NTPC Limited
(A Government of India Enterprise)
Korba Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
Brief Details
2.0
NIT No: 40025761
40025761
Bidding Document No:
1.0
NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned
hereinafter:
III(3x500+1x500)MW UNITS.
(Domestic Competitive Bidding)
ANNUAL MAINTENANCE AND O/H OF MDV, MPO, AND COAL FEEDERS OF ST-II &
KS/CS/O&M/143126
Date:30.08.2014
NIT No.
17.10.2014 10:30:00
1,200.00
Services
15.10.2014 10:00:00
Source of IFB/NIT
Cost of Bidding Documents in INR
Last Date and Time for Bid submission
Bid Opening Date & Time
Technical Opening Date & Time
15.10.2014 10:30:00
Contract Classification
Document Sale Close Date & Time
17:31:27
20.09.2014 17:00:00
Document Sale Commencement Date & Time
NIT Date
30.08.2014
30.08.2014
Korba Super Thermal Power
the cost of the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC
A complete set of Bidding Documents may be downloaded by any interested Bidder on payment (non-refundable) of
3.0
4.0
and Integrity Pact (if applicable) shall be treated as non-responsive by the employer and shall not be opened.
stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security
Last Query Date (if any)
30.09.2014
Pre-Bid Conference Date & Time (if any)
EMD in INR
112000.00
Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline by the
Ltd.,
Payable
at
KORBA
through
or
directly
the
payment
gateway
at
our
SRM
Site
(https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). For logging on to the SRM Site, the bidder would require
vendor code and SRM user id and password which can be obtained by submitting a questionnaire available at our SRM
site as well as at NTPC tender site (
www.ntpctender.com). First time users not allotted any vendor code are required to
approach NTPC at least three working days prior to Document Sale Close date alongwith duly filled in questionnare for
issue of vendor code and SRM user id/password.
5.0
Brief Scope of Work & other specific detail
given elsewhere in the contract. However, in case of conflict, the special terms and conditions given as follows shall
prevail. Special terms and conditions are additional conditions for a particular package.
1.2 Unless specifically mentioned, the Sr. Superintendent of the concerned executing department shall be engineer in
1.3 In case of any ambiguity/dispute about the various conditions of the contract, the documents shall be referred in
contract.
charge for the
SPECIAL TERMS AND CONDITIONS:
1.1 The special terms and conditions given as follows are complimentary to those given in GCOC or any other conditions
1.0 IMPORTANT NOTES:
- Special and other terms and conditions.
- Scope of work and notes.
- Special conditions of the contract (For O&M contracts)-GCOC
following order.
The schedule indicated in Special Terms & Conditions, is tentative and is subject to change at the sole discretion of
The contract shall be valid for a period of 12 Months (1 Year) from the date of award. However at the discretion of
4.0 SCHEDULED DATES FOR COMMENCEMENT OF ACTIVITY: -
N.T.P.C.
3.0 PERIOD OF CONTRACT:
2.0 Notes appended with the scope of work and schedule of quantity are part of the contract and as such the contractor
NTPC (due to any reason) time extension for another 3 months (beyond 12 month period) may be required. The party
has to execute the work in extended time period at the same rate and terms and conditions of the contract.
is bound by these.
shortest possible time. Equipment work maintenance shall be done continuously round the clock for which contractor
should have sufficient manpower available to deploy them in 2/3 groups working along with skilled technicians in each
shift as required.
The contractor should engage the manpower as per the direction of NTPC Engr.-in -charge to complete the work in
This contract is for the work of St-II (3x500MW) and St-III (1x500MW) maintenance and overhauling work and
contractor must mobilize accordingly for the period of contract.
5.0 MOBILISATION PERIOD:
The contractor must be fully mobilized to take up the work at any time immediately after the equipment/machine shut
The contractor must be able to mobilize to take up the above jobs in 2/3 equipments simultaneously.
The jobs included in the contract may have to be taken up simultaneously. No extra claim shall be entertained by NTPC
either for idle labor or reduced mobilization period as the case may be.
be entertained by NTPC either for idle labor or reduced mobilization period as the case
down & receipt of information.
may be.
Date of commencement of work for any equipment included in scope of work shall be reckoned from the date of issue
6.0 SCHEDULED PERIOD OF COMPLETION OF WORK IN EQUIPMENT UNDER MAINTENANCE:
For unit overhaul, under the normal circumstances mobilization period of seven days prior to commencement of O/H
arises. No extra claim shall
shall be given. However contractor should be in position to mobilize fully even in short period of three days if need so
of permit to work
The total contract value payable shall be on basis actual quantities of the job executed.
quantity are satisfactorily completed and the trial is certified successful by the Engineer-in-charge.
Date of completion of work shall be the date on which the work as specified in the scope of work and schedule of
or the date on which equipment/system is cleared for commencement of work by Engineer in-charge.
7.0 SCHEDULED QUANTITY OF WORK: Scheduled quantity of work will be as per attached Schedule of Quantity.
8.0 WORK IN PROGRESS shall be carried out round the clock every day including holidays, as per requirement of
Engineer in charge.
9.0
SITE ORGANISATION OF THE CONTRACTOR:
The contractor shall authorize one of his representatives to act as overall SITE IN CHARGE for this contract. The site
In addition, the contractor shall deploy minimum one site supervisor per shift for co-ordination of work in any particular
the job.
SATISFACTORY execution of work. Site in charge should normally be available at the work site during the execution of
shall acts as authorized representative of the contractor.
and abide by all instructions given by the Engineer-in-charge or his representative for SMOOTH, SAFE and
in charge shall co-ordinate all activities to ensure satisfactory working. In addition to his normal duties, he shall receive
shift. The SHIFT SITE supervisor should be available at work site, in absence of SITE-IN-CHARGE; shift site supervisor
The names of SITE-IN-CHARGE and SHIFT SITE SUPERVISORS SHALL BE COMMUNICATED in writing to
Engineer in charge at the starting of the contract.
10.0 COLLECTION AND RETURN OF SPARES AND OTHER ITEMS REQUIRED FOR EXECUTION OF WORK:
The SITE-INCHARGE of the contractor shall authorize TWO OF HIS REPRESENTATIVES to collect materials from
NTPC as per requirement.
at scrap yard as identified by Engineer in charge. Total expenditure on deployment of labor for above job is to be borne
Any damage caused to the T&P shall be made good by the contractor including the cost of spares (if required).
However, liability of the contractor on this account is limited to the value of the contract.
by the contractor. Contractor should take receipt of the material returned to NTPC.
On completion of work, the contractor shall return the T&P ISSUED BY NTPC in satisfactory working condition.
wards scrap with resale value will be segregated & returned to central store by contractor. Balance scrap will be dumped
return all unused/partially used/ items to NTPC central store/field store/as decided by Engineer in charge within SEVEN
The materials are to be collected by the contractor from NTPC Central stores or FIELD/SITE STORES as the case may
DAYS OF COMPLETION OF WORK.
All the scrap generated from workplace has initially to be shifted to a location identified by Engineer in charge. After
be. The collection & transportation of materials from the site will be carried out by the contractor. The contractor has to
12.3 Contractor shall deploy min. one right fitter for all precision jobs who can handle the job with quality and also
two technicians, two rigger, two welders and ten nos. of helper and one supervisor in each day including
A record of progress of work item wise progress of work measurement of critical parameters. List of consumables
precision work
like Coal feeder main gear box/bearing assemblies and COC assembly work and replacement work etc.
shall deploy
In the event of parts lost during the work the cost of the parts shall be recovered from the contractor.
issued and consumption. Any other record considered necessary by NTPC.
11.0 SAFE CUSTODY OF DISMANTLED PARTS shall be the responsibility of the contractor.
12.0 The contractor shall maintain records/checklists provided by Engineer in charge if any.
shift roster. (And also able to increase the work force as per the requirement given by Engineer in charge)
12.2 Contractor shall carry out the work with sufficient technician, rigger, welder and helper and supervisor in all
12.1
14.1 Greasing & Minor repair of all mill side hoists of STAGE-II & III Mills is to be done by contractor as per
requirement.
in the scope of work without
implication.
14.2 Any inspection for minor jamming of all mill side dampers and gates is to be attended without any extra financial
13.0 QUALITY:
Maintaining quality in general shall be the responsibility of the contractor. Engineer in charge shall
check/certify
only the critical parameter during the work and will issue guidelines regarding the quality aspects.
any additional financial implication as per instruction of Engineer In charge.
perform all associated jobs, which may be considered necessary for the purpose of successful completion of jobs covered
14.0 The description given in the scope of work is only the broad outline of the job. The contractor shall have to
16.0 GUARANTEE OF WORKMANSHIP/DEFECT LIABILITY PERIOD:
16.1 The contractor shall guarantee the work carried out by him for a period of 72 hrs from the trial of mill and feeder
15.0 If some fixture is to be fabricated during execution of job. The same is to be done by contractor.
16.2 For proper co-ordination, the contractor shall maintain a contact point at Korba during the defect liability period so
that the information can be passed on to the contractor without any loss of time.
(Excluding cost of spares) shall
16.4 However if NTPC is unable to make the equipment available for rectification of such defect within seven (07) days
be recovered from the defaulting contractor.
after maintenance against any defect/ abnormality arising out of poor work man ship and not requiring a unit shut down
16.3 In the event of non-availability of representative of the contractor to receive the information or delay on the part of
by alternative means at the risk and cost of the contractor. The entire expenditure thus incurred
or load reduction for attending. Such a defect shall be attended by the contractor at no extra cost.
the contractor to start the rectification work on receipt of the information, NTPC may at its description carry out the
17.0 COMMISSIONING / TRIAL OPERATION OF / FULL LOAD OPERATION OF THE UNIT:
rectification work
from the date of first trial of the mill after maintenance, the contractor shall not have any liability towards rectification
of said defects.
The contractor shall make available his men with all necessary T&P in his area of work round the clock during
commissioning of the equipments as well as during coal firing of the unit after overhauling for a period of up to 72
hours after achieving full load of unit, to attend any defect arising in his area of work.
In the event of failure of the contractor to attend the defects arising during commissioning and trial of the unit, during
coal firing, NTPC may at its discretion get the same attended by alternate means and deduct the expenditure from the
19.0
contractor's bills.
PENALTY CLAUSES:
19.1 The clauses given below supersede any other relevant clause given elsewhere in the contract.
19.2 TOTAL PENALTY:
19.2.1 Total penalty in respect of all clauses will be limited to 10% of the contract value.
19.2.2 Total penalty, as per GCOC.
19.3 PENALTY FOR IMPROPER HOUSE KEEPING:
18.0 The engineer in charge shall have liberty to ask the contractor for deployment of labor before mill maintenance for
pre outage
activities, related with the preparation of mill maintenance, considered important by him. The contractor has
to comply with the instruction of engineer in charge.
of mill. A
of men or machine. A penalty of rupees two thousand only (Rs. 2000/-) is liable to be imposed for every such
safety
penalty of Rs. 25/- per tool per day shall be imposed on the contractor.
occasion. This imposition of penalty shall be restored to in case the contractor fails to improve the conditions even after
In case it is observed that the contractor is violating any safety norm or any of his working practice is detrimental to the
19.5 PENALTY FOR UNSAFE WORKING PRACTICES:
If the working area (Mill & Feeder floors) is not reasonably cleaned /cleared of all scrap and other material generated
during work, within 24 hours after the completion of the work and not completely cleaned within 72 hours after
completion of work then NTPC will have liberty to deploy alternative means to get the area cleared. In such an event
(Rupees One thousand only), whichever is more.
the defaulting contractor shall be penalized to the extent of twice the expenditure incurred by NTPC or Rs. 1000/-
19.4
If the contractor fails to return any T&P issued to him for work, within seven working days from the date of trial
and penal actions.
Total Penalty under only this head shall be limited to 10% of the contract value. This is exclusive of all other penalties
addition to aforesaid penalty.
19.6 PENALTY FOR POOR WORKMANSHIP CAUSING OUTAGE OF THE UNIT OR LOAD REDUCTION:
In case a defect, which shall cause shutdown of the unit or reduction of load on the unit is noticed within the defect
engineer in charge has cautioned him.
liability period. Then in addition to rectification of said defect a penalty of Rs.5000/- shall be imposed on the contractor
for every such instance, provided such a defect is attributable to poor workman ship/ negligence/ omission of the
contractor).
If the rectification is done by any other agency, then the cost of rectification will be recovered from the contractor in
deterioration
In case it is seen that the consumable provided by NTPC are not being stored properly and this negligence results in
in the quality of consumable to such an extent that it cannot be used, or if used, it will not give desired
period during which the supervision is inadequate.
In case the contractor fails to provide competent supervisors. A penalty of Rs. 200/- per day shall be levied for the
19.7 PENALTY FOR INADEQUATE SUPERVISION:
19.8 PENALTY FOR IMPROPER STORAGE OF CONSUMABLES:
NTPC inputs shall be provided free of cost unless specifically mentioned otherwise.
20.3 Various NTPC inputs, as given below, shall be provided to the contractor as per the requirement of the work. The
20.2 If the contractor fails to provide any input covered in his scope, NTPC may at its discretion, provide this to the
such input cannot be a basis for delay in completion of work.
contractor on cost recovery basis or at penal rates as given in the following clauses. However non availability of any
20.1 These clauses shall supersede all material supply clauses given elsewhere in the contract.
20.0 MATERIAL SUPPLY/INPUT CLAUSES:
quality, then the cost
of such items will be recovered from the contractor.
(IV) Any other special T&P as per requirement.
(I) Special Hydraulic Jack used for journal spring tension adjustment.
(III) Chain Pulley Block above 10 Tons capacity.
(II) Hydraulic jack above 50 Tons capacity.
20.4 NTPC may provide items, which are in contractor's scope with proper deduction as per special terms and condition
20.5.3 All Special T&P for carrying out the jobs example: -
20.5.2 All materials for scaffolding except coir ropes & binding wires.
20.5.4 Special purpose welding electrodes (Other than general purpose electrodes).
NTPC INPUTS
Power supply for all Electrical accessories and welding machine and 230/24 V Transformer.
20.5
of the contract issued by the C&M.
20.5.1
20.5.10 Workshop facilities shall be provided as per requirement of the job as decided by Engineer-In-Charge. The
20.5.9 All spares, including hardware (Fasteners, Hacksaw blade, Emery paper) items for equipments under maintenance.
contractor shall provide however unskilled workers required for the transportation of material.
20.5.7 Consumables like Diesel, Petrol, for filter and bearing cleaning, any chemicals and any other consumables, which
shall become the part of machine after applications like varnish of electronic motors & thinners/paints etc.
20.5.6 All types of steel (Plates, Structural etc.) subject to requirement at site.
or any special electrode for experiments.
20.5.5 All sealing materials.
20.5.8 All insulations materials like refractory, mineral wool, kawool.
20.5.11 Flood light fittings with Lamp if required.
20.5.4.a All Hard facing electrodes, C.I. electrodes, SS welding electrode, Cutting electrodes for cutting SS material only
measuring
special
20.5.13
Any
instruments
decided by EIC at the earliest availability. However no idle manpower or other claim shall be admissible in case of delay
:
The rates quoted by the Bidder shall be inclusive of but not limited to providing following inputs at no extra cost for
Vernier
to availability.
calipers,
like
in providing this equipment
CONTRACTOR#S INPUT
20.6
20.5.12 Mill side Hoist/Hydra/Battery operated Truck/Fork lifter/Truck/ Electric winch: These shall be provided for use
Micrometer,
gauge,
protractor,
Bevel
for execution of work depending upon their availability. Mill side Hoist, Battery operated truck, Fork lifter, Hydra &
Inside/outside Micrometer etc if available with NTPC.
20.5.14 The items covered in the contractor#s scope of supply may be provided by NTPC on cost recovery basis subject
Depth
Truck, Electric winch will be provided free of cost. NTPC shall provide this equipment based on job requirement as
successful completion of the work.
20.6.1 General purpose electrode, manufacturers as per NTPC Standardisation list which is as follows
f. Voltarc Electrode pvt ltd.(Brand Name-SPEED ARC)
e. Fusion Engineering Products.(Brand Name-ELECTRA 9)
20.6.4 Welding Machines, Grinding Machines (Portable), Drilling Machine (Portable) and other general portable tools
a. D&H Secheron electrode Pvt Ltd.(Brand Name-NORMA)
b. General Electrodes Pvt Ltd.(Brand Name-GRICON BLACK)
20.6.3 Coir ropes and binding wires for scaffolding.
(Power driven) with accessories and at least one no. portable welding machine for attending steam/oil line leakages or
g. Honavar Electrodes Pvt Ltd.(Brand Name-REGULAR-S)
c. Modi Arc Electrodes.(Brand Name-STEELON STD)
20.6.2 Safety appliances and protective equipments for workmen including for those supply under manpower assistance.
d. Esab India Ltd.(Brand Name-ESSAB FERRO SPEEDS PLUS)
Safety harness/fall arrestor/anchor rope shall be used for works where fall from height is likely, as per latest valid IS.
valve replacement.
20.6.5
All general tools (Spanners, Screw drivers, Hacksaw frame, Tap set etc.) including lifting tackles slings,
D-shackles, Pulleys, Pulling and Lifting Machines, (Chain Pulley Blocks upto 10 MT capacity) along with accessories.
20.6.6 Hand lamps of 24/230 Volts with Cables, for proper illumination of work area.
20.6.7 Upto 4 MM (2, 3, 4 Core) Flexible electric cable for portable hand lamps of 24/230 Volt & Flood lamp.
20.6.8 Welding cables, Holder and other accessories.
20.6.9 Grinding wheels, Cut-Off Wheels, Drill bits.
20.6.10 Gas cutting set along with cutting gas.
20.6.11 Fire hose with nozzle and coupling for cleaning.
20.6.12 Sufficient 24V hand lamp sets with bulbs.
--------------------------------------------------------------------------------------------------------
Sl.
Description of T & P
Welding Machine
No.
or part thereof
1.
Welding Transformer (3 Phase Type)
Rs. 350/-
Rate per T & P per day
2.
Rs. 125/-
20.7 HIRE CHARGES for T& P shall be as follows:
-------------------------------------------------------------------------------------------------------
3.
Welding Transformer (Two operator type)
4.
Chain Pulley Blocks, Pulling/ Lifting M/c.
Rs. 250/-
5.
Portable Electric hand tools
contractor shall submit the bill to the engineer in charge for the portion of work executed along with.
21.1 Contractor#s bill shall be cleared for payment by the Engineer in charge within seven days of presentation. The
--------------------------------------------------------------------------------------------------------
21.1.1 The proof of the disbursement of wages/benefits to the workmen engaged by him for the said work.
21.0 RELEASE OF PAYMENT TO THE CONTRACTOR:
0.5 % of NTPC PSL Rate.
1.0 % of NTPC PSL Rate.
The contractor as matter of practice should notify in advance in writing the date on which wages is to be disbursed to
NOTE: - The contractor must do disbursement of wages/benefits through bank only and must submit papers on account
his workers.
22.0 Security deposit: security deposit shall be deducted from the contractor and will be released as per following
condition.
of proof as and when required by engineer in charge
The contractor must submit and keep the ESI and police verification documents of each person deployed permanently or
none permanently during the period of contract.
21.1.3 Deduction for the non-execution of a part of a work.
21.1.2 Details of material drawn from and returned to NTPC site/central stores and consumption of the same.
said contract.
23.0 Release of security deposit:
security deposit for the work shall be released in final bill only if:
23.2 The contractor has cleared all his liability towards payments wages/benefits to the workmen engaged by him for the
23.1 The defect liability period for all works done have been satisfactorily completed.
25.0 Off loading of any item of work in part OR full:
adequate as per EIC to complete the work in time.
23.3 The contractor has cleared all his liability towards NTPC for the said contract.
25.1 If the contractor fails to give a satisfactory progress of work and/ or the resources mobilized by him are in
24.0 The contractor has to submit PF Challan.
OR
25.2 If the quality of work is poor and there is no improvement even after 24 hrs. of issue of notice of the engineer in
charge
OR
25.2.1 If the contractor fails to start any item of the work within 24 hrs. of the date specified by the engineer in
charge. Then the engineer in charge may, without prejudice to any other right to remedy which shall have accrued shall
accrue thereafter to NTPC engage an alternate agency to complete any or all such items at the risk and cost of the
defaulting contractor .
27.0 The leave benefits and other benefits as per relevant rules shall have to be paid to worker.
28.0 Statutory provisions
26.0 All the workmen engaged by the contractor shall be covered under PF rules irrespective of their period of
employment.
act-deployed manpower is to be submitted.
Whether mentioned in this contract or not shall be binding on the contractor valid labor license & insurance as per
requirement of Factory
31.0 Testing/ checking of contractor#s T&P and electrical equipments inside plant premises if possible and it includes
following points.
plant premises.
1. This testing / checking is in addition to whatever tests / checks the contractor might have got done before entry in to
30.0 All T&P being used by the contractor must be tested and inspection must be carried out as per statutory
be binding
on the contractor.
29.0 Also if there is any change in labor laws after the contract has been awarded, then the new law shall automatically
act.
2. Shifting of T&P like chain pulley blocks, winches, hook chooks, slings, wire ropes etc (all T&P for which periodic
testing is a must as per Factories act / or is required to ensure their safe performance) to testing site.
8. The contractor shall compulsorily provide personal protective equipments to his employees and in the event of not
which, the validity of such a test has expired, a penalty of at least RS. 1000/- shall be imposed for each such occasion.
7. In case it is observed that deployment of any T&P / electrical equipment which has not been got tested, or, for
T&P shall be done by the contractor only.
6. Arrangement of and payment for the competent person (as recognized by the factories act) for testing of their own
Failed T&P shall be sent out of plant premises.
5. Submit copies of the test certificates issued by the competent person based on tests carried out as above to EIC.
after testing.
4. Shifting of weights / loads / other items required for testing purpose to the test location & also return back the same
testing loads and needs to do all necessary arrangement.
3. NTPC Lifting tools like hoist/winch machine also tested by competent persons and for this contractors has to shift the
providing the same, it may be provided by NTPC at contractor#s cost and risk, and the cost will be recovered from his
9. No additional financial compensation shall be paid by NTPC to the contractor on account of increased expenditure
particularly with
respect to electrical connections, welding, and cutting.
bills.
against covered
this clause i.e. 31.0.
contractor will be fully responsible for the safety of his workers including those supplied for manpower assistance.
Besides the various statutory requirements prescribed to ensure safety special attention is here by drawn to the following
34.0 Contractor should depute one supervisor to ensure safety at work. For any lapse of safety measure, he will be held
32.0 SAFETY: The contractor has to strictly follow the safety regulations for safe working of men and equipments,
33.0 Pulling and lifting, grinding and working at high elevations with scaffoldings.
responsible. The contractor should clearly understand that safety of men at work is as important as the work itself. The
34.1 GENERAL SAFETY PRECAUTIONS:
safety precautions in particular.
and isolation (electrical/mechanical) to be checked.
34.1.1 All persons should wear safety helmets in the work area.
provide proper fencing. The gratings are to be fixed properly after completion of job.
34.1.3 Proper illumination should be provided in working area.
34.1.4 Hand railings/TOE guards etc. wherever removed shall be restored as soon as possible after completion of work.
34.1.2 All persons should wear safety shoes and use other personal protective equipments as deemed necessary.
34.1.5 Work should be started only after ensuring that valid permit to work is available for working in the relevant area
safety dept. from time to time.
34.1.6 Wherever openings have been made in the floor, suitable warning boards will be displayed and the contractor will
Contractor shall ensure that all of his workmen deployed for the work have compulsorily undergone safety training at
safety department or elsewhere organized by safety dept. before the start of work. Safety training is being organized by
34.3.1 D.A. Carrying hoses should be kept away from the welding cables. The hoses should be healthy with proper
34.3 SAFETY PRECAUTIONS RELATED TO WELDING AND GAS CUTTING:
clamping to prevent
34.2 SAFETY TRAINING:
chances of gas leaks.
the valve is delicate portion of the cylinder and is liable to break causing serious accident.
34.3.5 Welding cables should have proper insulation. No bare cable should be exposed.
34.3.4 All welders, grinder men, as cutters shall use protective goggles.
34.3.6 While welding or gas cutting, the area where the sparks/hot metal is likely to fall should be identified and all
inflammable
materials should be removed from the affected area to prevent any chance of fire.
34.3.3 For lifting and lowering cylinders proper cage should be used. Anchoring at valve portion should be avoided as
34.3.2 Gas cylinders should not be rolled on the ground or carried in Bi-cycles etc. trolleys should be used for their
transportation.
34.4.1 No loose material shall be left at heights as material falling may cause serious injuries.
34.4 SAFETY PRECAUTIONS RELATED TO WORKING AT HEIGHTS:
34.5 Safety precautions related to electrical equipments should be taken.
34.5.1 All portable hand lamps shall be of 24 V rating only.
34.4.5 All workers working at a height of more than two meters of any other location fall from where is likely to cause
34.5.2 All portable hand lamps shall have insulated handle, cage guard/cover over the bulbs.
injuries should use safety belts / safety harness anchor rope & fall arrestor as per latest valid IS.(INDIAN STANDARD)
34.4.4 Each scaffolding plank should be properly supported at least at four places. Gaps should not be left between
feasible, temporary railings using manila rope or any other means should be provided. TOE boards should be provided in
34.4.2 Working platforms at height should have adequate space and proper railings. Where permanent railing is not
34.4.3 Proper approaches should be made up to the working area.
the platforms.
planks.
34.5.7 All electrical hand tools should preferably be of fiber body to reduce risk of electric shock.
34.6 Safety precautions related to trial run:
Whenever trial of equipment under overhaul or any other related equipments is contemplated, the contractor shall ensure
34.5.6 All grinder men should use hand gloves while working with grinder.
switchboards.
grinding wheels must have guard.
34.5.4 Inserting bare terminals in plug sockets is prohibited. Proper plug tops should be used for connection with
to the extent possible. In case joints are unavoidable these should be minimum and the joint should be properly insulated.
34.5.5 All welding machines, grinding machines, drilling machines etc. should have their bodies properly earthed. And
34.5.3 All electrical cables shall be of double insulated type and joints in electric power supply cables should be avoided
34.7 The bidders are required to give following declaration at the time of submitting their offer.
35.0 SAFETY TRAINING
that all his men and material have been removed from the affected area before the trial is taken. Contractor shall give in
writing a declaration to this effect to Engineer # In- Charge. Danger display board to be displayed near equipment.
Contractor shall ensure that all of his workmen deployed for the work have compulsorily undergone safety training at
programme. Without safety training no contract employee should be deployed for the work. Safety training is imparted to
dept. from time to time. Also safety dept. Issue a safety photo card to the workmen after attending such training
who has sufficient awareness of safety aspects.
Safety supervisor shall exclusively ensure safety of personnel &
safety dept. or else where organized by safety dept. before the start of work. Safety training is being organized by safety
35.1 SAFETY SUPERVISOR
1. The safety supervisor Contractor should nominate one safety supervisor throughout the period of overhauling, although
supervisory staff also. Contractor should nominate safety supervisor during O/H.
equipments during overhauling.
3. The safety supervisor has to keep records of safety training of every individual worker deployed by contractor for
during running maintenance or non overhauling maintenance site in charge or site supervisors should deploy the person
2. The safety supervisor must ensure the safety of contractor#s men power deployed during each shift hence if required
safety supervisor deployment should be in the shift.
work and should furnish as and when required by NTPC Staff.
4. The safety supervisor must follow all the safety guidelines instructed to him during the period of contract by ntpc
safety department.
5. The safety supervisor must keep records of all tools and tackles and welding machines and electrical tools used by
contractor along with certificates of load testing of lifting equipments.
engineer in charge.
6.0
Qualifying Requirements for Bidders:
after due signature of both the safety supervisor & the site in charge of the contractor shall be submitted daily to the
Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of
bidding documents.
7.0
7. Safety supervisor shall conduct daily safety checks with regard to compliance of safety norms, use of PPE, use of safe
supervisor is not deployed.
6. Payment amounting to Rs. 500.00 per day (Rupees two hundred per day) only will be deducted in case the safety
working methods etc. in all ongoing works and record the same in a format made for the purpose. This filled up format
of Grinding Rolls and Bull Ring segments of Bowl Mills/Overhauling of MDV/MPO/Coal Feeders of size
XRP 803 or higher in any Thermal Power Plant of 200 MW & above size units during the last seven (07)
1.0
QUALIFYING REQUIREMENTS [QR]:
1.1 The bidder should have successfully executed the work of erection/maintenance/overhauling/replacement
c) Three order of value not less than Rs. 22 Lakh [Rupees Twenty Two Lakh] each.
The work / order executed means the bidder should have achieved the criterion specified in the QR, even if the total
of publication of NIT, the
contract is not completed/closed. In case of contracts under execution as on last date of the month preceding the month
or
or
a) Single order of value not less than Rs. 45 Lakh [Rupees Forty Five Lakh].
years ending with the last date of the month preceding the month of publication of NIT in :
b) Two order of value not less than Rs. 28 Lakh [Rupees Twenty Eight Lakh] each.
statements from a practicing Chartered Accountant shall be considered acceptable.
In case where audited results for the last preceding financial year are not available, certification of financial
ii)
While computing the annual turn over, other income shall not be considered.
i)
Thousand Only].
The average annual turnover of the bidder in the preceding three (3) financial years as on the last date of the month
preceding the
month of publication of NIT shall not be less than Rs.55.75 Lakh (Rupees Fifty Five Lakh Seventy Five
1.2
Financial Criteria
value of work executed till such date will be considered provided the same is certified by the
employer.
assigning any reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such
Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
8.0
9.0
NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT for the subject package without
action.
10.0
Address for Communication
AGM
(CS),
Contract Services, NTPC-Korba,
2nd floor, Vikas Bhawan,
PO- Vikas Bhawan (Jamnipali), Distt. Korba, CG-495450
Fax. 07759- 237199, phone # 07759-237036,Mob. no. - 9425284709