0% found this document useful (0 votes)
334 views

Karnataka Power Corporation LTD: (Raichur Thermal Power Station)

This document announces a tender for short term periodic assistance for maintenance works of I&C systems and field instruments at units 3 and 4 of the Raichur Thermal Power Station for a period of 90 days. The key dates are May 18 for tender queries, May 22 for submission, and May 24 for opening technical bids. Bidders must have an electrical license and experience in similar works. Eligibility criteria include having completed one similar work of Rs. 2 lakhs and an average annual turnover of Rs. 4 lakhs. The tender follows a two cover system and rates must be quoted in the price schedule online.

Uploaded by

rafikul123
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)
334 views

Karnataka Power Corporation LTD: (Raichur Thermal Power Station)

This document announces a tender for short term periodic assistance for maintenance works of I&C systems and field instruments at units 3 and 4 of the Raichur Thermal Power Station for a period of 90 days. The key dates are May 18 for tender queries, May 22 for submission, and May 24 for opening technical bids. Bidders must have an electrical license and experience in similar works. Eligibility criteria include having completed one similar work of Rs. 2 lakhs and an average annual turnover of Rs. 4 lakhs. The tender follows a two cover system and rates must be quoted in the price schedule online.

Uploaded by

rafikul123
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/ 30

KPCL – Raichur Thermal Power Station

KARNATAKA POWER CORPORATION LTD


(Raichur Thermal Power Station)

Tender Notification No: KPCL/2021-22/PS/WORK_INDENT10989 DTD 15.05.2021


(Through e-procurement portal only)

TENDER DOCUMENT
[General Terms and Conditions, Scope of work and Price Schedule (Part II)]

Name of Work: Short term tender of Periodical assistance for maintenance works of
unit#3&4 I&C systems and field instruments for a period of 90 days.

SCHEDULE OF VARIOUS ACTIVITIES:

01 Last date for tender queries up to 16:00 18.05.2021


hours on
02 Last date for submission of completed 22.05.2021
tender document up to 23:00 hours on
03 Date of opening of Technical bid at 15:30 24.05.2021
hours on
04 Date of opening of Price bids of pre- 26.05.2021
qualified tenderersafter 16:30 hours

Office of the
EXECUTIVE ENGINEER (I)-2
KARNATAKA POWER CORPORATION LTD
RAICHUR THERMAL POWER STATION
SHAKTINAGAR – 584 170
KARNATAKA STATE

1
KPCL – Raichur Thermal Power Station

ELIGIBILITY CRITERIA (PQR CONDITIONS) :


The intending bidder shall satisfy the following minimum qualifying requirements and produce documentary
evidences as indicated below, the fulfillment of which is a pre-requisite for opening of Part –II (PRICE BID).
• The tenderer should be class I/II Electrical contractor.As a proof of this, a copy of the valid
Electrical License issued by Gov.of Karnataka shall be furnished and shall have experience in I&C
maintenance works and shall have carried out the said works of 210 MW and above capacity Coal
based Thermal power stations

• The tenderer should have satisfactorily completed one similar work of of Rs 2 Lakhs in any one
year during last five years (2016-2017,2017-2018,2018-19, 2019-20, 2020-21) and shall submit the
work done certificate issued by the officer of the rank of Chief engineer or equivalent or /Head of
the project

• The tenderer in its name should have last five years (2016-2017,2017-2018,2018-19, 2019-20,
2020-21) achieved in at least two financial years an average annual financial turnover of Rs. 4
Lakhs as a proof the tenderer shall furnish profit and loss account and Balance sheet duly certified
by Chartered Accountant.

OTHER INFORMATION

a. The tender is of TWO COVER SYSTEM.


b. Rates shall be quoted in Tender Price Schedule (Financial Bid) in the website itself.
c. For those tenderer whose Technical bids satisfy the eligibility criteria and who have furnished
all the necessary documents, only their financial Bids will be opened.
d. Further details of the work can be obtained in the office of the Executive Engineer (I)-2 Raichur
Thermal Power Station, Karnataka Power Corporation Ltd., Shakthinagar-584170 during office
hours.
e. Aspiring Bidders/Contractors who have not obtained the user ID and Password for
participating in e-procurement in Karnataka Power Corporation Limited may log in to website
www.eproc.karnataka.gov.in for any relevant information to obtain the same.
f. Corrigendum/modification/corrections, if any, will be published in the website only. For any
clarification on e-procurement or request for e-procurement training contact Executive Engineer
(I&C)-2, RTPS, Shaktinagar-584170 or office phone +91-9480830445 or HP HELPDESK – 080-
25501216/25501227.

Sd/-
Executive Engineer (I)-2
Karnataka Power Corporation Limited
Raichur Thermal Power StationShaktinagar-584 170

2
KPCL – Raichur Thermal Power Station

Tender No. Date :


To
Karnataka Power Corporation Ltd.,
(Address of Unit)

From

Bidder’s name and address

GST DECLARATION BY THE AGENCY EXECUTING NEW WORKS


CONTRACTS AWARDED ON OR AFTER 1.7.2012

1. We are constituted as:


a. Proprietary concern.
b. Hindu Undivided Family.
c. Partnership firm.
d. Private / Public Limited Company.
e. Co-operative Society / Society.
2. The prices quoted are inclusive of GST payable by us. The Obligation to pay the said tax lies with
us.
OR
The services provided or to be provided by us are not liable to GST (Give reasons for non-
taxability. Separate sheet may be added)

3. We are not liable to GST as the total value for the year 2019-20 is not expected to exceed Rs.15
lakhs.
OR
We are registered as a GST Assesse. Our Service Tax Registration number is
______________________.

4. We are paying GST under one of the following schemes:


a. GST on the gross amount of the contract after deducting the actual value of goods
transferred in execution of works contract, and the VAT/CST payable thereon.
b. Paying GST 40% of the total value charged on execution of “original works”1

3
KPCL – Raichur Thermal Power Station
c. For maintenance, repair, restoration, recondition etc. of goods, we are paying GST on 70%
of the total value charged for the works contract.
______________________
1 Original works means (a) all new constructions, (b) all types off additions and alterations to
abandoned or damaged structures and land that are required to make them workable, (c) erection,
commissioning or installation of plant, machinery, or equipment or structure.
d. For maintenance and repair not covered by 4(c)above and finishing servicessuch as glazing,
plastering, floor and wall tiling, installation of electrical fittings of an immovableProperty,
we are paying service tax on 60% of the total valuecharged for the works contract.

We declare that the foregoing details disclosed by us and optionschosen by us are true and
correct.

Signature: ………………………………

Place: Name of signatory: ………………........

Date: Name of the contractor firm:

…………………………………………

Company Seal:

Note:Strike out whichever provision is inapplicable to you.

4
KPCL – Raichur Thermal Power Station

TECHNICAL BID CRITERIA

Name of the work: short term tender of Periodical assistance for maintenance works of unit#3&4 I&C
systems and field instruments for a period of 60 days
The bidder shall upload the following documents.
1. The declaration by the bidder in the letter head that “None of my contracts have been
terminated/foreclosed on account of my default in KPCL or else where during last ten years.”
This should be neatly typed in the letter head and signed by the bidder and scanned copy
shall be uploaded.

2. The declaration by the bidder in the letter head that “My offer has no conditions contravening
the commercial conditions of the bid.” This should be neatly typed in the letter head and
signed by the bidder and scanned copy shall be uploaded.

3. The declaration by the bidder in the letter head that “I have studied the site conditions, labour
conditions and read the Bid documents and related matters carefully and diligently and that I
have submitted the bid having studied, understood and accepted the full implications of the
agreement.” This should be neatly typed in the letter head and signed by the bidder and
scanned copy shall be uploaded.

4. The bidder shall also upload the scanned copies of the following statutory documents.
(a) Income tax PAN.
(b) Independent PF code registration.
(c) GST registration certificate.
(d) Labour licence certificate.
(e) KVAT/CST
(f) Valid Electrical licence
Note :The original statutory documents shall be produced for verification at any stage of tender
process as and when sought for, failing which, the bids are liable for disqualification.

Sd/-
Executive Engineer (I)-2
Karnataka Power Corporation Limited
Raichur Thermal Power StationShaktinagar-584 170

5
KPCL – Raichur Thermal Power Station

KARNATAKA POWER CORPORATION LIMITED


(Raichur Thermal Power Station)
SUMMARY SHEET
1. Name of the work short term tender of Periodical assistance for maintenance works of unit#3&4 I&C
systems and field instruments for a period of 90 days
2. Cost of the bid document:As per e-procurementportal, Govt. of Karnataka.

3. Contents of the Specification :a) Section I - General terms & Conditions


b) Section II -Scope of work
c) Section III - Price Schedule/Schedule –B (Part II)
4. Last date and time :As per E-portal Data
(Part – I & Part – II)in E-procurement portal

5. Date and time of opening : As per E-portal Data Part– I of tender Technical bid
6. Date and time of opening : As per E-portal Data Part – II of tender price bid

7. Place of Tender opening :Office of the SuperintendingEngineer(I)-1


Karnataka Power Corporation Ltd.,
Raichur Thermal Power Station
SHAKTINAGAR - 584 170

8.Contract period: 60 Days from thedate of Job order.

9. Compulsory EMD to be paid: 2.5 % of the total quoted amount(Through e-procurement portal)

Sd/-
Executive Engineer (I&C)-2
Karnataka Power Corporation Limited
Raichur Thermal Power StationShaktinagar-584 170

6
KPCL – Raichur Thermal Power Station

SECTION-I
GENERAL TERMS
AND CONDITIONS

7
KPCL – Raichur Thermal Power Station
SECTION - I
GENERAL TERMS AND CONDITIONS
1.0 INTRODUCTION :
2.0 Karnataka Power Corporation Limited(KPCL)is a Government of Karnataka undertakingwhich is
entrusted with design, construction, generation and maintenance of power projects in the Karnataka
state. Raichur Thermal Power Station (RTPS) is the first ever thermal power station of the
Karnataka state taken up by KPCL.
RTPS site is located at the right bank of the river Krishna at an elevation of 351 mtrs above the MSL. The
site is situated near Deosugur village in Raichur-Hyderabad highway at a distance of 18 km from Raichur
and 180 km from Hyderabad. Presently seven units of 210 MW capacityand one unit of 250 MW
capacityare in operation. The total installed capacity of RTPS is 1720MW and the plant is spread over 1324
acres area. The power station is catering around 30-35 percent of Karnataka state power demand.
It is proposed to engage an agency for Periodical short term tender of Periodical assistance for
maintenance works of unit#3&4 I&C systems and field instruments for a period of 90 days.
DEFINITION OF TERMS :
The expression “WORK”, “JOB” or “DUTY” where used in these conditions shall unless there be something
either in the subject or context represent short term tender of Periodical assistance for maintenance works
of unit#3&4 I&C systems and field instruments for a period of 90 days.

2.1 The “COMPANY / CORPORATION” means KARNATAKA POWER CORPORATION LIMITED


(KPCL) a Govt of Karnataka undertaking firm having registered office at No. 82, Race Course Road,
Banglore-560 001, KarnatakaState.

2.2 The “AGENCY/CONTRACTOR” means the Agency/Contractor to whom this work is awarded on
successful bidding.
2.3 “ENGINEER” means Chief Engineer (O&M) or Nominated Officers of Karnataka Power
Corporation Limited, Raichur Thermal Power Station, Shakthinagar.
2.4 “ENGINEER IN CHARGE “means, the Executive Engineer(I&C)-2/ Superintending Engineer (I)-1 or
nominated officers of Karnataka power Corporation Limited., Raichur Thermal Power Station,
Shakthinagar.
2.5 “CONTRACT” and “CONTRACT DOCUMENTS” shall mean and include the agreement, conditions of
the contract, technical specifications, scope of work, schedule, annexure, special conditions and all other
documents annexed to the bids, work order and letter of acceptance etc.,
2.6 “SPECIFICATION” shall mean the specifications annexed and any modifications thereof or additions
thereto as may from time to time be furnished or approved in writing by the Engineer.
2.7 “CONTRACT PERIOD” means the time specified for execution of the works in complete manner,
including the extension allowed thereof.
2.8 “NOTICE IN WRITING” or “WRITING NOTICE” shall mean a notice written, typed or printed
characters sent (unless delivered personally or otherwise proved to have been received) by registered
post to the last known private or business address or registered office of the ordinary course of post it
would have been delivered.

8
KPCL – Raichur Thermal Power Station
2.9 “SITE PREMISES OF COMPANY” means, Raichur Thermal Power Station, Shakthinagar. Whenever
in this contract the words “Directed”, “Required”, “Ordered”, “Desired” “considered” “Necessary”,
or like words are used, it shall be understood that the directions, requirements, permissions, orders,
desiring, etc., of the Chief Engineer (O&M) or other authorised Officers. Words “Approved”,
“Acceptable”, satisfactory to the Chief Engineer (O&M) or his authorised officers means, approved
by or acceptable or satisfactory to the Chief Engineer (O&M) / unless any other meaning is
otherwise intended.

2.10 “BIDDER/TENDERER” means any person or agency who submits the bid.
2.11 “CALENDAR MONTH”means English calendar referred for the purpose.

3.0 INSTRUCTIONS TO BIDDERS :


3.1 All works proposed to be executed by contract will be notified in the form of invitation to tender
put up on the notice boards of concerned offices/e-procurement. It will also be published in the
NEWS PAPERS wherever required.
3.2 This form will state the work to be carried out as well as the date for submitting and opening
tenders and the time allowed for carrying out the work. Also the amount of earnest money to be
deposited with the tender and the amount of the security deposit to be deposited by the successful
tenderer.
3.3 In the event of the tender being submitted by a partnership firm, it must be signed separately by
each partner thereof or in the absence of any partner, it shall be signed on his behalf by a person
holding a power of attorney authorizing him to do so. Such power of attorney should be produced
with the tender and it must be disclosed that the firm is duly registered under the Indian
Partnership Act.
3.4 Receipts for payments made on account of work executed by the firm, shall also be signed by all the
partners except where the bidderis described in their tender as a firm in which case the receipts shall
be signed in the name of the firm by one of the partners or by some other person, having authority
given by the firm.
3.5 Any person who submits a tender shall fill up in the Website stating at what rate for each item of
Price Schedule (memorandum showing items of work to be carried out), he is willing to undertake
the work. Only one rate for each item of work shall be quoted.
3.6 The officer calling for tenders shall open tenders in the presence of bidders or their representatives
who maybe present at the time.
3.7 The tender of any contract who does not accept the conditions contained in the tender documents
unless otherwise permitted by Corporation is liable to be rejected.Tender documents may be
downloaded from Government of Karnataka e-procurement website
https://eproc.karnataka.gov.in under login for Contractors.
4.0 Tenders must be electronically submitted (online through internet) within the date and time stipulated
in e-procurement portal. Tenders will be opened at the prescribed date and time in the e-procurement
portal, in the office of the Superintending Engineer (I) in the presence of such tenderers or their
authorized representatives who choose to be present at that time.

9
KPCL – Raichur Thermal Power Station
5.0 EARNEST MONEY DEPOSIT (EMD)CLAUSE :
5.1 An EMD of 2.5% of the total quoted amount shall be paid online through e-procurement portal
using any of the following payment modes:-
a. Credit card
b. Direct Debit
c. National Electronic Fund Transfer (NEFT),
d. Over the Counter (OTC) (Only through designated branches of ICICI Bank)
5.2 Tenderers may note the fact that their registrations with any other authority do not entitle them for
exemption from payment of EMD.

5.3 If the tenderer has not furnished the requisite EMD in the specified form as mentioned in clause 4.1,
the said tender will be rejected.

5.4 The EMD of the tenderer is liable to be forfeited:


i. If he withdraws his tender or fails to execute the work after acceptance of the tender or fails to
remit the Security Deposit.
ii. If he revises any of the terms quoted during the validity period.
iii. If, any of the documents / information furnished by the bidder is found to be false after
submission of the tender.

5.5 The earnest money of the unsuccessful tenderers will normally be returned within six months after
the receipt of the tender or one month after the finalization of tenderer whichever is earlier. The
earnest money deposit shall not bear any interest.The EMD remitted by thesuccessful tenderer will
be returned after submitting the requisite performance guarantee /security deposit for the work.

6.0 TENDER EVENTS :


(a) Date of issue of NIT As per e-portal
(b) Last date for tender queries As per e-portal
Last date and time for submission of As per e-portal
(c)
completed bids (Part-I&II) in all respects.
(d) Date of bid opening :
Technical Bid As per e-portal
Price Bid of only pre-qualified bidders in As per e-portal
the technical bid

7.0 GENERAL TERMS AND CONDITIONS OF TENDER :

Tender enquiries are invited from the agencies for the short term tender of Periodical assistance for
maintenance works of unit#3&4 I&C systems and field instruments for a period of 60 days.
7.1 It shall be the responsibility of the tenderer to furnish all other particulars which are necessary for
due consideration of the tenders though not mentioned in the specification.
7.2 Alternative tender shall not be considered.

10
KPCL – Raichur Thermal Power Station
7.3 The Agency shall give clearly in his tender the place of residence and postal address. The delivery at
the above name, place or posting in the post box regularly maintained by the Post Office or sending
by letter registered for acknowledgement or other communications shall be deemed sufficient proof
thereof.

7.4 The submission of tender by atenderer implies that he has read the notices and conditions of
contract and made himself aware of the scope of the work to be done.
7.5 Photo-copies of documents shall be accepted only after verification with the originals. The tenderer
shall produce the originals for verification whenever required.
7.6 In order that the tender may receive full consideration, the complete information asked for in the
accompanying schedule and elsewhere must be supplied by the tenderers.
7.7 It is not binding on the KPCL to accept the lowest or any other tender.
7.8 The tender for works shall remain open for acceptance for a period for 180--days from the date of
opening of second cover (Price bid). In case, tenderer withdraws his tender before the said period or
makes any modifications in the terms and conditions of the tender which are not acceptable to the
Corporation, then the Corporation shall without prejudice to any other rights to remedy, be at
liberty to forfeit 100 % of the said earnest money absolutely.

7.9 The bidder shall inspect the site, examine and obtain all information required and satisfy himself
regarding matters and things such as access to site, communication, transport, right of way, the type
and number of equipment and facilities required for the satisfactory execution of the work.Local
working conditions, uncertainties of weather, obstructions and hindrances that may arise, etc.,
which may affect the work or cost thereof shall be assessed by the bidder before submission of bid.
The CORPORATION as a basis for any claim shall not accept ignorance of site conditions. The
submission of bid by the bidder will be construed as evidence that such an examination was made
and any later claims/disputes in regard to rates quoted shall not be entertained or considered by the
CORPORATION.

7.10 Bid prices must be filled in the bidding schedule in e-portal under Schedule-B and those received in
any other form will not be accepted.

7.11 The bidder has to register themselves with the central excise department for remittance of service
tax.
7.12 The bidders shall have their own independent PF code and PF amount of the employees shall be
remitted to Contractor’s independent PF code only.
7.13 KPCL reserves the right to verify any information/documents furnished by the bidders, should the
circumstances so warrants in the overall interest of Corporation. In such cases, if the information or
the documents furnished are found to be incorrect or invalid, then the EMD furnished by such
bidders will be forfeited.
7.0 DUTIES, RESPONSIBILITIES & OBLIGATIONS OF CONTRACTOR:
7.1 TheAgency shall obtain insurance coverage for all the employees engaged for the work.
7.2 All the work shall be carried out under direction and satisfaction of the Engineer. Not with-standing
the fact that clearance or approval has been given by the Engineer, the agency shall be responsible
for the correction of positions, dimensions and the quality of workmanship.
7.3 TheAgency shall have at the site accredited and qualified men and supervisors with adequate
number of years of experience in execution of similar type of works for satisfactory execution of said

11
KPCL – Raichur Thermal Power Station
work. The staff deployed shall possess adequate knowledge of fire fighting, first aid & safety
measures.
7.4 In the event of occurrence of any accidents at/near the site of work or in connection with execution
of the work, a report shall be submitted by the Agency immediately to the concerned engineer
giving full details of the accident. He shall also report such accidents to all competent authorities
wherever such reports are required by them. Safety aspects are to be followed as per the industrial
safety norms.
7.5 Instruction may be issued from time to time during progress of the work, for removal and
re-execution of any work which is not in line withthe required specification in the opinion of the
Engineer.
7.6 The Corporation shall not be responsible for any of the unauthorized acts and or liable for any
damage/injury sustained by agency in the course of their work duty in and around the office and
plant premises.
7.7 The Contractor shall keep all documents such as Attendance, wage payment, personnel bio-data, PF
remittance and other statutory requirements.
7.8 The antecedents of the staff engaged by the Contractor for deployment in any Project Complexes
should be verified through local police or by any other Government Agencies and only suitable
persons with clean record should be deployed. The Contractor shall be responsible for the good
conduct of his staff while on duty as well as off duty in Corporation premises and the staff shall
present themselves as responsible persons at all times.
7.9 The Corporation shall not be held responsible or called upon to make good any losses/costs
incurred by the Contractor, on account of factors beyond their control such as rain, earthquake,
lightening, other natural phenomena, legal implications, etc., or for any reason whatsoever.

7.10 The Contractor shall make his own arrangements for safeguarding/ maintaining of his general tools,
general consumables and tools and tackles issued by Corporation.

7.11 The work is of time bound nature and hence theagency shall attend the work immediately on
intimation by the executing divisionand complete the work within the scheduled time.The
designated works will have to be completed within the scheduled period. The schedule period will
be intimated before commencement of work. Any changes in schedule period will be intimated
regularly over phone or letter.
7.12 During the course of execution of work if any extra work other than the workassigned, the payment
will be based on the labour utilized. For this purpose thetenderer should furnish labour rates
separately. However, payment for the materials used for these extra works will be made as per
actuals.
7.13 All the connected minor works which are necessary for completing the main work are to be carried
out by the contractor and no extra claims will be admitted
7.14 The Contractor shall employ only employees above the age of 14 years for the work. They shall not
engage any workmen without the knowledge of the Engineer in charge.
7.15 The Contractor shall submit the details of personnel employed and any other details necessary for
carrying out the work satisfactorily. In addition, the Contractor shall furnish the details of men
posted daily for the different works entrusted to him and actually engage such person and complete
the work satisfactorily. The Contractor shall also maintain proper records and present to the
concerned officers whenever called for.

12
KPCL – Raichur Thermal Power Station
7.16 The Contractor shall not be entitled for idle labour charges under any circumstances.
7.17 The Contractor shall keep the site reasonably clean and remove from the site and dispose of all
waste materials and rubbish as it accumulates and as directed and shall carryout any measure
required to comply with health and hygienic regulations. On completion of the work the site shall be
left clean and tidy to the satisfaction of the field Engineers.
7.18 The above premises are the property of the KPCL and theContractor is permitted to enter into this
property for carrying out contractual obligation only. Whenever the contract is terminated or the
contract comes to an end or KPCL decides that the Contractor will not be allowed to run the same, in
that event, KPCL will be entitled to restrain the Contractor from entering KPCL premises.
8.0 RIGHTS OF KPCL:
8.1 To reserve its right to seek for any additional details/ documents required at any point of time
during and after the process of bidding. If the agency fails to furnish such details their offer is liable
for rejection.
8.2 To reserve its right to modify, change, cancel any or all the tenders without giving any reason
thereof.
8.3 Final acceptance of tender rests with KPCL. KPCL reserves the right to accept or reject any or all
tender without assigning any reason thereof.
8.4 The schedule of works is liable to alteration by way of deletions or additions at the discretion of the
Corporation.
8.5 The Chief Engineer (O&M)T or by his authorized Officers of the Corporation shall have the power,
from time to time, in the execution of the work, to issue notice in writing and to instruct/direct
theContractor to make alterations / variations in the work.
8.6 If the Contractor fails to carryout the assigned works satisfactorily during the currency of the
Contract, the Corporation shall have the power to enter upon and take possession of the works and
to engage any other person, firm or agency to complete the work. The actual cost incurred by the
company(as assessed by KPCL) due to such failure shall be recovered from the Contractor.
8.7 To prevent disputes and litigations, it shall be accepted as an inseparable part of this contract that in
matters regarding work, interpretation of contract, mode of procedure and carrying out the work,
the decision of Chief Engineer (O&M) shall be final and binding on the Contractor.
8.8 SUBLETTING: No part of the contract shall be sublet without written permission, of Chief
Engineer (O&M), Raichur TPS, nor shall transfer be made by power of attorney authorizing
others, to receive payments on the firms behalf.

8.9 The Company reserves the right to extend if required by KPCL on mutual consent or short close the
contract depending upon the satisfactory execution of the work and the Contractor shall carry out
works on the same terms and conditions of the contract during the extended period in the event of
any extension given.
8.10 KPCL reserves right to award work to more than one agency if it is advantage to the Corporation.
8.11 TheContractor shall be liable to pay damages caused to the property of KPCL, on account of
negligence or defective working on the part of theContractor and his employees. Such amount of
damages shall be recovered from the R.A. bills of the Contractor.

8.12 The quantities shown in price schedule are tentative and liable for change. The payment shall be
made only to the items that are operated.

13
KPCL – Raichur Thermal Power Station
8.13 The entire general T & P is to be arranged by the Contractor. However the special tools, spares,
machineries and equipments required to satisfactorily complete the work entrusted will be provided
by the Corporation and the agency shall return all the special tools, machineries, equipment and
scrap/unused spares to Corporation in good condition after the completion of work. The cost of any
damages to special tools, equipment etc., will be recovered from the Contractor.
8.14 All the works to be carried out by you shall be supervised by a supervisor, therefore
qualified supervisor shall be deployed to monitor the works regularly.
9.0 CONTRACT TERMS :
9.1 PERIOD OF CONTRACT:
i. The period of contract is 60 days from date of issue of Job order. As the time bound programme is
firmly committed, the starting time and completion time should be strictlyadhered to. It will not
be possible to grant extension in completion time except underextraordinary circumstances, which
will be decided by the Chief Engineer (O&M). Thecontractor shall ensure completion of the job in
all respects within the specified timefrom the date of handing over of the equipment in each
unit.The contractor shall commence the work immediately on intimation over phone or letter to
start the work.
9.2 The Agencywhen warrantedshall carry out the works on all days including Sundays, general
holidays and also beyond working hours.During emergency, the Contractor shall attend the work
immediately on intimation andmobilize manpower to work round the clock.
9.3 TERMINATION OF CONTRACT:
i. If theAgency deniesto execute the work with due diligence and expedition or does not comply
with the instruction given, the Corporation reserves the right to terminate the contract by giving
one month notice.
ii. The misbehaviors on the part of employeesdeployed by the agency will be viewed very seriously
and the contract may be terminated if the same attitude is continued in spite of the three notices
issued by KPCL.
iii. If the services of the Agency is not satisfactory, fails to carry out the works to the satisfaction of
Corporation and if any of the conditions of the contract agreement is violated, the Chief Engineer
(O&M)T / SE(I) / EE(I&C)-2reserves the right to terminate the contract without notice
prematurely and recover damages besides forfeiting security deposit in full and also from the
other amounts, bills etc., payable to the Contractor. The decision of Corporation is final.
iv. If, any of the documents / information furnished by the bidderis found to be false after award of
the contract the EMD and SD will be forfeited and the contract will be terminated.
v. If the Firm fails to replenish the amount of security deposit attached/adjusted for default of
tenderer, the contract will be terminated.
vi. In the event of death or insolvency or insanity or imprisonment of the Contractor, the Corporation
can terminate the contract by a notice in writing pasted at the place of work as per the
contractor/labour (Regulation and Abolition) Act. The Contractor shall also ensure that there shall
be no violation of any of the labour laws by him. Under no circumstances the responsibility for
violation of any of the Rules/Provisions by the Contractor shall be taken by the Corporation.
9.4 PRICES:
i. The prices quoted by the bidders/ Firms shall include all the taxes, levies, dutiesetc., of
Government of Karnataka & Government of India, prevailing as on the date of NIT, travelling
expenses and all other incidentals. The Contractor shall quote his rates inclusive of PF alsoat
applicable rates as issued by PF Department from time to time. The Agency shall make their

14
KPCL – Raichur Thermal Power Station
own arrangement for local conveyance and lodging for their personnel and quote the price
accordingly.
ii. The intended bidder shall includeService Taxin his quoted price.The components of service tax
and other applicable taxes, which are included in the quoted price may be indicated in E- Portal
tax % column to know about the break up details.The bidder shallfurnish a declaration
indicated under service tax criteria.
iii. Prices quoted shall be deemed to include everything necessary to complete the work
satisfactorily as determined by the Engineer. The agency shall quote their prices for carrying
out the work (as per the scope of work), duties and responsibilities, facilities to be provided as
detailed in the tender document.
iv. If the rates/prices quoted by the successful bidder for certain items of the bill of quantities
(wherever such rates /prices have been called for in the bids) are found to be abnormally high
or low in relation to the estimate of the cost of work to be performed under the contract, then
KPCL may require the bidder to produce detailed rate /price analysis for any or all items of the
bill of quantities, to demonstrate the internal consistency of these rates /price with the
construction methods and schedule proposed. After evaluation of the rates/prices analysis
KPCL may require that the amount of performance security be increased at the expense of the
successful bidder to a level sufficient protect KPCL against financial loss in the event of
default by the contractor under the contract, if award is placed on recommended bidder.
9.5 VALIDITY:
i. The tender for works shall remain for acceptance for a period of 180 days from the date of opening
of Price schedule (Part II). If any tenderer withdraws his tender before the said period or makes
any modification in terms and conditions of the tender, which are not acceptable to the
Corporation, then the whole amount of EMD shall be forfeited to the Corporation.
ii. The quoted price shall be FIRM for the entire period of the contract and extension thereon. The
agreed rate of contract holds good for entire period of contract. And in the event of extension of
contract period, the agency shall provide the services at the same rates, terms and conditions of
the original contract.
9.6 PRICE BID EVALUATIONS:
Sum of total amount quoted by the bidders in price Schedule (Section III)shall be considered for the
purpose of evaluation of bid and for determining L1 tender. In case of difference between the price
quoted in words and figures, the lower of the two shall be considered.
9.7 EXECUTION OF AGREEMENT:
The successful bidder shall execute an agreement with KPCL on a stamp paper of Rs 200/- for
appropriate value in the prescribed form within 20 (twenty) days from the date of acceptance of the
Job order. The cost of stamp paper shall be borne by the bidder. Payment to the Contractor will be
released only after the execution of the contract agreement. Contract agreement shall comprise of
Stamp paper together with SECTION I - General terms and conditions, SECTION II - Scope of
work,Section III - Price schedule and other related documents.
9.8 CONTRACT PERFORMANCE GURANTEE / SECURITY DEPOSIT:
i. The successful bidder has to furnish DD/FDR/BG towards performance guarantee / Security
Deposit equivalent to 7.5% (10% of total contract value which includes 2.5% of EMD) of the
contract value at the time of entering into contract agreement. The same shall be valid for the
entire contract period.
ii. The Security deposit shall be refunded only on completion of the contract to the satisfaction of
the KPCL. If KPCL incur any loss or damage on account of non-fulfillment of obligations under

15
KPCL – Raichur Thermal Power Station
this contract, then such losses / damages incurred by KPCL shall be deducted from the security
deposit. The amount so deducted / adjusted shall not be refunded to the tenderer.
iii. If the whole or a part of the EMD / security deposit is adjusted / attached by KPCL for any
default of tenderer in the due fulfillment of the contract during the contract period, then the
Contractor shall immediately arrange to replenish the amount of security deposit so attached /
adjusted for the continued operation of the contract, failing which the contract is liable for
termination by KPCL, the responsibility for which shall wholly rest with the tenderer.
iv. In the event of any upward revision in the value of the contract arising on account of increase in
the schedule of works, the KPCL reserves the right to call for additional security deposit amount
and agency shall, on receiving intimation from the KPCL, increase the security deposit suitably
as may be directed by the KPCL within 30 days.
v. All compensations or other sums of money payable by the Contractor/agency, under the terms
of this contract may be deducted from his security deposit or from any sums that may be due, or
may become due to the Contractor by the Corporation on any account whatsoever and in the
event of security deposit being reduced by reason of any such deduction, the Contractor shall,
within 10 days thereafter make good the shortfall in the security deposit referred to above.
9.9 BILLING & PAYMENT:
i. No advance payment is entertained.
ii. The agency shall submit Invoice in quadruplet for the works carried out along with certified time
sheet.
iii. 100% Payment shall be made on submission of bills in complete manner along with the required
documents to Executive Engineer (I)-2, RTPS
iv. The payment will be made duly after deducting amount towards any statutory deductions.
v. On receipt of Invoice with all documents, certified bills will be forwarded to DGM (F) T for
releasing the payments. The payment may be released within 30 days from the date of
submission of billsand other relevant documents by the agency.
9.10 PAYING AUTHORITY:
i. The agency shall submit Invoice in quadruplet for the work done with all relevant documents to
the Executive Engineer (I)-2. All the payment related to this contract shall be made by the
Deputy General Manager (Finance) at RTPS Shakthinagar.
ii. Tenderer shall provide PAN/GIR Number to KPCL. GST and other applicable taxes if any shall
be deducted at source at the prescribed rates from the bills of agency as per the statutory levies /
taxes in force at the time of payment of the bills. Necessary certificates of tax deducted at source
(TDS)shall be issued by KPCL to the agency.
9.11 PENALTY:
i. Any complaints about misbehavior / non-compliance of regulations specified in the tender, poor
services, inadequate staff, and failure to obey the instructions of officers, not properly
maintaining the tools and tackles issued by the department etc., will attract penalty as deemed
fit by the Engineer.
ii. The work assigned to the Agency / Contractor should be attended immediately without any
delay in attending the work. Penalty will be imposed at the rate of 0.5 % per week subject to
maximum of 5 % of the total value of Contract.
iii. If the agency fails to carry out the work as per the contract terms, or not execute the work to the
satisfaction of the Engineer in charge, KPCL will entrust the work to other agency at Contractor’s
risk and cost. The actual cost incurred by the company (as assessed by KPCL) for the execution

16
KPCL – Raichur Thermal Power Station
of work will be considered for penalization and deducted from the running bill / outstanding
payment of the Contractor apart from taking any action deemed necessary.
iv. Any amount or amounts which becomes due and payable to KPCL from the contractor shall be
deducted from any amount or amounts becoming due and payable to the contractor under this
or any other contract with KPCL.
9.12 FORCE MAJEURE:
At any time during the continuance of this contract, if the performance in whole or in part of 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, sabotage fires, floods explosions, epidemics,
quarantine restrictions or other acts of God (hereinafter referred to as eventualities) then,
provided notices of the happening of any such eventuality is given by the agency to the Corporation
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 nonperformance or delay in performance/ deliveries under this contract
shall be resumed as soon as practicable after such eventuality has come to an end or ceased to exist.
Provided that if the performance in whole or part by the agency or any obligation under this
contract is prevented or delayed by reasons of any eventuality for a period exceeding 60 days, both
parties to the contract may at their option terminate this contract by a notice in writing.
9.13 PROVIDENT FUND :
The tenders shall submit Registration Certificate and Independent PF code number issued by the PF
authorities along with offer. The contractor shall remit installments of PF to his independent code
only, in respect of his workmen engaged for the work to the PF authorities and submit the proof of
remittance along with the bills (Invoices). The contractor/agency shall be aware of the provisions of
“Employees Provident Fund and Miscellaneous Provisions Act 1952” and amendments thereof.

9.14 DEATH, BANKRUPTCY, ETC.


If the Contractordies or commits any act of bankruptcy or being a Company goes into liquidation
except for reconstruction purposes or if his or its business is carried on by a receiver, the executors,
successors, or other representatives in lieu 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 Purchaser and shall for one month, during which he shall take all
reasonable steps to prevent stoppage of the work, have the option of carrying out the Contract
subject to his or their providing such guarantees as may be required by the Purchaser but not
exceeding the value of the work for the time being remaining un-executed. In the event of the
stoppage of the works, the period of option under this clause shall be 14 days only, provided that,
should the above option not be exercised, the Purchaser may determine the Contract by a notice in
writing to the Contractor. The power and provisions reserved to the Purchaser in the last preceding
clause on the taking of the work out of the s hands, shall apply as for may be when the Contract is so
determined.
9.15 SAFETY AND SECURITY:
i. Agency shall arrange group insurance/ workmen compensation insurance for their crew. In the
event of any accident/Injury/fatal to the Contractor’s employee/employees during the course of
his employment in pursuance of the present contract, the Contractor shall be responsible to pay
the compensation or any sum payable to such employee under the provisions of Law or
Regulations made there under including the provisions of Workmen Compensation Act. The

17
KPCL – Raichur Thermal Power Station
Contractor shall arrange for medical treatment for the injured employee. Contractor shall take
the responsibility of dealing with statutory /legal authorities in case of such events.
ii. The Raichur Thermal Power Station and surrounding area being a prohibited area, the agency
shall obtain entry pass for himself and other employees employed by him in the Raichur
Thermal Power Station from the concerned competent authority of KPCL for the entry in to the
RTPS. The Contractor and his employees shall abide and follow the rules of security and
instructions of the security officer at RTPS.
9.16 DISCIPLINE:
The Contractor shall ensure that he and his employees maintain proper discipline and decorum at
RTPS while dealing and executing the contract works so that there should not be any hindrance for
the smooth running of the Power station etc. If any of the employees of the Contractor is found
unsuitable by the Engineer-in-Charge at RTPS, then on demand by KPCL, such employee shall be
removed.
9.17 INSTITUTION OF SUITS:
No suit or any proceedings arising in any respect under this contract shall be subject to Jurisdiction
in law courts at Raichur, Karnataka only. It is agreed that no other court shall have jurisdiction to
entertain any suit or proceedings even though part of the cause of action might arise within the
jurisdiction of any such courts. Arbitration in this contract is not acceptable.
10.0 INSURANCE :
The Contractor/Agencyshould obtain workmen’s compensation insurance. The insurance shall
protect the Contractor against all claims applicable under the workmen’s compensation Act
1948(GOI) This policy shall also cover the against claims for injure, disability, diseases or death of
his employees, which for any reason are not cover under the workmen’s compensation act 1948. The
liabilities shall not be less than:
Workmen compensation - as per statutory provisions
Employees Liability - as per statutory provisions
11.0 GENERAL :
The Bid document is intended as a general description of quality envisaged for material, workmanship
and of the finished work. It is not intended to cover minute details. The work shall be executed in
accordance with the best modern practice and shall be to the complete satisfaction of the
CORPORATION. Special techniques approved by the Engineer shall be used if required and
wherever it is found necessary.Sd/-
Executive Engineer (I)-2
Karnataka Power Corporation Limited
Raichur Thermal Power StationShaktinagar-584 170

18
KPCL – Raichur Thermal Power Station

KARNATAKA POWER CORPORATION LIMITED


RAICHUR THERMAL POWER STATION
ANNEXURE
SAFETY REQUIREMENTS TO BE OBSERVED BY THE CONTRACTORS ON KPC PREMISES
The following instructions must be read carefully by the Contractor. No variation is allowed. Whatever
may be the pressure for speedy completion of the works, proper attention to the safety of the persons
must at all times be ensure.
GENERAL SAFETY REQUIREMENTS:
1. The contractor’s employees shall be at all times under proper supervision when working on RTPS
premises.
2. The contractor must ensure that all equipment's brought to site are in good conditions and are used
erected safely. Personal protective clothing and equipment's must be ensured.
3. The contractors must keep their site of work clean and tidy and clear of obstructions. .All floors and
walk way must be kept clear off materials in order that a secure footing can be maintained. Suitable
precautions are to be taken so as not to pollute the atmosphere, ground or water.
4. If it is necessary to remove any type of floor section, permission must be obtained from the concerned
Engineer substantial, secure barriers must be erected around any hole. Warning notices must be posted
by day and suitable lamps displayed during hours of darkness. All floor sections must be replaced and
secured as soon as practicable.
5. The contractor must ensure proper scaffolding and safe means of access to work place wherever
necessary.
6. Only properly tested lifting tackles and machines must be used. They must be kept under strict control
and not be left lying about on site. The safe working load must not be exceeded. Knotted cloths and
lashings are be avoided to lift the equipment. While lifting the area immediately below the operation
and adjustment to winching equipment's must be suitably barbered.
7. Whenever electrical supply is made available by KPCL the contractor should provide and maintain
the whole of the installation on the local side. All the portable tools, hand lamps must be connected
to the system by means of plugs and sockets of a good quality. The cable used must be in good
condition. All joints must be electrically and mechanically sound. Portable hand lamps must be
operated not more than 24 volts with a suitable transformer.
8. Supply to welding equipment must be specially arranged. The connections, must be sufficient in size
for the duly to be performed, properly protected for mechanical damage.
9. The work place must be kept clear of flammable material. Screens or mats must be used to prevent hot
metals below or on to adjacent equipment / personnel. Portable extinguishers must be kept near
welding or gas cutting work place. Gas cylinder valve keys shall be readily available at the cylinder.
For speedy closure in case of fire. As for as possible use portable trolleys for gas cylinders.
10. All personnel must wear protective equipment's and clothing suitable to the tasks and location in
which they are employed. Safety helmets, respiratory protection equipment's like dust mask, eye
protection devices like goggles and noise masks like earplugs must be used wherever necessary.
11. Care must be taken while using any equipment's that naked flames like grinding, gas cutting, welding
and extreme care must be taken to avoid occurrence of fire.
12. All the waste materials like cotton waste, loose insulation, scrap materials, flammable waste
materials like etc., shall be removed completely from the work place after completion of the work.
13. Workers working at a height, which is unsafe, shall wear safety belts with its hook attached to a
permanent structure.
14. It is the responsibility of the contractor to provide necessary safety equipment's and to ensure usage
of the same by the workers wherever necessary.

19
KPCL – Raichur Thermal Power Station

Sd/-
Executive Engineer (I)-2
Karnataka Power Corporation Limited
Raichur Thermal Power StationShaktinagar-584 170

20
KPCL – Raichur Thermal Power Station

SECTION-II
SCOPE OF WORK

21
KPCL – Raichur Thermal Power Station
SECTION - II
SCOPE OF WORK

Name of work: short term tender of Periodical assistance for maintenance works of unit#3&4 I&C
systems and field instruments for a period of 60 days.

The work involves:


Isolation of impulse lines, removing, transportation of I&C equipments to lab, for servicing, calibration,
putting back into original location and re commissioning under the direct supervision of
Contractor/contractor supervisor of various equipment’s like pressure transmitters, pressure switches,
temperature switches, temperature gauges, pressure gauges pertaining to FSSS, Closed loop system,
SADC, Open loop system, ATRS, HP Bypass, LP Bypass system, Generator Instrumentation, AUX
PRDS system, Servicing of Power cylinders and positioners pertaining to Burner tilt, ID Scoop, FD vane
control, PA Header pressure, HAD’s, CAD’s, FCV etc, and other control valves, Cleaning / Servicing
solenoid valves, level switches, scanners, Ignitors and Excitor boxes, SER system, Annunciation system
, various I&C system cabinets and related miscellaneous worksunder the direct supervision of
contractor/contractor supervisor.

Sd/-
Executive Engineer (I)-2
Karnataka Power Corporation Limited
Raichur Thermal Power StationShaktinagar-584 170

22
KPCL – Raichur Thermal Power Station

SECTION-III
SCHEDULE-B (PART II)

23
KPCL – Raichur Thermal Power Station

SHEDULE-B
Division : EE(I)-2

KARNATAKA POWER CORPORATION LTD


( Raichur Thermal Power Station)
Sub: Estimate for Short Term Tender for Periodical Assistance for Maintenance works of Unit#3&4 I&C
Systems and field instruments for a period of 90 days.
Sl. Description of work Unit Qty Rate/uni
No t in Rs
Total
. Amoun
t in Rs
1 PNEUMATIC POWER CYLINDERS
Services: Burner tilt,PA fan, Nos 4
Removal and servicing of one no. pneumatic power cylinder
includes the following works.
1. Isolation of pneumatic lines.
2. Removal & transportation of Air regulators to I&C Lab.
3. Cleaning & servicing of air regulators.
4. Changing of filter elements.
5. Reassembly of air filter regulator and checking of operation
in Lab.
6. Putting back the positioner in to its original
location and recommissioning works.
7. Changing of oil in lubricators.

2 PNEUMATIC POWER CYLINDERS :


Sevices: FD fan.HAD,CAD. Nos 2
Removal and servicing of one no. pneumatic cylinder includes
the following works.
1) Decoupling of power cylinder from its Location.
2) Isolation of pneumatic lines from power cylinders.
3) Removal &transportation of power cylinder to I&C Lab for
cleaning and servicing.
4) Cleaning & servicing of power cylinder.
5) Replacement of damaged / wornout parts, sealrings & o-
rings.
Greasing of power cylinder inner parts.
6) Reassembly of power cylinder and checking of operation in
Lab.
7
)

24
KPCL – Raichur Thermal Power Station
3 PNEUMATIC POSITIONERS:
Services: Burner tilt,PA fan,FD fan, CAD, HAD & SADC Nos 5
Removal and servicing of one no. pneumatic positioner
includes the following works.
1) Decoupling of positioner from its Location.
2) Isolation of pneumatic lines from power cylinders.
3) Removal & transportation of positioner to I&C Lab for
cleaning and servicing.
4) Cleaning and servicing of positioner in I& C lab
5) Replacement of damaged parts like O-ring, pilot, filter
element etc.
6) Reassembly of positioner after servicing and checking of
operation.
7) Putting back the positioner into its original location and
recommissioning works.
4 SOLENOID VALVE :
Service: Corner Nozzle valves,
Compressors,BFP,CEP,Recirculation valves,APH Nos 10
Removal and servicing of one no. Solenoid valve includes the
following works.
1) Isolation of pneumatic lines & Electrical supply.
2) Removal & transportation of Solenoid valve to I&C Lab for
cleaning and servicing.
3) Cleaning & servicing of Solenoid valve
4) Replacement of damaged / wornout parts, seal rings & o-
rings,
cleaning of plunger and pilot valve.
5) Reassembly of Solenoid valve and checking of operation in
Lab.
6) Putting back the positioner in to its original location and
recommissioning works.
5 HOT AIR GATE SOLENOID VALVE: Nos 3
Removal and servicing of one no. Solenoid valve includes the
following works.
1) Isolation of pneumatic lines & Electrical supply.
2) Removal & transportation of Solenoid valve to I&C Lab for
cleaning and servicing.
3) Cleaning & servicing of Solenoid valve
4) Replacement of damaged / wornout parts, seal rings &
O-rings, cleaning of plunger and pilot valve.
5) Reassembly of Solenoid valve and checking of operation in
Lab.
6) Putting back the positioner in to its original location and
recommissioning works
6 AIR FILTER REGULATOR AND LUBRICATORS :
Services: Burner tilt,PA fan,FD fan, CAD, HAD , SADC
,Corner Nozzle valves, Nos 10

25
KPCL – Raichur Thermal Power Station
Compressors,BFP,CEP,Recirculation valves,APH
Removal and servicing of one no. Air regulators include the
following works.
1) Isolation of pneumatic lines.
2) Removal & transportation of Air regulators to I&C Lab for
cleaning and servicing.
3) Cleaning & servicing of. Air regulators
4) Changing of filter elements
5) Reassembly of Air filter regulator and checking of operation
in Lab.
6) Putting back the positioner in to its original location and
recommissioning works
7 PRESSURE GAUGES:
Removal, servicing and calibration of one no. pr. gauges
include the following works.
1. Isolation of root valve, Isolation valve and removing pr.
Gauge.Transportation to I&C Nos 5
lab for servicing and calibration
2. Cleaning / servicing of pr. Gauge.
3. Fixing of pressure gauge and standard gauge to calibrator
and calibration of pr. gauge.
4. Putting back the pr. Gauge in to its original location and
recommissioning works

8 PRESSURE SWITCHES:
Removal, servicing and calibration of one no.pressure switches
includes the following works.
1. Isolation of root valve , Isolation valve and removing Pr.
switches.
2. Transportation to I&C lab for servicing and calibration. No's 5
3. Cleaning / servicing of pr. switches.
4. Fixing of pressure switch and standard gauge to calibrator
and calibration of pr. s/ws.
5. Putting back the pr. Switches in to its original location and
recommissioning works.

9 TEMP. GAUGES : No's 15


Removal, servicing and calibration of one no. Temp gauges
includes the following works.
1. Removing Temp gauges from its location & transportation to
I&C lab for servicing
2. Cleaning / servicing of temp gauges and calibration of temp.
gauges using temp calibrator.
3. Putting back the Temp gauge to its original location.

10 TEMP. SWITCHES :
Removal , servicing and calibration of one no. Temp No's 5

26
KPCL – Raichur Thermal Power Station
Switch includes the follwing works.
1. Removing Temp Switch from its location
2.Transportation to I&C lab for servicing and calibration.
3. Cleaning / servicing of temp S/ws & calibration of temp
S/ws using temp calibrator
4. Putting back the Temp Switch to its original location.
11 ELECTRICAL ACTUATORS.
Services: ID,FD,PA suction/discharge dampers,
EDD,FW/Extraction/MAL valves Nos 5
Servicing, limit switch adjustments and operation checking of
one no.
Electrical actuators includes the follwing works.
1. Servicing and cleaning of limit switches assembly.
2. Termintaion of electrical control cables.
3. Adjustments of open/close limit switches by operating the
valve manually
12 E/P CONVERTER:
Service: SADC,HAD,CAD.BFP,Burner tilt,PA,FD,Drain
valves Nos 15
Removal and servicing of one no. E/P Converter includes the
following works.
1) Isolation of pneumatic lines and control cable from E/P
Converter
2) Removal & transportation of E/P Converter to I&C Lab for
cleaning,
servicing and calibration .
3) Replacement of damaged parts if any
4) Cleaning, servicing and calibration of E/P Converter in I& C
lab Putting back E/P Converter
into its original location and recommissioning works
13 TRANSMITTER :
Removal and servicing of one no. Transmitter includes the
following works. Nos 8
1) Isolation of impulse lines and control cable from Transmitter
2) Removal & transportation of Transmitter to I&C Lab for
cleaning, servicing and calibration .
3) Replacement of damaged parts if any
4) Cleaning, servicing and calibration of Transmitter in I& C
lab
5) Putting back Transmitter into its original location and
ecommissioning works
14 CLEANING OF HIS AND SYSTEM CABINET
Cleaning of all HIS and System Cabinets includes the
following works. Nos 5
1) Removing Filters for cleaning and washing using detergent
15 O2 PROBE :
Cleaning Servicing and Calibration of one no O2 Analyser Nos 2

27
KPCL – Raichur Thermal Power Station
includes the follwing works.
1. Isolation of power supply and signal cables.
2. Removal of O2 probe and probe protection tube and
electronic unit.
3. Transpotation to I & C lab.
4. Cleaning and servicing of O2 probe and electronic unit.
5. Calibration of O2 Analyser using std O2 gas.
6. Remounting to its original location.
16 HEA IGNITOR ASSEMBLIES:
Removal and servicing of one no. HEA Ignitor assembly
includes the following works. Nos 24
1) Isolation of pneumatic lines.
2) Removal & transportation of HEA Ignitor assbly to I&C
Lab for cleaning and servicing.
3) Cleaning and servicing of HEA Ignitor assembly in I& C
lab
4) Servicing of Ignitor solenoid valve.
5) Removal of ADV / RET limit switches.
6) Cleaning of ADV / RET limit switches
7) Replacement of damaged parts like O-ring, gaskets ADV /
RET limit switches etc
8) Reassembly of HEA Ignitor assembly after servicing and
checking of operation.
9) Putting back the HEA Ignitor assembly into its original
location and recommissioning works.
17 FLAME SCANNER HEAD ASSEMBLY:
Servicing of one no.flame scanners include the following
works. Nos 30
1) Isolation of flame scanner cable .
2) Removal & transportation of flame scanner head assembly
to I&C Lab for cleaning and servicing.
3) Replacement of faulty components.
4) Remounting to its original location and checking the
healthiness.
18 HEA IGNITOR SPARK ROD AND TIP:
Removal and servicing of one no. HEA spark rod, spark tip and Nos 30
flexible cable includes the following works.
1) Isolation of spark rod along with tip .
2) Removal & transportation of HEA rod and spark tip to I&C
Lab for cleaning, servicing,.
checking and replacement of faulty rod and tip
3) Remounting to its original location.
19 HEA IGNITOR EXCITOR BOX:
Removal and servicing of one no. HEA ignitor excitor box
includes the following works. Nos 24
1) Isolation of electrical connections .
2) Removal & transportation of HEA ignitor excitor box to

28
KPCL – Raichur Thermal Power Station
I&C Lab for cleaning, servicing,
checking and replacement of faulty components.
3) Remounting to its original location.
20 GRAVIMETRIC/VOLUMETRIC FEEDER:
Servicing of one no. Volumetric fedeer includes the following
works. Nos 6
1) Isolation of Electrical connections .
2) Cleaning of Eddy current clutch drive assembly and local
panel
3) Replacement of defective parts like eddy current clutch,
Tacho generator and load cells
4) Calibration of feeder.
ELECTRONIC WATER LEVEL INDICATOR
21 (HYDRASTEP) :
Servicing of one no. electronic water level indicator includes
the following works. Nos 4
1. Isolation of electrical connections.
2. Isolation of steam line.
3. Drum level protection bypass.
4. Removal and Replacement of faulty electrodes.
5. Normalising electrical connectiuon & steam line
6. Cleaning of local panel.
Purging of Transmitters (1 No.) : Mill A to F PA flow
transmitters , Mill A to F DP transmitters,Secondary Air
22 Flow Transmitters, Seal Steam Pressure Transmitters.
1.Isolation of impulse line of transmitter.
2.Removal of input connection.
3.Purging of transmitters using External air Nos 15
4.Normalising the impulse line connection
23 Cleaning of Control Desk, Server and MMI
1.Cleaning of Control Desk , MMI monitors,key boards. Nos 2

1. The bidder shall quote the prices item wise in e-portal in the above format. Bids submitted in any
other format will not be considered for evaluation.
2. The quantities indicated above are approximate and liable to change. The rates quoted shall hold good
even if the quantity is varied to suit final requirements.
3. The rates quoted by the tenderer shall include all taxes & duties, PF, local conveyance,
accommodation and any other incidental charges.
4. Applicability of ED, KVAT, CST, GST, WCT, and any other duties, taxes and levies may be indicated
in the e-portal tax % column.
Sd/-
Executive Engineer (I)-2
Karnataka Power Corporation Limited
Raichur Thermal Power StationShaktinagar-584 170

29
KPCL – Raichur Thermal Power Station

30

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy