from any Public Sector
undertakings of Central Govt. / State Govt. / SEBs /
Corporations / any other reputed Thermal / Hydel Plant etc.

Stamp and Signature of Authorized signatory

Page 29 |31
Annexure-1
Undertaking from the vendor (on vendor’s letter head for not generating
e-invoice)
We M/s. ……………………. having PAN ……………………… and GSTIN Registration
Number ………………….hereby undertake that our Aggregate Turnover (as per Section
2(6) of Central Goods and Services Tax Act, 2017) for FY 2019-20 does not exceed the
prescribed threshold (as on the date of this declaration) for generation a Unique Invoice
Registration Number (IRN) and QR code as per the provisions of Central Goods and
Services Tax Act, 2017 and rules thereunder (“GST Law”). Further, we also undertake that
if the aggregate turnover of M/s. …………………. exceeds the current threshold or revised
threshold notified by Government of India at any future date, then we shall issue invoice
and credit note in compliance with the required provisions of GST Law. In case of any
queries from the any state or centre Goods and Services Tax authorities, M/s.
……………………will be solely responsible.
Yours Truly,
For M/s………………………….
Authorized Signatory Name: Designation:
Annexure-2
Undertaking from the vendor (on vendor’s letter head) regarding
validation of GST registration (for each GST number separately)

1.1.1. GST registration of GST no…………………………. in name of


m/s………………………………………………………………..is valid as on
date…………..

1.1.2. No default has ever been made by me/my firm in name of


………………………………………………………………… in filing the various
GST returns and deposit of GST dues with the department with respect to
GSTN……………………………………….

Yours Truly,
For M/s………………………….
Authorized Signatory Name: Designation:
Annexure-3
Undertaking cum declaration from the vendor (on vendor’s letter head)
1.2. I undertake to submit a CA certificate regarding validity of GST
registration on every six months during the tenure of contract.
1.3. I undertake to submit copies of GSTR I and GSTR 3B/challans as
evidence to deposit of GST with certification that GST collected from
HPGCL, to be specified in exact rupees, has been paid to Govt. vide
this challan (specifying the challan no. & date of deposit) and returns
filed (date of filing of return) includes the transaction of supply of
Good or/and services to HPGCL.
1.4. I undertake to inform immediately the HPGCL about initiation of any
proceeding (if any) against me/my firm under the GST laws which
may result in suspension or cancellation of GST number of the
Vendor.
Yours Truly,
For M/s………………………….
Authorized Signatory Name: Designation:
Page 30 |31
Annexure-4
Undertaking cum indemnity bond from the vendor (on vendor’s letter
head) regarding timely deposition of GST

a) Certified that we are registered as taxable person under GST Act, our GST no. is
------------ and which is active as on------------.
b) Certified that bill for the month of------------in which GST has been claimed, is
included in all the GST returns submitted by us to the GST authorities.
c) Certified that we shall deposit the amount of GST collected from RGTPP/HPGCL
to the Government exchequer within the time specified under the GST Law.
d) Certified that the goods/services on which GST has been charged have not been
exempted from GST under GST Act. The rate/amount of GST in these
goods/services is correct under the provisions of the GST Act.
e) We give Undertaking-cum-indemnity bond to RGTPP/HPGCL that we shall
indemnify to RGTPP/HPGCL for any loss sustained in case we does not deposit
the GST to the government exchequer, which it has recovered from the M/s
HPGCL as tax.

Yours Truly,
For M/s………………………….
Authorized Signatory Name: Designation:
Annexure-5

Performa for declaration under Section 206AB/Section 206CCA

DECLARATION

I, ________________, ________________ (Designation) of ______________________


(Name of the Corporation/Company/Board/Trust), having PAN ________________ (here in after
referred as the Corporation/Company/Board/Trust), hereby declare and affirm a under:

1. That the Corporation/Company/Board/Trust is a regular income tax assessee.


2. That the Corporation/Company/Board/Trust has been filing its return of income tax
regularly.
3. That the Corporation/Company/Board/Trust has filed returns of income tax for the
financial years 2020-21 and 2021-22 under the provisions of section 139(1) of the
Income Tax Act, 1961 as per details given below:

Assessment Year Acknowledgement Number Date of filing

4. That the new provisions of Section 206AB/Section 206CCA which require


deduction/collection of tax at source at higher rates are not applicable to our
Corporation/Company/Board/Trust and hence tax may not be deducted / collected
at source at higher rates.

(Deponent)

That whatever stated above in the above stated para (s) are true to my knowledge
and belief.

(Deponent)

Signature Not Verified


Page 31 |31 Digitally signed by RAKESH HARSH
Date: 2024.07.11 12:35:24 IST
Location: Haryana-HR

You might also like