97
SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22 1 TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION LIMITED MTPS-II MTPS-II – MECH-I CIRCLE - O&AHS – Design, Supply, Erection and Commissioning of Augmentation of Dry Fly ash Handling system (DPPCS- Dense phase pneumatic conveying system) on turnkey basis, for the first two rows of ESP fields to handle the Fly ash collection from 16 No’s of front line hoppers, Conveying to new intermediate Fly ash silo and transporting to the existing 2x4152 MT RCC Fly Ash silo by pressurized pneumatic system. THROUGH E-TENDERING (Through NIC Platform) SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1 /O.T. No.: 1047-M /2021-22 OPENING DUE ON 01.12.2021 OPEN TENDER / SINGLE PART SYSTEM (BLTC) OFFICE OF THE CHIEF ENGINEER METTUR THERMAL POWER STATION –II METTUR DAM - 636406 TAMIL NADU. Service Provider: The Tamil Nadu Government e-Procurement System Website for online bid submission: https://www.tntenders.gov.in/nicgep/app

:: TANGEDCO - tneb.tnebnet.org

  • Upload
    others

  • View
    16

  • Download
    0

Embed Size (px)

Citation preview

Page 1: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

1

TAMIL NADU GENERATION AND DISTRIBUTION

CORPORATION LIMITED

MTPS-IIMTPS-II – MECH-I CIRCLE - O&AHS – Design, Supply, Erection andCommissioning of Augmentation of Dry Fly ash Handling system (DPPCS-Dense phase pneumatic conveying system) on turnkey basis, for the firsttwo rows of ESP fields to handle the Fly ash collection from 16 No’s offront line hoppers, Conveying to new intermediate Fly ash silo andtransporting to the existing 2x4152 MT RCC Fly Ash silo by pressurizedpneumatic system.

THROUGH E-TENDERING

(Through NIC Platform)SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1 /O.T. No.: 1047-M

/2021-22

OPENING DUE ON 01.12.2021

OPEN TENDER / SINGLE PART SYSTEM (BLTC)

OFFICE OF THE CHIEF ENGINEER

METTUR THERMAL POWER STATION –II

METTUR DAM - 636406

TAMIL NADU.

Service Provider: The Tamil Nadu Government e-Procurement System Website for online bidsubmission: https://www.tntenders.gov.in/nicgep/app

Page 2: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

2

INSTRUCTION TO BIDDERS FOR SUBMISSION OF ONLINE BIDS INE-TENDER

The bidding under this contract is electronic bid submission through websitehttps://tntenders.gov.in/nicgep/app only. Detailed guidelines for viewing bids andsubmission of online bids are given on the website. Any citizens or prospective bidderscan logon to this website and view the invitation for Bids and can view the details ofworks for which bids are invited.

REGISTRATION:1) The prospective bidders can submit bids online; however, the bidders are required

to have enrolment/registration in the website by clicking on the link “Onlinebidder enrolment” which is free of charge.

2) As part of the enrolment process, the bidders are required to choose a uniqueusername and assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers aspart of the registration process. These details would be used for anycommunication from the e-Portal.

4) Upon enrolment, the bidders are required to register their valid Digital SignatureCertificate (DSC) (Class II or Class III Certificates with signing key usage)issued by any Certifying Authority recognized by CCA India (e.g. Sify / nCode /eMudhra etc.), with their profile.

5) Only one valid DSC should be registered by a bidder. Please note that the biddersare responsible to ensure that they do not lend their DSC’s to others which maylead to misuse.

6) Bidder then can login to the site through the secured login by entering their userID/ password and the password of the DSC / e-Token.

7) Correspondence details: For queries related to registration and online bidding(NIC):

e-mail : [email protected] No. : 044 – 2446649524902580 Extn:33224917850

SEARCHING FOR TENDER DOCUMENTS1) There are various search options built in the Website, to facilitate bidders to search

active tenders by several parameters. These parameters could include TenderID, organization name, location, date, value, etc.

2) Once the bidders have selected the tenders they are interested in, they maydownload the required documents/tender schedules. These tenders can bemoved to the respective ‘My Tenders’ folder. This would enable the Tamil NaduGovt. e-Procurement Portal, to intimate the bidders through SMS / e-mail incase there is any corrigendum issued to the tender document.

Page 3: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

3

3) The bidder should make a note of the unique Tender ID assigned to each tender, incase they want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS1) Bidder should take into account any corrigendum published on the tender

document before submitting their bids.

2) Bidders are requested to go through the NIT and the tender document carefully tounderstand the documents required to be submitted as part of the bid. Pleasenote the number of covers in which the bid documents have to be submitted,the number of documents including the names and content of each of thedocument that need to be submitted. Any deviations from these may lead torejection of the bid.

3) Bidder, in advance, should get ready the bid documents to be submitted asindicated in the tender document and generally, they can be in PDF / XLS /RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpiwith black and white option which helps in reducing size of thescanned document.

4) To avoid the time and effort required in uploading the same set of standarddocuments which are required to be submitted as a part of every bid, aprovision of uploading such standard documents (e.g. PAN card copy, annualreports, auditor certificates etc.) has been provided to the bidders. Bidders canuse “My space or “Other Important Documents” area available to them toupload such documents. These documents may be directly submitted from the“My Space” area while submitting a bid, and need not be uploaded again andagain. This will lead to a reduction in the time required for bid submissionprocess.

5) The completed bid comprising scanned copy of the proof for the payment of EMDor exemption from payment of EMD and necessary technical and commercialdocuments should be uploaded on the website along with signed and scannedcopies of requisite certificates as are mentioned in the different sections in thetender document.

ELECTRONIC SUBMISSION OF BIDS: (OPEN TENDER – SINGLE PART SYSTEM)The bidder shall submit online the requirements under qualification criteria andTechnical Documents required and Price Schedule/BOQ. All the documents arerequired to be signed digitally by the bidder. After electronic online bid submission,the system generates a unique bid reference number which is time stamped. Thisshall be treated as acknowledgement of bid submission.

Procedure for submission of bids:1) Bidder should log into the site well in advance for bid submission so that they can

upload the bid in time i.e. on or before the bid submission time. Bidder will beresponsible for any delay due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by oneas indicated in the tender document.

Page 4: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

4

3) Bidder has to select the payment option as “offline” to pay the EMD amountthrough RTGS/NEFT or by way of account transfer as applicable and enterdetails of the instrument.

4) The scanned copy of payment made through RTGS/NEFT or by way of accounttransfer towards EMD amount has to be uploaded. TANGEDCO shall not beresponsible for any delay in uploading the proof of EMD by any mode.

5) A BOQ format for the price bid has been provided with the tender document to befilled by all the bidders. Bidders are requested to note that they shouldnecessarily submit their financial bids in the BOQ format provided and no otherformat is acceptable. Bidders are required to download the BOQ file, open itand complete the coloured (Unprotected) cells with their respective financialquotes and other details (such as name of the bidder). No other cells should bechanged. Once the details have been completed, the bidder should save it andsubmit it online, without changing the file name. If the BOQ file is found to bemodified by the bidder, the bid will be rejected.

6) The server time (which is displayed on the bidders’ dashboard) will beconsidered as the standard time for referencing the deadlines forsubmission of the bids by the bidders, opening of bids etc. The biddersshould follow this time during bid submission.

7) All the documents being submitted by the bidders would be encrypted using PKIencryption techniques to ensure the secrecy of the data. The data enteredcannot be viewed by unauthorized persons until the time of bid opening. Theconfidentiality of the bids is maintained using the secured Socket Layer 128 bitencryption technology. Data storage encryption of sensitive fields is done. Anybid document that is uploaded to the server is subjected to symmetricencryption using a system generated symmetric key. Further this key issubjected to asymmetric encryption using buyers/bid openers’ public keys.

8) The uploaded tender documents become readable only after the tender opening bythe authorized bid openers.

9) Upon the successful and timely submission of bids, (i.e. after clicking “Freeze Bidsubmission” in the portal) the portal will give a successful bid submissionmessage & a bid summary will be displayed with the bid no. and the date &time of submission of the bid with all other relevant details.

10) Department or Service Provider is not responsible for any failure such as a badinternet connection or power failure outside of their control. The bidder isresponsible to ensure they have sufficient time to submit an electronic bid priorto closing date and time including the payment of any fees including the Bidsecurity and getting e-receipt. In case of a failure in the system within thecontrol of the service provider that may affect a bidding process, thecontracting authority on his sole discretion will postpone the closing time atleast 24 hours from the time of system recovery to allow bidders sufficient timeto submit their bids.

11)The TANGEDCO may, at its discretion, extend the deadline for the submission ofbids by amending the bidding document, in which case all rights and

Page 5: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

5

obligations of TANGEDCO and bidders subject to the previous deadline shallthereafter be subject to the deadline extended.

Late Bids:The Electronic bidding system would not allow any late submission of bids after duedate and time as per server time.

Modification and withdrawal of bids:1) Bidders may modify their bids online before the deadline for submission of bids.

2) In case a bidder intends to modify his bid online before the deadline, the bidderneed not make any additional payment towards the cost of bid processing. Forbid modification and consequential re-submission, the bidder is not required towithdraw his bid submitted earlier. Modification and consequential re-submission of bids is allowed any number of times. The last modified bidsubmitted by the bidder within the bid submission time shall be considered asthe bid. For this purpose, modification/withdrawal by other means will not beaccepted. The bidder may withdraw his bid by uploading his request before thedeadline for submission of bids, however, if the bid is withdrawn, the re-submission of the bid is not allowed.

3) No bid may be modified after the deadline for submission of Bids.

ASSISTANCE TO BIDDERS:Any queries relating to the tender document and the terms and conditions containedtherein should be addressed to the Tender Inviting Authority for a tender or therelevant contact person indicated in the tender.

1) Any queries relating to the process of online bid submission or queries in generalmay be directed to the 24x7 Central Public Procurement Portal Helpdesk.

It may be noted by the bidders that NIC is only a service provider for conducting theonline bidding process against this tender and shall not be a party to any contractbetween TANGEDCO and the successful bidder(s) subsequent to the bidding process.

*************

Page 6: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

6

TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION LIMITEDSPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.: 1047-M

/2021-22

1 Tender SpecificationNo.

CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.: 1047-M/2021-22

2 Name of Work Design, Supply, Erection and Commissioning of Augmentation ofDry Fly ash Handling system (DPPCS-Dense phase pneumaticconveying system) on turnkey basis, for the first two rows of ESPfields to handle the Fly ash collection from 16 No’s of front linehoppers, Conveying to new intermediate Fly ash silo andtransporting to the existing 2x4152 MT RCC Fly Ash silo bypressurized pneumatic system.

3 Quantity 1. Design, Supply, Erection and Commissioning of Augmentation ofDry Fly ash Handling system (DPPCS-Dense phase pneumaticconveying system) on turnkey basis, for the first two rows of ESPfields to handle the Fly ash collection from 16 No’s of front linehoppers, Conveying to new intermediate Fly ash silo andtransporting to the existing 2x4152 MT RCC Fly Ash silo bypressurized pneumatic system. – 1 set

Detailed Technical Specification furnished in of Section – VI –Formats (SCHEDULE-A) for the Augmentation of Ash Handlingsystem of MTPS-II on turn key basis.

4 Method of Tender Open E-Tender System /Single Part System(Online submission of Part-I – Techno Commercial Bid and Part-II– Price Bid, through Website:https://www.tntenders.gov.in/nicgep/app of NIC.

5 a) Earnest MoneyDeposit (EMD)

Rs.24,75,000/- (Rupees Twenty Four Lakh, Seventy Five Thousandonly).to TANGEDCO account in the form of NEFT/RTGS/AccountTransfer OR by way of Bank Guarantee.Account No : 30468983165

Account Name: SE/P&A/MTPS-II

Bank Name : State Bank of India,Mettur dam

IFSC Code : IFSC Code: SBIN0000877

6 URL for online bidsubmission for e-tender

https://www.tntenders.gov.in/nicgep/app

7. Pre-bid meetingdate

12.11.2021 @ 11.00 hrs

8. Last date forsubmission of EMD

30.11.2021 before 12.00 Hr.

Page 7: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

7

(The EMD amount has to be received in TNEB/TANGEDCO Accountthrough e payment, by 2 hours before closing time of tender)

9. Date of closing ofonline e-tender forsubmission ofTechno CommercialBid & Price Bid.

30.11.2021 up to 14.00 Hrs.

10. Date & time ofopening of tenderelectronically

01.12.2021 @ 14:30 Hrs.

11. Specification atwebsite

The tender specification will be placed at the following web sites.The prospective bidders may download the same.

TANGEDCO www.tangedco.gov.in

NIC https://tntenders.gov.in/nicgep/app

The prospective bidders may download the same at freeof cost

12. Documents to beuploaded by theTenderers during e-submission

Schedules “A” to “H” and other documents whichever is applicable.

13. Clarification to besought for from

The Superintending Engineer,Purchase & Administration,Mettur Thermal Power Station II,Mettur Dam – 636406Mail id: [email protected]

14. Place at whichtenders will beopened

Office of the Executive Engineer,Material Management division,Mettur Thermal Power Station II,Mettur Dam – 636406.Mail id: [email protected]

Remarks:1. If the date of pre-bid meeting happens to be declared holiday, then the pre-bid

meeting will be conducted on the next working day, for which no prior intimationwill be given.

2. If the due date for opening the tenders happens to be declared holiday, then thetender will be opened on the next working day, for which no prior intimation will begiven.

Sd XXXXX 30.10.2021Chief Engineer,

MTPS-II/Mettur Dam-6

Page 8: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

8

TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION LIMITED

METTUR THERMAL POWER STATION – II

SPECIFICATION NO. CE/MTPS-II/SE/P&A/EE/MM/AE– 1/O.T. No.:1047-M/2021-22

SECTION DESCRIPTION PAGE

SECTION I EARNEST MONEY DEPOSIT 9

SECTION II BID QUALIFICATION REQUIREMENTS 14

SECTION III REJECTION OF TENDERS 16

SECTION IV INSTRUCTION TO TENDERERS 17

SECTION V COMMERCIAL 23

SECTION VI FORMATS

Schedule A SCHEDULE OF PRICES 55

Schedule BB1 - SCHEDULE OF MATERIALS DELIVERY PERIOD 65

B2 – SCHEDULE OF ERECTION & COMMISSIONING 66

Schedule CC1 - DEVIATION FROM TECHNICAL SPECN 67

C2 - DEVIATION FROMCOMMERCIAL TERMS 68

Schedule DSTATEMENT OF SUPPLY ORDERS EXECUTED/ UNDEREXECUTION DURING THE PAST TEN YEARS AS ONTHE DATE OF TENDER OPENING

69

Schedule E DECLARATION FORM 70

Schedule F UNDERTAKING FOR PAYMENT OF DUES TO TNEB 71

Schedule G UNDERTAKING TOWARDS JURISDICTION OF LEGALPROCEEDINGS 72

Schedule H (e-Tender) TENDER ACCEPTANCE LETTER 73

Schedule I DECLARATION TO BE SUBMITTED BY THE L1 BIDDER 74

Schedule J UNDERTAKING TO BE SUBMITTED BY L1 BIDDERTOWARDS ESI & EPF 75

Schedule K DECLARATION PURSUANT TO THE SECTION 206AB 76

FORMAT-I BANK GUARANTEE FOR EMD 77

ANNEXURE I INDEMNITY BOND AND CERTIFICATE FOR EPF & ESI 78

ANNEXURE II CERTIFICATE 79

CHECK LIST 80

SECTION VII TECHNICAL SPECIFICATION 81

Page 9: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

9

SECTION - IEARNEST MONEY DEPOSIT :

1.1 Tenderer should pay the specified amount towards Earnest Money Deposit as follows :Earnest Money Deposit : Rs.24,75,000/- (Rupees Twenty Four LakhSeventy Five Thousands only)

Earnest Money Deposit:

1.2 The Earnest Money Deposit specified above should be in the form ofNEFT/RTGS or by way of Account Transfer as mentioned above in 5(a) of Foreword forthe above amount. Scanned copy of the E-receipt duly reflecting the UTR Number shallbe uploaded. The EMD amount has to be received in TNEB/TANGEDCO accountthrough e payment, 2 hours before closing time of tender). EMD amountreceived beyond tender closing time will be summarily rejected.

In case the EMD remittance through same Bank, a copy of Bank account scroll ofbidders duly exhibiting the transaction of EMD amount with details of name of thebank account number f the bidder, and IFSC Code shall be uploaded, so as to verifythe credit of same in TANGEDCO bank account scroll for ensuring the EMD complianceof bidders.

1.3 Bank Guarantee (BG):1) The EMD in the form of Bank Guarantee (BG) with one year validity is also acceptable.

2) The Bank Guarantee towards EMD shall be in the form of an irrecoverable BankGuarantee on non-judicial stamp paper of value not less than Rs.100/-as per theproforma enclosed as Format-I in section VI of this specification obtained from anyNationalized bank/ Scheduled bank of India or any reputed foreign bank havingbranches in India.

3) EMD, if paid in the form of irrevocable bank guarantee, the same should be submittedin original before the time of tender opening. Otherwise, the tender shall be specifiedas summarily rejected citing the non compliance of EMD.

4) The Bank Guarantee shall be valid for one year.

5) The e-receipt of payment of EMD through NEFT/RTGS/Accounts Transfer or thescanned copy of the Bank Guarantee should be uploaded by the bidder duringsubmission

1.4 The EMD will not carry any interest.

1.5 The e-receipt of payment of EMD through NEFT/RTGS/Accounts Transfer or thescanned copy of the Bank Guarantee should be uploaded by the bidder duringsubmission of Techno-commercial bid failing which the offer will be summarily rejected

1.6 The Earnest Money Deposit will be refunded to the unsuccessful tenderers onapplication to the Superintending Engineer/Purchase & Administration/MTPS II/MetturDam after receipt of intimation of the rejection/ non-acceptance of their tender is sentto them.

1.7 Any other mode of payment of EMD other than NEFT/RTGS/BG or by way ofAccount Transfer shall not be accepted towards EMD and the tenders shall berejected if EMD is not paid in the prescribed manner.

Page 10: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

10

1.8 EXEMPTION FOR PAYMENT OF EARNEST MONEY DEPOSIT :-

As per Notification No.S.O.2119(E) dated 26.06.2020 of Government of India, Ministry ofMSME, all Micro, Small and Medium Enterprises shall register by Composite criteria underUdyam registration. Hence, all existing enterprises registered under EM-Part II/ UAM shallregister again on the Udyam Registration portal on or after the 1st day of July, 2020 and theprocedure for registration & guidelines are given below in Note.

(i) The following categories of Industries are exempted from payment of EMD subject toensuring that the tendered item/ service should be covered in their Registration Certificateshowing the materials permitted to manufacture and period of validity of certificate.

a) The Micro & Small Enterprises located within the State and registered with theGovernment of Tamil Nadu, Department of Industries and Commerce, District IndustriesCentre.

b) The Micro & Small Enterprises holding Entrepreneur Udyam Registration Certificateobtained from the District Industries Centre in respect of those items for which theRegistration Certificate has been issued.

c) Departments of the Government of Tamil Nadu.

d) Undertakings and Corporations owned by the Government of Tamil Nadu.

e) Labour Contract Co-operative Societies.

f) Tiny Industries registered with the State of Tamil Nadu and Registration Certificate issuedby the Department of Industries and Commerce/ Government of Tamil Nadu in respectof those items covered under the Registration Certificate.

g) The Small Enterprises located outside the State and registered with National SmallIndustries Corporation in respect of those items covered under Registration Certificate.

(ii) a) The Micro & Small Enterprises having provisional registration certificate are not eligiblefor exemption.

b) Central and the State Government Departments/ Undertakings and Corporations otherthan those in Tamil Nadu shall have to pay Earnest Money Deposit.

(iii) DOCUMENTS TO BE UPLOADED AS A PROOF OF ELIGIBILITY FOR EXEMPTIONFROM PAYMENT OF EARNEST MONEY DEPOSIT:

a) Attested copy of Entrepreneur Memorandum Part II Acknowledgement/ Udyog AadhaarMemorandum/ Udyam Registration Certificate issued by the Department of Industriesand Commerce, District Industries Centre for Micro and Small Enterprises registeredwithin the State of Tamil Nadu.

b) Attested copy of Entrepreneur Memorandum Part II Acknowledgement/ Udyog AadhaarMemorandum/ Udyam Registration Certificate issued by the Department of Industries andCommerce, District Industries Centre in their respective states and Registration Certificateof National Small Industries Corporation Limited for Micro and Small Enterprisesregistered outside Tamil Nadu.

Page 11: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

11

c) Certificate from Chartered Accountant for turnover value for the purpose of classificationas per Notification No.S.O.2119(E) dt 26.06.2020 of Government of India, Ministry ofMSME.

d) Certificate from Chartered Accountant for investment value in Plant and Machinery for thepurpose of classification as per Notification No.S.O.2119(E) dt 26.06.2020 ofGovernment of India, Ministry of MSME.

Having examined the tender Specification together with the Schedules attached, mereuploading of bid by the bidder, who has exempted EMD payment, shall be considered astoken of acceptance of the bidder to pay the amount equivalent to EMD, together withcost if any, in the events of non-fulfillment of the conditions stipulated in the tenderspecification. i.e. in all cases where EMD paid will be forfeited. The GST applicable forthe above shall also be paid to TANGEDCO by the bidder.

(iv) In the event of non-fulfillment or non-observance of any of the conditions stipulated in thecontract consequent to such breach of contract to the effect to pay as penalty an amountequivalent to EMD. The State Government, Public Sector Undertakings who are exemptedfrom payment of EMD/ SD should also pay as penalty an amount equivalent to the amountfixed as Security Deposit in the event of non-fulfillment or non-observance of any of theconditions stipulated in the contract.

(v) CONDITIONS FOR REJECTION OF BIDS OF EXEMPTION CATEGORIES:-

a) If the documentary evidences towards Exemption from payment of EMD are notuploaded

b) If the tendered items/ services are not covered in the Registration Certificate uploadedas evidence for exemption from payment of EMD.

c) If not furnished the certificates from Chartered Accountant in support of investmentheld in plant and machinery or equipment and turnover value.

d) If the documentary evidences produced for Exemption from payment of EMD notattested by the Gazetted Officer/ Notary public.

1.9 The following should be uploaded by the Vendor during submission of Techno-commercialbid for payment of EMD failing which the offer will be SUMMARILY rejected.

i) The e-receipt of payment of EMD through NEFT/ RTGS/ Account Transfer/BG

ii) The proof of exemption of EMD and Certificates from Chartered Accountant in support ofinvestment held in plant and machinery or equipment and turnover value forclassification.

1.10 The Earnest Money Deposit made by Tenderer will be forfeited after e-tender opening if:

(a) the firm withdraws the tender or backs out after acceptance.

(b) the firm withdraws the tender before the expiry of validity period stipulated in theSpecification or fails to remit the Security Deposit.

(c) the firm violates any of the provisions of these regulations contained herein.

Page 12: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

12

(d) the firm revises any of the terms quoted during the validity period.

(e) In the event of documents furnished with the offer being found to be bogus or thedocuments contain false particulars, the EMD paid by the tenderers will be forfeited inaddition to blacklisting them for future tenders/ contracts in TANGEDCO.

Note : PROCEDURE FOR REGISTRATION OF MICRO, SMALL & MEDIUMENTERPRISES BY COMPOSITE CRITERIA IN UDYAM REGISTRATION &GUIDELINES

Government of India, Ministry of MSME, vide Notification No.S.O.2119(E) dated26.06.2020 has notified certain composite criteria for classifying the enterprises as Micro,Small and Medium Enterprises and insisted Udyam registration in “Udyam RegistrationPortal” to obtain an e-certificate viz. Udyam Registration Certificate.

Composite Criteria: A composite criteria of investment in Plant and Machinery orequipments and turnover has been specified to classify an enterprises as Micro, Small andMedium.

The composite criteria stipulated in the said notification are to be complied by themicro and small industries for claiming EMD exemption and purchase preference inTANGEDCO’s tenders floated from 01.07.2020 onwards.

Classification of Enterprises: An enterprise shall be classified as a micro, small ormedium enterprises on the basis of the following criteria, namely:--

(i) a micro enterprise, where the investment in plant and machinery or equipmentdoes not exceed one Crore rupees and turnover does not exceed five Crore rupees

(ii) a small enterprise, where the investment in plant and machinery or equipmentdoes not exceed ten Crore rupees and turnover does not exceed fifty Crore rupees; and

(iii) a medium enterprise, where the investment in plant and machinery orequipment does not exceed fifty Crore rupees and turnover does not exceed two hundredand fifty Crore rupees.

Calculation of Turnover:

In calculation of turnover of an enterprises, Exports of goods or services or both,shall be excluded while calculating the turnover of any enterprise whether micro, small ormedium, for the purposes of classification.

The turnover value has to be certified by a Chartered Accountant whose turnoverincludes export proceeds, for ascertaining the turnover achieved on export of goods orservices or both and included in the total turnover and same is to be uploaded in the bids incase the bidder claims EMD exemption.

Calculation of Investment:

The Plant and Machinery shall have the same meaning as assigned to the plant andmachinery in the Income Tax Rules, 1962 framed under the Income Tax Act, 1961 and shallinclude all tangible assets (other than land and building, furniture and fittings). The cost ofcertain items specified in the Explanation I to sub-section (1) of section 7 of the Act shall be

Page 13: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

13

excluded from the calculation of the amount of investment in plant and machinery.

The investment value in Plant and Machinery for the purpose has to be certified by aChartered accountant and the same is to be uploaded in the bid in case the bidder claimsEMD exemption.

Registration of existing enterprises:

i. All existing enterprises registered under EM-Part-II or UAM shall register again onthe Udyam Registration portal on or after the 1st day of July, 2020.

ii. All enterprises registered till 30th June, 2020, shall be re-classified in accordancewith the said notification.

iii. The existing enterprises registered prior to 30th June, 2020, shall continue to bevalid only for a period up to the 31st day of March, 2021.

iv. An enterprise registered with any other organisation under the Ministry of Micro,Small and Medium Enterprises shall register itself under Udyam Registration.

Updation and transition period in classification :

An enterprise having Udyam Registration Number shall update its information onlinein the Udyam Registration portal, including the details of the ITR and the GST Return for theprevious financial year and such other additional information as may be required, on selfdeclaration basis.

In case of an upward change in terms of investment in plant and machinery orequipment or turnover or both, and consequent re-classification, an enterprise will maintainits prevailing status till expiry of one year from the close of the year of registration.

In case of reverse-graduation of an enterprise, whether as a result of re-classification or due to actual changes in investment in plant and machinery or equipment orturnover or both, and whether the enterprise is registered under the Act or not, theenterprise will continue in its present category till the closure of the financial year and it willbe given the benefit of the changed status only with effect from 1st April of the financialyear following the year in which such change took place.

Sd XXXXX 30.10.2021Chief Engineer,

MTPS-II/Mettur Dam-6

Page 14: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

14

SECTION – IIBID QUALIFIFICATION REQUIREMENTS

The Bidders shall become eligible to bid on satisfying the following BidQualification Requirements and uploading of the required documentaryevidences.

Required evidence for the following BQR conditions should be furnished along

with the tender. Otherwise the offer will be summarily rejected.

1a. The Bidder should have previously executed the work of Design, Supply,

Erection and commissioning of DPPCS-Dense phase pneumatic fly ash

conveying system, (or) PDFACS (or) Fly ash collection system in any of

the ash handling plant of 200 MW or above capacity Coal Fired Thermal Power

Stations/ Cement/ Steel Industries in India in a single order of value not less

than Rs. 618.75 lakhs within the past ten years as on the date of tender

opening. The above said experience should include installation of silo. The

Bidder shall upload scanned originals of the work order for the above. The date

of acceptance order will be reckoned for ascertaining the eligibility of the

tender.

1b. The Bidder shall also be considered qualified, in case the award for executing Fly

Ash collection works for a new thermal power plant of rating 200 MW or above,

was received by the Bidder, directly (or) as a sub contractor to the EPC

Contractor in India in a single order of value not less than Rs. 618.75 lakhs

within the past ten years as on the date of tender opening. The above said

experience should include installation of silo. The purchase order / work order

issued by the owner of the project/ EPC Contractor and certificate for

satisfactory execution and completion of work, issued by the end user, in

complete shape should be scanned and uploaded during E-Tender.

2. The system supplied by the bidder as above should be in satisfactory operation

for a minimum period of 3 years as on the date of tender opening. The bidder

shall upload the scanned original of the End User’s certificate for the satisfactory

performance complying with the above requirement. The End user certificate

should specify the date of commissioning and the detail of Purchase order/Work

Order. In case the work was carried out in TNEB / TANGEDCO, the End User’s

Page 15: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

15

performance Certificate will be obtained by the Tender Inviting Authority.

However in case of other organizations End user’s Certificate should be obtained

and uploaded by the bidder during E-Tendering. End User means the owner of

the project/ final beneficiary and not the EPC contractor, in case of sub-

contractor.

3. The bidder should have an annual turnover of more than Rs.618.75 lakhs in any

one of the last three financial years (i.e., 2017-2018, 2018-2019 & 2019 -2020)

and shall upload any one of the following statements in support of Annual

Turnover for all the three financial years 2017-2018, 2018-2019 & 2019 -2020.

i) Scanned original of Annual Audited Balance Sheet duly certified by a

Chartered Accountant. (or)

ii) Scanned original of Turnover Statement duly certified by a Chartered

Accountant. (or)

iii) Scanned original of Sales Tax return/ GST Return filed by the bidder. (or)

iv) Scanned original of Income Tax return filed by the bidder. (or)

v) Scanned original of Enlistment Certificate issued by NSIC containing

turnover details of the bidders as a proof for annual turnover.

Note:

i) The Documentary proof for the above BQR shall be uploaded with the

tender online, failing which their bid will be summarily rejected. The

successful bidder has to submit the attested copies of the documents

satisfying BQR criteria after tender opening, in the office of the Tender

Inviting Authority.

ii) In the event of documents uploaded against the above tender being

found to be bogus or the documents contain false particulars; the EMD paid

by the Bidder will be forfeited in addition to blacklisting them for future

tenders/contracts in TANGEDCO & TNEB LIMITED.

iii) Joint Ventures/ Consortium/ Associate/ Collaborator are not permitted.

Sd XXXXX 30.10.2021Chief Engineer,

MTPS-II/Mettur Dam-6

Page 16: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

16

SECTION – IIIREJECTION OF TENDERS

3.1 Tenders will be SUMMARILY rejected if:

a). The EMD requirements are not complied with.

b). If the bids are received through Consortium or Joint venture, the same willnot be considered and the bids will be rejected.

c). The Bid Qualification Requirements as per Section-II of this Specification are

not satisfied.

3.2 Tender is LIABLE to be rejected, if it is:

a) Not covering the entire scope of supply of materials.

b) If the declaration as specified in Schedule E & H is not signed and enclosed.

DECLARATION FORM, TENDER ACCEPTANCE LETTER (e-tender)

c) With validity period less than that stipulated in this specification.

d) Not in conformity with TANGEDCO’s Commercial terms and TechnicalSpecifications

(Section V and VII)

e) Received from a tenderer who is directly or indirectly connected withGovernment service or Board Service or services of local authority.

f) From any black listed Firm or Contractor.

g) Received by Telex / Telegram / E-Mail/ Fax/Post.

h) From a tenderer whose past performance / Vendor rating is not satisfactory

i) Not containing all required particulars as per Schedule A to H.

j) Documents furnished by the Tenderers along with their offer being found tobe bogus or contain false particulars.

k) The offer of bidders who have not furnished the GSTIN Number in the

offers.

l) Received after tender opening

m) Offers giving lumpsum price, without giving their breakup as per detailsrequired in the Schedule-A PRICE BID

n) Tender, which is incomplete, obscure or irregular

o) Bidder should produce EPF & ESI code number for having registered inthe respective statutory bodies and the evidence for the same should beuploaded or otherwise their tender will be liable for rejection.(Implementation of EPF & Misc. Prov. Act 1952).

Sd XXXXX 30.10.2021Chief Engineer,

MTPS-II/Mettur Dam-6

Page 17: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

17

SECTION – IV

INSTRUCTION TO TENDERERS

4.1 THE TAMIL NADU TRANSPARENCY IN TENDERS ACT 1998:

1) The Tamil Nadu Transparency in Tenders Act 1998 and the Tamil NaduTransparency in Tender Rules 2000 and subsequent amendments thereof areapplicable to this tender.

2) THE TENDERERS WHO DO NOT FULLFILL THE "BID QUALIFICATIONREQUIREMENT" AS PER SECTION-II NEED NOT PARTICIPATE IN THE TENDER.OFFERS NOT SATISFYING THIS “BID QUALIFICATION REQUIREMENTS” WILL NOTBE CONSIDERED AND WILL BE SUMMARILY REJECTED.

3) The terms ‘tenderer’, ‘supplier’, ‘contractor’ refer to Bidder. The terms ‘Purchaser’,‘Board’ , ‘TNEB’ refer to TANGEDCO.

4.2 SCOPE OF SUPPLY:

1) The Scope of supply (As per annx.I of Technical spec.) includes design, manufacture,inspection, testing, packing, forwarding, and delivery of the materials detailed herein,at TANGEDCO Stores/MTPS II/ Mettur Dam/Tamil Nadu and erection, testing,commissioning works, PG Test, dismantling of the existing system Equipments anddevolution of the same to stores, etc as per the specification.

Any supply/service which has not been specifically mentioned but is required forthe complete fulfilment of the work and fulfilment of Performance Guarantee shall alsobe supplied by the bidder.

2) Vulnerability Atlas of India

It is mandatory for the bidders to refer Vulnerability Atlas of India for multi-hazard riskassessment and include the relevant hazard proneness specific to project location whileplanning and designing.

4.3 SUBMISSION OF TENDER OFFER:

The tenderer is expected to examine all instructions, Schedules and Annexuredetailed in the Specification and submit the Schedule of Prices and otherrequired particulars in the Schedules and Annexure called for in this Specification,only as per the formats prescribed herein.

4.4 SUBMISSION OF TENDERS:

1) The Tender Offer consisting of Schedules-B to H should be filled up and signed bythe Tenderer or any person holding Power of Attorney authorizing him/ her to signon behalf of the Tenderer before submission of the Tender. The date of signatureshould invariably be indicated.

2) In the event of tender being submitted by other than a firm, it must be signed by apartner (copy of partnership deed should be enclosed) and in the event of theabsence of any Partner, it shall be signed on his behalf by a person holding a Power

Page 18: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

18

of Attorney authorizing him/her to do so, Certified copies of which shall be enclosed.

3) Tender submitted on behalf of companies registered under the Indian CompaniesAct, shall be signed by person duly authorised to submit the tender on behalfof the company and shall be accompanied by certified true copies of theresolutions, extracts of the Articles of Association, special or general Power ofAttorney etc. to show clearly the title, authority and designation of persons signingthe tender on behalf of the company.

4) The tenderer should furnish the GSTIN numbers in the offer.

5) VENDOR REGISTRATION: In TANGEDCO/TANTRANSCO vender registration has comeinto effect from 01.02.2021 as per TANGEDCO Proceedings No. 311, Dt. 29.12.2021.The firms must register in the website http://exam.tnebnet.org/tnebvendor for vendorregistration.

4.5 Modifications/Clarifications to Tender Documents:

1) At any time after the commencement of e-Tender and before the closing of theevent, TANGEDCO may make any changes, modifications or amendments to thetender documents and same will be intimated to the concerned Vendors throughcorrigendum which can be downloaded from the Vendor login .

2) In case any tenderer asks for a clarification to the tender documents before 48 hoursof opening of tenders, the Superintending Engineer/P&A/MTPS II/ Mettur Dam willclarify the same.

3) If any tenderer raises clarifications after the opening of the tender, the clarified replyissued by the Chief Engineer/MTPS-II/Mettur Dam on the clarifications will be finaland binding on the Tender.

4) All tender offers shall be prepared by typing or printing in the formats enclosed withthis specification.

5) All information in the tender offer shall be in ENGLISH only. It shall not containinterlineations, erasures or overwriting except as necessary to correct errors madeby the tenderer. Such erasures or other changes in the tender documents shallbe attested by the persons signing the tender offer.

4.6 QUOTATION OF RATES:

1) Rates should be quoted in integers.

2) Offers giving lump sum price, without giving their breakup as per details required inthe Price Schedule-A shall be liable for rejection.

4.7 PRINTED TERMS AND CONDITIONS IN TENDERS:

Supplier's printed terms and conditions will not be considered as forming part of thetender under any circumstances.

4.8 INCOMPLETE TENDERS:

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

Page 19: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

19

4.9. AMBIGUITIES IN CONDITIONS OF TENDERS:

In the case of ambiguous or contradictory terms / conditions mentioned inthe bid, interpretation as may be advantageous to the purchaser may be takenwithout any reference to the Tenderer.

4.10. The tender offer shall contain full information asked for in the accompanyingschedules and elsewhere in the specification.

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

4.12 No offer shall be withdrawn by the Tenderer in the interval between the deadlinefor submission and the expiry of the period of validity specified / extended validity ofthe tender offer.

4.13 The Tenderers are requested to furnish the exact location of their factories withdetailed postal address and pin code, telephone and Fax Nos. etc. in theirtenders so as to arrange inspection by the TANGEDCO, if considerednecessary.

4.14 DESTINATIONS-WHERE MATERIALS ARE REQUIRED:

The prices quoted should be on FOR Destination basis for delivery at Central Stores/Mettur Thermal Power Station II/Mettur Dam.

4.15 TENDER OPENING (under single part system):

1) OPENING OF TENDER - COMMERCIAL & TECHNICAL BIDS AND PRICE BIDS :

The Tender offers will be opened electronically at 14.30 Hrs. on the date notified atthe Office of the Executive Engineer, Material Management Division, MetturThermal Power Station – II, Mettur Dam – 636406 throughhttps://tntenders.gov.in/nicgep/app Tenderers need not to visit MTPS II officeduring tender opening, whereas tenderers can witness the tender openingevent through their login.

2) If the last date set for submission of e-tender offers and opening date happens tobe a holiday, the tenders will be received and opened on the succeeding workingday without any changes in the timings indicated.

4.16 INFORMATION REQUIRED AND CLARIFICATIONS:

1) In the process of examination, evaluation and comparison of tender offers, theTANGEDCO may at its discretion, ask the Tenderer for a clarification of their offers.All responses to requests for clarifications shall be in writing to the point only.No change in the price or substance of the offer shall be permitted.

2) The TANGEDCO will examine the tender offers to determine whether they arecomplete, whether any computational errors have been made, whether requiredsureties have been furnished, whether the documents have been properlysigned and whether the offers are generally in order.

3) The Tender offers shall be deemed to be under consideration immediatelyafter they are opened and until such time official intimation of award /

Page 20: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

20

rejection is made by the Tender Accepting Authority to the tenderers.

4) The Tenderers shall not make attempts to establish unsolicited and unauthorizedcontact with the Tender Inviting Authority, Tender Accepting Authority or TenderScrutiny Committee after the opening of the tender and prior to the notification of theaward and any attempt by any tenderers to bring to bear extraneous pressures onthe Tender Accepting Authority shall be sufficient reason to disqualify the tenderer.

5) Mere submission of any Tender offer connected with these documents andSpecification shall not constitute any agreement. The tenderer shall have no cause ofaction or claim, against the TANGEDCO for rejection of their offer. The TANGEDCOshall always be at liberty to reject or accept any offer or offers at its sole discretionand any such action will not be called into question and the Tenderer shall have noclaim in that regard against the TANGEDCO.

4.17. EVALUATION AND COMPARISON OF THE TENDER OFFERS:

1) The tenders will be evaluated strictly as per the Tamil Nadu Transparencyin Tenders Act, 1998 and the Tamil Nadu Transparency in Tender Rules,2000 and its subsequent amendments till date.

2) The tender offers received will be examined to determine whether they arein complete shape, all required Data have been furnished, properly signedand generally in order and conforms to all the terms and conditionsof the Specification without any deviation.

3) For the purpose of evaluation of tender offers, the following factors will betaken into account for arriving at the evaluated price:

* The rate of CGST, SGST, and IGST as applicable shall be indicatedin the offer along with HSN code.

* The evaluated price shall be arrived in compliance with theprovisions of GST on the Transaction value i.e. (Ex works price +P&F+ Freight and Insurance) + GST. In case of import of goodswould be treated as inter state supplies and would be subject toIGST in addition to applicable customs duty.

* Since GST is enacted wherein all taxes & duties are subsumed,price evaluation shall be inclusive of applicable GST in all cases, i.e.even if the bidders are only within the State or bidders are withinthe State and outside TN.

Note: The lowest tenderer will be arrived based on the total evaluated ratefor both Supply and Erection charges.

4.18 VALIDITY:

1) The tender offer shall be kept valid for acceptance for a period of 180 days from thedate of opening of offers. The offers with lower validity period are liable for rejection.

2) Further, the tenderer shall agree to extend the validity of the Bids without alteringthe substance and prices of their Bid for further periods, if any, required by theTANGEDCO.

Page 21: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

21

4.19 RIGHTS OF THE BOARD:

1) Rights to reject the tenders:

i) After negotiation with the Tenderer and before passing the order accepting atender, if the Tender Accepting Authority decides that the price quoted by suchtenderer is higher by the percentage as may be prescribed over the schedule of ratesor prevailing market rates, the tender shall be rejected.

ii) The Tender Accepting Authority before passing the order accepting a tender,may also reject all the tenders for the reasons such as changes in the scope ofprocurement, lack of anticipated financial resources, court orders, accidents orcalamities and other unforeseen circumstances.

Notwithstanding anything contained in this Specification, the TANGEDCOreserves the rights:

a). To recover losses, if any, sustained by TANGEDCO, from the supplierwho pleads his inability to supply and backs out of his obligation after awardof contract. The security deposit paid shall, be forfeited.

b). To cancel the orders for not keeping up the delivery schedule.

c). To vary the delivery period based on the requirement and contingencies at thetime of placing the order.

d). To accept the lowest eligible tender.

e). To reject any or all the tenders or cancel without assigning any reasons thereof.

f). To relax or waive or amend any of the conditions stipulated in the tenderSpecification wherever deemed necessary in the best interest of the TANGEDCO.

2) The purchaser reserves the right to request for any additional information and alsoreserves the right to reject or accept the proposal of any tenderer, if in the opinion ofthe purchaser, the qualification data is incomplete or in the opinion of the TANGEDCOthe bidder is found not qualified to satisfactorily perform the contract.

4.20 DEVIATIONS:

The offers of the Tenderers with Deviations in Commercial terms and TechnicalTerms of the Tender Document are liable for rejection.

4.21 BAR OF JURISDICTION:

Save as otherwise provided in the Tamil Nadu Transparency in Tenders Act 1998, noaction taken by any officer or authority under this Act shall be called in questionin any court, and no injection shall be granted by any court in respect of anyaction taken or to be taken by such officer or authority in pursuance of anypower conferred by or under this Act.

4.22 APPEAL:

Any Tenderer aggrieved by the order passed by the Tender Accepting

Page 22: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

22

Authority under Section-10 of the Tamil Nadu Transparency in Tenders Act 1998may appeal to the Government within 10 (Ten) days from the date of receipt oforder.

4.23 TENDER DOCUMENT:

“All the intending e-tenderers are informed that in the event of the documentsfurnished with the offer being found to be bogus or the documents containfalse particulars, the EMD paid by such tenderers will be forfeited in addition toblacklisting them for future tenders/ contracts in TANGEDCO” and also cancelling theaward of contract issued to them.”

4.24 PRE BID MEETING :

Pre bid Meeting will be held on 12.11.2021/11.00 Hrs. at the office ofSuperintending Engineer/ Purchase and Administration / Mettur Thermal PowerStation-II/ Mettur Dam.

If the date of pre bid meeting happens to be declared holiday, then the pre bidmeeting will be conducted on the next working day, for which no prior intimation willbe given.

4.25 Registration of Vendors in the IMS online portal:

The vendors shall register in the IMS online portal for online Bill processing system.

The Digital based Statutory Compliance Service Audit will be integrated with the onlineBill processing system. All the contract bills which consist of the work portion will beprocessed only after the Statutory Compliance Clearance Certificate of the OnlineCompliance Service Providers.

The bidder should obtain the labour license so as to comply with the Contract Labour(Regulation & Abolition) Act 1970 and Rules 1975 and Inter-State Migrant Workmen(Regulation of Employment and Conditions of Service) Act, 1979 & Rules 1983 forregistration of vendors in the IMS online portal.

Sd XXXXX 30.10.2021Chief Engineer,

MTPS-II/Mettur Dam-6

Page 23: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

23

SECTION - V

COMMERCIAL

5.1 SCOPE:

The scope of supply of the materials includes design, manufacture, inspection,testing, packing, forwarding, insuring and delivery of the materials detailed herein,at MTPS-II Stores/Mettur Dam/Tamil Nadu and erection, testing, commissioningworks at MTPS-II plant Mettur Dam.

5.2 DETAILS OF PURCHASE ORDERS ALREADY EXECUTED:

The tenderers shall furnish documentary evidence as stipulated in BQR vide Sec. II(BQR Conditions).

5.3 PAST PERFORMANCE:

1) The intending tenderers shall furnish the details of various supply orders/workcontracts executed by them for the past three years as on the date of Tendering inthe proforma enclosed in the Tender Specification as per Schedule-D along with enduser Certificate for satisfactory performance of the materials supplied.

2) The details furnished by the tenderers shall be in complete shape and if it is found thatany information is found omitted, suppressed, incomplete or incorrect, the same will betaken note of while dealing with the Tenders in future. Tenders furnished by thetenderers without these accompanying details of their past performance are liable forrejection.

5.4 COMPLETENESS OF TENDER:

The tender should be complete with all details of illustrative and descriptiveliterature and drawings. The tenderers shall furnish the complete technical detailsof the equipment/materials. Information regarding the country of manufacture ororigin of materials used in the manufacture of the articles should be furnished. Thetenderer should include all minor accessories even though not specificallymentioned in this specification but which are essential for the completeness ofthe materials ordered. The tenderer shall not be eligible for extra charges in respectof such minor accessories though not included in the tender.

5.5 DEVIATIONS:

The offers of the Tenderers with Deviations in Commercial terms and TechnicalTerms of the Tender Document are liable for rejection.

5.6 EVALUATION:

The evaluation shall include GST applicable as a part of the price, as detailedbelow and Packing & Forwarding and Freight & Insurance charges.

In a tender where the tenderers are both from the State of Tamil Nadu as well as fromoutside the State of Tamil Nadu, the evaluation will be done based on the GST.

Page 24: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

24

5.7 PLACING OF ORDERS:

The award of contract will be issued to the successful tenderer with all TANGEDCOLtd's terms and conditions, duly indicating the approved unit rates and the quantityallotted to them. The approved rates will be FIRM.

5.8 PRICE:

a) The Tenderer’s are requested to quote FIRM price in Indian Rupees only.

b) The Tenderer’s shall quote the Ex-works price for supply and price for Erection works,Packing & Forwarding charges and Freight & Insurance charges with applicablerate of GST separately for Delivery to Mettur TPS Stores, Mettur Dam, TamilNadu. A format for price schedule is given in Schedule ‘A’.

c) The Freight and Insurance charges shall be applicable for delivery to Mettur TPSStores, Mettur Dam, Tamil Nadu.

d) The above breakup details should be clearly indicated in the Schedule-A and in theabsence of which the offer shall be liable for rejection.

e) PERMANENT ACCOUNT NUMBER AND GSTIN NUMBER:

The Tenderer shall indicate the Permanent Account No. issued by the Governmentof India, Income Tax Department and GSTIN number of the firm and should enclosethe same with the Tender.

The L1 bidder shall furnish the declaration in respect of passing of ITCbenefit as per sec 171 of CGST Act as rebate in the price offered. In the eventof L1 bidder, specifying the ITC benefit as Nil, the same shall be supportedwith certificate from chartered accountant. A format of declaration will be asstipulated by TANGEDCO.

5.9 RATES ARE INCLUSIVE OF INCIDENTAL ITEMS:

It will be deemed that the rates quoted by the tenderer are inclusive of allincidental items of work not necessarily mentioned in the schedule but neverthelessessential for the correct and complete execution of the work. The prices should be inIndian Currency.

No variation in price will be accepted and price quoted should be firm till theacceptance of the proposal furnished by the tenderer

The rates quoted for individual items shall be firm and exclusive of GST. Theapplicability of GST shall be enumerated separately.

Page 25: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

25

5.10 Goods and Services Tax: (GST)

The GST Details in respect of MTPS II/ TANGEDCO are as under:

Billing Address The Superintending Engineer /Purchase and AdministrationMettur Thermal Power Station-IIMettur Dam 636 406

Provisional GSTIN Registration No. 33AADCT4784E1ZC

ARN AA330617106413K

Type of Customer Company

Name & Address as Registered inGSTIN –Place of Business

Tamil Nadu Generation andDistribution Corporation Ltd,144 Anna Salai, NPKRRMaaligai, Chennai-600002

State of Registration of GSTIN Tamil Nadu

The TDS under GST will be recovered at applicable rate on each andevery invoice of contract as per GST Act.

The appropriate rate of GST as per GST Act will be levied onLiquidated Damages and EMD, Security Deposit Forfeiture if any and amountwill be recovered from the bills.

GST Details:

a) The latest GST registration details, applicable GST with input tax credit, with HSNcode No etc., attested by a Gazetted Officer/ Chartered Accountant/ Notary Public validfor the current year shall be enclosed along with the quotation.

b) Appropriate rate of GST shall be admitted in lieu of (all taxes and levies replaced byGST) Excise Duty, CST and TNVAT Service Tax etc as per provisions of the rules.

c) Any increase due to statutory variation will be admitted only when the supplies aremade within the delivery schedule.

d) In case of delayed delivery, the GST prevailing on the date of despatch or the GST onthe last day of the contractual delivery period whichever is LESS will alone beadmitted. For both the cases, the Supplier shall furnish documentary evidence whilesubmitting the bills for payment.

e) IMPACT OF GST: Any downward variation in basic price while working dueto GST and the benefit of input tax credit must be passed on to TANGEDCO.

GST.1 An Overview of Goods and Services Tax [GST]:

i). Goods and Services Tax [GST] as a modern law, has been brought after Article

366(12A) of the Constitution as amended by 101st Constitutional Amendment Act,2016. GST is an indirect tax system, commonly used by both the Central Government

Page 26: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

26

and the State/UT to final consumption with credit of taxes paid at previous stagesavailable as set off. In a nutshell, only value addition will be taxed and burden of taxGovernments on goods and services. GST is a destination based tax onconsumption of goods and services. It is proposed to be levied at all stages right frommanufacture up is to be borne by the final consumer. GST has been rolled outw.e.f. 01.07.2017, across India.

ii). The GST to be levied by the Centre on intra-State supply of goods and / or serviceswould be called the Central GST (CGST) and that to be levied by the States/ Unionterritory would be called the State GST (SGST)/ UTGST. Similarly, Integrated GST(IGST) will be levied and administered by Centre on every inter-state supply of goodsand services.

iii). Any supplier of goods and service Provider of services who makes a taxablesupply with an aggregate turnover of over Rs.20 lakhs in a financial year isrequired to obtain GST registration. In special category states, the aggregateturnover criteria are set at Rs.10 lakhs. In simple words every business whosetaxable supply of goods or services under GST (Goods and Service Tax) and whoseturnover exceeds the threshold limit of Rs. 20 lakhs / 10 Lakhs as applicable will berequired to register as a normal taxable person.

iv). GST Registration Number: TANGEDCO has migrated into GST regime on 15.06.2017by duly uploading various mandatory data as required by the GST portal. Theprovisional ID issued to TANGEDCO is 33AADCT4784E1ZC. The details are alsoposted in TANGEDCO web portal.

v). GST Registration Number or GSTIN is 15 Digit identification number which isallotted to each applicant who applied for GST Registration. GST Number iscompletely based on the Pan Number and State code. First two digits representthe state code and another 10 digit represent the PAN number of the client, onedigit represent the entity code (Like proprietorship or partnership etc), one digit isblank and last one is representing check digit.

vi). Transaction Value: The value of supply of goods or services or both shall be thetransaction value, which is the price actually paid or payable for the said supply ofgoods or services or both where the supplier and the recipient of the supply are notrelated and the price is the sole consideration for the supply. Sec 15(1) states thatvalue of supply of goods and service shall be the transaction value i.e. the priceactually paid or payable.

The conditions for accepting the transaction value are-

a) Supplier and the recipient of the supply are not related.

b) Price is the sole consideration for the supply.

vii). Composition Scheme: Composition scheme specifies that registered personwhose turnover in the preceding financial year is below certain specified limit(Currently RS.75 lakhs) may intimate the proper officer to pay in lieu of tax payableby him an amount calculated at such rate may be specified.

Page 27: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

27

Eligibility for composition scheme: Sec10(2) of the central Goods and Services TaxAct, 2017 states that the registered person shall be eligible to opt under sub- section(1), if-

* He is not engaged in the supply of services other than supplies referred to inclause (b) of paragraph 6 of Schedule II;

* He is not engaged in making any supply of goods which are not leviable to taxunder this Act;

* He is not engaged in making any inter-State outward supplies of goods;

* He is not engaged in making any supply of goods through an electronic commerceoperator who is required to collect tax at source under section 52; and

* He is not a manufacturer of such goods as may be notified by the Government onthe recommendations of the Council.

viii). Supply of Service and Goods: When there is a combined supply of many goods /services, it has to be determined whether it is a Composite supply or mixedsupply of goods or services

(a) COMPOSITE SUPPLY: A composite supply is one where all the goods orservices or a combination has to be supplied together i.e., naturally bundledand there would be a Principal Supply that could be identified (Ex. Supply ofMachinery with packaging, insurance and freight – the principal supply ismachinery). In this case, the rate of principal supply will be applied on entirevalue.

(b) MIXED SUPPLY: A mixed supply is one where the goods or services or acombination thereof which could be individually supplied (like Pizza and Coke)but sold together at a single price. In this case, the highest rate to the goodin that mix is applied on all the goods. The GST shall be applicable atappropriate prevailing rates as notified by GST Act. In the event of delay inexecution of contract, the GST rate prevailing on the scheduled period or onthe actual date of execution, whichever is less only will be admitted.

The bidders should have registered under GST Act and furnish GSTIN. In the eventof contractor is within TN, SGST & CGST shall apply and if the contractor is outsideTN, IGST shall apply.

GST.2 Goods and Services Tax:

a) The Goods and Services Tax will be paid extra as applicable. The amount of CGST,SGST, and IGST as applicable shall be indicated in percentage payable andamount separately in the tender offer.

b) The TANGEDCO has been registered as a dealer under GST Act 2017 (Registration No.33AADCT4784E1ZC)

In case of delayed delivery, the GST prevailing on the date of despatch or onthe last day of the contractual delivery period whichever is LESS will beadmitted. For both the cases, the supplier shall furnish documentary evidence

Page 28: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

28

while submitting the bills for payment.

It is the responsibility of the tenderer to make sure about the correct rates ofduty leviable on the material at the time of tendering. If the rates assumed by theTenderer are less than the current rates prevailing at the time of tendering,the TANGEDCO Ltd will not be responsible for the mistake. If the rates assumed bythe tenderer are higher than the current rates prevailing at the time of tendering,the GST prevailing at the time of tendering will only be paid.

c) Any Variation in GST due to statutory Variation within the contract delivery date shall beconsidered by the TANGEDCO Ltd.

d) In case of delayed delivery/delayed completion of Works, the GST prevailing on the dateof dispatch or on the last day of the contractual delivery period whichever is less will beadmitted.

The GST is applicable to liquidated damage, forfeiture of EMD and Security Deposit ifany arises and this amount will be recovered from the bills.

GST.3 GST E-way bill system:-

E-Way Bill is an electronic document to be generated to cover interstatemovement of goods value more than Rs.50,000/- and intra-state movement(within state of Tamil Nadu) for consignment value exceeding Rs.1,00,000/- and suchgeneration needs to be done in e Way Bill portal.

Consequently, transporters of goods, are required to carry an e-Way Bill underGST provisions for the movement of such goods. The value of goods shall be the valuedeclared in an invoice, a bill of supply or a delivery challan and also includes the Centraltax, State or Union territory tax, integrated tax and Cess charged, if any. But, it will notinclude value of freight charges for the movement charged by transporter.

It is the responsibility of supplier/contractor to ensure the delivery of material atMTPS-II stores. Therefore, it is the responsibility of supplier/contractor or theirtransporters to generate e-way bill before transporting goods for delivery atTANGEDCO’s premises.

GST.4 TDS UNDER 194Q of IT Act :

Any person, being a buyer, who is responsible for paying any sum to anyresident for purchase of goods of value (or) aggregate value exceeding Rs. 50 lakhs inany previous year, shall, at the time of credit of such sum to the account of the seller(or) at the time of payment, whichever is earlier shall deduct an amount equal to 0.1%of such sum exceeding Rs.50 lakhs as TDS under section- 194Q of IT Act. The supplierof goods is required to furnish PAN to TANGEDCO for making the payment. In case thesuppliers do not have PAN, TANGEDCO is required to deduct TAX at a higher rate asper the provisions of Section 206AA. In case of specified person i.e., Any person whohas not filed income tax return for two previous years immediately before the previousyears in which TDS is required to be deducted and the time limit of filing of IncomeTax return u/s 139 (1) of IT Act, 1961 as expired provided that the total TDS and TCSin INR is Rs. 50,000/- (or) more in each of the two previous years the TDS rate u/s

Page 29: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

29

194Q will apply at a higher rate u/s. 206AB.

The provisions of this section shall not apply to the transactions on which tax isdeductable under any other provisions of the Income Tax Act 1961 and also on thetransactions in which Tax is collectible under the provisions of Section 206C.

On Purchase of goods/materials, TANGEDCO shall have the primary and foremostobligation to deduct Tax at source and no Tax shall be collected on such transactionu/s 206C (1H). TDS u/s 194Q is also applicable on the advance paid on the purchaseof the goods.

In case of works contract wherein supply and erection portions are separable, thevalue of supply of goods exclusive of GST will be subject to deduction of TDS undersection 194Q. On the other charges i.e. erection, testing, commissioning andmaintenance charges, TDS under section 194C & 194Q will apply.

The above provisions come into effect from 01.07.2021 onwards, and hence noTCS u/s.206C (1H) has to be paid by TANGEDCO on purchase of Goods. Accordingly,TANGEDCO will deduct TDS u/s.194Q on all the purchase of goods exceeding thethreshold limit i.e. aggregate credit (or) payment exceeds Rs.50 lakhs. It is mandatoryfor the bidder to submit a declaration format in Schedule to determine the applicabilityof the TDS u/s206 AB.

IT TDS is also applicable on erection and commissioning charges.

GST.5 Applicability of GST TDS:

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

Taxable Supply means supply of goods or services or both which is leviable totax under GST. Thus, TDS under GST is to be deducted only on the Taxable supply ofgoods or services or both and not on Exempt supply (supply of any goods or servicesor both which attracts Nil rate of tax or which may be wholly exempt from tax undersection 11 of the CGST/ SGST Acts or under section 6 of the IGST Act) and non-taxable supply. Similarly, TDS under GST rate need not be applied on GST componentin the invoice. TDS under GST is also applicable for suppliers/ contractors registeredunder composition scheme also.

b) Where the location of the supplier and the place of supply are in the same State, it isan intra-state supply and TDS @ 1% under CGST Act and 1% under SGST Act will bededucted. Where the location of the supplier is in State A and the place of supply is inState B, it is an inter-state supply and TDS @ 2% under IGST Act will be deducted.

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

Bills of supplier for advance payment. Amount of retention from the bills of supplier. Supply of goods or services or both by supplier registered under GST as

Composition dealer.

Page 30: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

30

Thus Gross value of invoice (Except GST portion) shall be taken while applying TDSunder GST rate.

S.No.

Location ofSupplier

Location of recipient ofsupply of goods/services

Place ofsupply

GST TDS applicability

1 Tamil Nadu Tamil Nadu (as TANGEDCOis in Tamil Nadu)

Tamil Nadu Applicable (CGST TDS @1%and SGST TDS @1%)

2 State otherthan TN

Tamil Nadu (as TANGEDCOis in Tamil Nadu)

State otherthan TN

Not Applicable

3 State otherthan TN

Tamil Nadu (as TANGEDCOis in Tamil Nadu)

Tamil Nadu (IGST TDS @ 2%)

d) TDS under GST is not applicable in the following cases:

1. Total value of taxable supply ≤< Rs.2.5 Lakh under a contract.

2. Contract value > Rs.2.5 Lakh for both taxable supply and exempted supply, but thevalue of taxable supply under the said contract ≤ Rs.2.5 Lakh.

3. Receipt of services which are exempted. For example services exempted undernotification No.12/2017 – Central Tax (Rate) dated 28.06.2017 as amended fromtime to time.

4. Receipt of goods which are exempted. For example goods exempted undernotification No.2/2017 – Central Tax (Rate) dated 28.06.2017 as amended fromtime to time.

5. Goods on which GST is not leviable. For Example petrol, diesel, petroleum crude,natural gas, aviation turbine fuel (ATF) and alcohol for human consumption.

6 Where a supplier had issued an invoice for any sale of goods in respect of whichtax was required to be deducted at source under the VAT Law before 01.07.2017,but where payment for such sale is made on or after 01.07.2017 [Section 142(13)refers].

7. Where the location of the supplier and place of supply is in a State(s)/UT(s) whichis different from the State/ UT where the deductor is registered.

8. All activities or transactions specified in Schedule III of the CGST/SGST Acts 2017,irrespective of the value.

9. Where the payment relates to a tax invoice that has been issued before01.10.2018.

10. Where any amount was paid in advance prior to 01.10.2018 and the tax invoicehas been issued on or after 01.10.2018, to the extent of advance payment madebefore 01.10.2018.

11. Where the tax will be paid on reverse charge by the recipient i.e., the deductee.

12. Where the payment is made to an unregistered supplier.

13. Where the payment relates to “Cess” component.

Page 31: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

31

e. Value of Supply for Deduction of TDS:

For the purpose of deduction of tax specified above, the value of supply shallbe taken as the amount excluding the central tax, state tax, union territory tax,integrated tax and cess indicated in the invoice i.e., without including the amount ofGST charges in the bill.

f) Exemption from TDS

According to that provision, TDS under GST need not be deducted in respect ofthe supply of goods and Services or both from a Public sector Undertaking (PSU) toanother Public Sector Undertaking with effect from 1st day of October 2018.Therefore, no TDS need to be deducted in respect of supplies between Public sectorUndertakings Example: NTECL, NTPC, BHEL etc., are owned by Central Government.However TDS provisions will continue to apply for Taxable Supplies from Governmentand other private agencies with effect from 01.10.2018 as already communicated videcircular 1st cited.

Public sector undertakings (PSU) means Government Companies, GovernmentCompany means any company in which not less than 51% of paid up share capitalheld by the Central Government or by any state Government or Governments or partlyby the Central Government and partly by one or more State Governments and includesa company which is a subsidiary of such a Government Company. This notification iswith effect from 1st October 2018 itself.

GST.6 Guidelines for releasing of GST on verification of GSTR 2A

a) The suppler/ contractor should promptly file under GST, to avoid/ minimize the delay inprocessing/ payment of invoices, since GSTR1 filed by the supplier/ contractor willreflect as GSTR 2A in the portal of the purchasers.

b) If any discrepancy arises between the value shown in the GSTR-2A and the invoicesavailable, the liability towards GST will be restricted to the lower of the two and GSTpayment will be made accordingly.

c) Any lesser GST remittance found in GSTR 2A than claimed from TANGEDCO, the excesscollection of GST will be recovered from suppliers/ contractors, duly adhering regularprocedures if there is any difference between GST claimed from TANGEDCO andremitted to Govt. in GSTR 2A.

5.11 THE COMPLIANCE OF EPF ACT

1. Since Mettur Thermal Power Station is covered under the EPF Act, the Contractor whodesires to take up works contracts for and inside the premises of MTPS I is required tocomply with all the relevant provisions stipulated in the EPF & MP Act.

2. The Contractor should take separate EPF main code number. The EPF main codeNumber can be obtained from the Assistant Provident Fund Commissioner, Salem.

3. The workers engaged by the contractors should have EPF – UAN Number (UniversalAccount Number).

Page 32: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

32

4. The Contractor shall be responsible for the payment of necessary EPF contributions,both Employer’s and Employee’s contributions as per the provisions of the EPF Act inrespect of the actual workers engaged for the specified works.

5. The Contractor shall submit necessary returns to the EPF organization with in thestipulated time as required under the said EPF & MP Act.

6. The Contractor shall produce the proof of payment of contributions both Employer’sand Employee’s contributions made to EPF Organization in order to claim the works billfor the respective works. The works bill should be claimed only after ensuring theremittance of both the employer’s and employee’s PF contributions by the contractors.

7. The contractor shall be fully liable to meet and fulfill all the relevant provisions of theEPF Act in respect of the execution of the tendered work.

8. In case the Contractor fails to fulfill any of the statutory provisions of the EPF & MPACT and consequently it happens that TANGEDCO / TANTRANSCO has to meet suchrequirements of the said ACT or Statutory provisions in the capacity of PrincipalEmployer, TANGEDCO / TANTRANSCO shall make good such requirements, out ofmoney due and payable to the said contractor and further the performance of the saidContractor in this regard will be noted for all future Contracts of TANGEDCO /TANTRANSCO.

9. TANGEDCO will not reimburse the Employer Contribution towards EPF underany circumstances and contractor has to absorb it in the price offered.

10. The provision of the Pradhan Mantri Rojgar Protsahan Yojana (PMRPY) Scheme is“Government of India will pay the full employer’s contribution (EPF and EPS both) asadmissible from time to time w.e.f. 01.04.2018 for a period of three years to the newemployees and to the existing beneficiaries for their remaining period of three yearsthrough EPFO.

11. The contractors shall remit the EPF contribution separately (by separate Challan) foreach and every work.

12. Shall mention the acceptance order / formal order reference number in the remarkscolumn of the ECR Challan (Electronic Challan Cum Return) of the EPF and to submitthe same.

13. Shall submit the payment confirmation receipt (the Payment confirmation date ismandatory).

14. Shall submit the combined Challan of Account No.1, 2, 10, 21 & 22.

5.12 THE COMPLIANCE OF ESI ACT

1. Since Mettur Thermal Power Station-II is covered under the ESI Act, the Contractorwho desires to take up works contracts for and inside the premises of MTPS II isrequired to comply with all the relevant provisions stipulated in the ESI & MP Act.

2. The Contractor should take separate ESI main code number.

Page 33: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

33

3. The Contractor shall be responsible for the payment of necessary ESI both Employer’sand Employee’s contributions and for the payment of necessary Employee’scontributions of ESI as per the provisions of the ESI Act in respect of the actualworkers engaged for the specified works.

4. The Contractor shall submit necessary returns to the ESI Corporation with in thestipulated time as required under the said ESI Act.

5. The Contractor shall produce the proof of payment of contributions both Employer’sand Employee’s contributions made to ESI Corporation in order to claim the works billfor the respective works. The works bill should be claimed only after ensuring theremittance of both the employer’s and employee’s ESI contributions by thecontractors.

6. The contractor shall be fully liable to meet and fulfill all the relevant provisions of theESI Act in respect of the execution of the tendered work.

7. In case the Contractor fails to fulfill any of the statutory provisions of the ESI ACT andconsequently it happens that TANGEDCO / TANTRANSCO has to meet suchrequirements of the said ACT or Statutory provisions in the capacity of PrincipalEmployer, TANGEDCO / TANTRANSCO shall make good such requirements, out ofmoney due and payable to the said contractor and further the performance of the saidContractor in this regard will be noted for all future Contracts of TANGEDCO /TANTRANSCO.

It is incumbent on the part of the Contractor to see that it shall be his soleresponsibility to protect the public and his employees, against any accident from anycause and he shall indemnify the Tamil Nadu Generation and Distribution Corporationagainst any claim for damages for injury to person or property resulting from anysuch accident and shall also where the provisions of workmen’s compensation actapply take steps to properly insure against any claim there under by way of accident,risk, insurance, demand for all purposes of relief, failing the same or otherwise,Contractor alone will be responsible to meet the compensation awarded under the saidact.

8. The Contractor should satisfy the field Superintending Engineer that ‘Accident RiskInsurance Policy’ is taken before taking over the site for taking up the work and alsoto satisfy the field Superintending Engineer, that the policy/ policies is/ are kept inforce till the contract is completed and the works are taken over by the TANGEDCO,on the issue of completion certificate.

9. Shall to submit the Monthly Contribution Challan Form (Transaction status field –completed successfully is mandatory.

10. Shall submit the contribution history of the respective months.

11. Shall submit the month wise statement duly signed with seal, showing the details ofthe employees utilized by the contractors for the specific work and the contributionremitted as per the below format.

Page 34: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

34

Sl.No.

IPNo. IP Name No. of

days Wages IPContributions

12. The contractor shall indemnify TANGEDCO against all actions, suits, claims,compensation towards accidents/ death, cost of expenses arising in connection withinjuries suffered by persons employed by the contractor whether under the generallaw of ESI scheme & EPF scheme or any other statutory in force during the period ofcontract/ and to undertake steps properly to insure against any claims there under.

13. For any safety violation and non-compliance of the statutory acts and rulesprescribed respectively under factories act 1948 and TNF Rules 1950 made thereunder the contractor is solely liable for the imposition of penalty. It is to be clearlyunderstood by the contractor that as per the section 101 of the Factories Act, wherethe occupier and or the manager of MTPS Iis charged by the officials of the Inspectorof Factories with offence punishable under the factories act 1948 and TNF rules 1950for any safety violation by the contractor and his workmen while working, theconcerned contractor shall be charged as the actual offender and brought before thecourt at the time appointed for hearing the charge and shall be convicted of theoffence and the occupier and the Manager of MTPS II will be discharged from liabilityunder this Act, in respect of such offence.

14. The contractor shall furnish the undertaking towards ESI & EPF in Rs.80/- stamppaper as in the enclosed Annexure for this work while claiming the Part Bill / FinalBill.

NOTE:

1. Employer contribution towards EPF and ESI will not be reimbursed byTANGEDCO to the contractor, if any such claims made by the contractortowards the employer contribution it will not be accepted.

2. Bidder should produce EPF & ESI code number for having registered in therespective statutory bodies and the evidence for the same should beuploaded or otherwise their tender will be liable for rejection.(Implementation of EPF & Misc. Prov. Act 1952)

3. The bidder should comply with CLRA Act 1970, EPF & Misc. Prov. Act 1952etc. TANGEDCO under any circumstances will not be held responsible fornot complying with any statutory violation.

5.13 DESPATCH INSTRUCTIONS:

The materials should be despatched as per Despatch Instructions.

5.14 DELIVERY:

1) PLACE OF DELIVERY: The Stores Controller/ MTPS II/ Mettur Dam 6.

Page 35: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

35

2) Delivery period:

Supply of materials:

Design, Drawing and supply of materials shall be completed within 6 months fromthe date of receipt of Purchase order.

Erection & Commissioning:

Erection, testing & Commissioning shall be completed within 6 months from thedate of receipt of Purchase order.

3) The contractual delivery period will not be extended. Hence all efforts shall be taken todeliver the materials within the contractual delivery period. TANGEDCO also reservesthe right to cancel the order if the delivery schedule is not kept up, without any furthernotice to the supplier.

4) TANGEDCO Ltd reserves the right to cancel the quantities not supplied as per deliveryschedule.

5) TANGEDCO Ltd also reserves the right to cancel the order if the delivery schedule is notkept up, without any further notice to the supplier.

6) TANGEDCO Ltd reserves the right to revise this delivery schedule depending on theactual requirement at the time of placing the purchase order.

7) The TANGEDCO Ltd will be at liberty to cancel the contract if the supply is not made asper the delivery schedule specified in the indent, not withstanding its right to claimliquidated damages for the belated supplies and the quantity outstanding to besupplied as on the date of cancellation. The defaulting contractors will be liable to payto the TANGEDCO Ltd in addition to the liquidated damages for delay, the actualdifference in price whenever the TANGEDCO Ltd orders the delayed quantity to besupplied / executed by other agencies at higher rate.

8) The actual date of receipt of each material with all accessories at MTPS II Stores will bereckoned as the date of delivery for the purpose of calculation of liquidated damages inrespect of that material.

9) It is the responsibility of the supplier to give 30 days’ advance information forinspection, dispatch of materials and other obligations under the terms and conditionsof this contract in order to deliver the units within the contractual delivery periodquoted /agreed.

10) After the issue of Despatch Instruction, if any delay is caused by the supplier inarranging timely despatches, their poor performance will be taken note of whileordering in future.

11) It is the responsibility of supplier / contractor or their transporters to generate e-waybill before transporting goods for prompt delivery at MTPS II Stores.

12) If any Modification/ Alteration/Rerouting of Pipe lines/ Cables/ Cabletrays and any Electrical system modifications required at site, thoseworks should also be carried out at the site/plant with the inclusivecost, as per the direction of the plant Engineers.

Page 36: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

36

13) The Tenderer or his representative or the related engineers of thetenderer or his authorized agency may visit the site at AHP/MTPS-IIplant at Mettur dam, before quoting the tender to get aware of theexisting system and proposed need of the noted work and to clear allthe doubts on technical aspects.

5.15 PAYMENT TERMS:

1)Payments for the supplies will be made by way of NEFT/RTGS/Fund Transferto the supplier’s account on any one of the Nationalised Banks/ScheduledBanks approved by Reserve Bank of India, in Tamil Nadu. The bank chargesinvolved in making the payment will be tothe account of the supplier.

2)Payment will be made by CE/MTPS-II against the bills passed by the FinancialController/MTPS-II by Cheque/NEFT/RTGS, provided all other terms andconditions of the Purchase Order are satisfied. Bills for payment shall befurnished in quadruplicate enclosing all the required documents to theFinancial Controller/MTPS-II. Only the offers agreeing to the above terms ofpayment will be preferred. TANGEDCO may reject the offers with other termsof payment. A billing breakup shall be furnished by the successful tendererafter the award of contract for the TANGEDCO approval.

3)Payments will not be made for equipment’s/materials damaged during transit.All defective materials shall be replaced by the supplier free ofcharge.

4) For Materials delivered within the delivery period:

a) 70% of all inclusive prices (Including GST) for supply portion on receipt onpro-rata basis of materials of each consignment at Central Stores/ MTPS II ingood condition will be paid within 90 days from the date of receipt ofmaterials at good condition against submission of Bills with requireddocuments and after deducting recoveries, ifany.

b) 20% Payment for supply portion will be paid within 90 days from the dateof completion of works on successful erection, testing and commissioning andcompletion of effective performance of the contract of the subject equipmentand after deducting recoveries, if any.

c) Balance 10% for supply portion will be paid within 90 days from the date ofsubmission of invoice after successful completion of PG test and after receiptof test report from SE/MI/MTPSII and completion of effective performance ofthe contract of the subject equipment and after deducting recoveries, if any.

Page 37: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

37

5) For materials delivered beyond delivery period:

The above said respective payments will be released after deductingapplicable LD.

6) For Erection & Commissioning in Civil Portion:

a) 90% of payment for work execution portion will be paid within 90

days on successful erection, testing and Commissioning of the subject

equipment in respect of Civil portion against presentation of invoices and after

receipt of confirmation report towards successful completion of civil portion

from SE/Civil/MTPSII and after deducting recoveries, if any.

b) Balance 10% will be paid within 90 days on successful erection, testing

and Commissioning of the subject equipment in respect of Civil portion after

the proved PG test against presentation of invoices and after receipt of

confirmation report towards successful completion of civil portion from

SE/Civil/MTPSII and after deducting recoveries, if any.

7) For belated Erection & Commissioning in Civil Portion:

The above said respective payments will be released after deductingapplicable LD.

8) For Erection & Commissioning of other Portion:

a) 75% of payment for work execution portion will be paid within 90 days

on pro-rata basis on successful erection, testing and Commissioning of the

subject equipment against presentation of invoices and after receipt of

confirmation report towards successful completion of erection from

SE/MI/MTPSII and after deducting recoveries, if any.

b) 15% of payment will be paid within 90 days on successful erection,

testing and commissioning and completion of proved performance test and on

the receipt of respective test report from SE/MI/MTPSII and after deducting

recoveries, if any.

c) Balance 10% of payment will be paid within 90 days after successful

completion of 72 hours proved PG test of the contract of the subject

equipment and after deducting recoveries, if any.

Page 38: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

38

9) For belated Erection & Commissioning of other Portion:

The above said respective payments will be released after deductingapplicable LD.

10) For Design Portion:

100% payment for design portion will be paid within 90 days aftersuccessful completion of 72 hours proved PG test of the contract ofthe subject equipment and after detecting recoveries, if any.

11) For belated Design Portion:

The above said respective payments will be released after deductingapplicable LD.

In the event of TANGEDCO failing to keep the time frame for releasing payment,simple interest for the delayed payment shall be paid by TANGEDCO to thevendors at the SBI three months MCLR rate for the delayed period beyond 90days.

The simple interest shall be calculated for the delayed period by adopting the 3months MCLR of SBI prevailed at the time of signing of agreement and in the caseswhere no agreement is signed, only P.O/WCT is issued, the date of the P.O/WCTshall be taken as base date to ascertain the interest rate.

In case of delay in supply, the materials will be accepted subject to the followingconditions:

There should be no declining trend in pricesii) Payment will be released as per the latest purchase order rates or lowest rates

obtained during the recent tenders opened subject to levy of liquidated damage forbelated supplies.

iii) TANGEDCO reserves the right to accept or reject the delayed supplies withoutassigning any reason thereof and take action as per the other terms and conditions ofthis Specification.

iv) 70% payments will be made only after the approval of the test certificates and onreceipt of the supplier’s bills in duplicate, duly certified by the consignee. If thesupplier dispatches materials without prior approval of competent authority and if anydemurrage or wharfage or both are incurred by the purchaser they will be debitedfrom the supplier.

7) The bills for payment will be passed only after the approval/acceptance of thefollowing.

1) Security deposit cum Performance Guarantee for 5% of value of order.2) Attested copy of IT PAN/ GST Registration certificate.3) Guarantee & Test Certificates4) Supply of manuals, Spares as stipulated in Section – VII Technical.

Page 39: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

39

8) The Supplier should dispatch only after getting dispatch instruction from the consigneeSuperintending Engineer. If the supplier dispatches the materials without the priorapproval of the purchaser, then the purchaser shall not be responsible for anydemurrage of wharfage or both and only the supplier should bear any expenditurearising out of such unapproved dispatches.

5.16. SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE:

1) The successful tenderer will have to furnish 5% of Contract value as SecurityDeposit cum Performance Guarantee by means of electronic mode of paymentor D.D./Bankers Cheque /irrevocable Bank guarantee as detailed below:

Account Name: SE/P&A/MTPS-IIAccount No.: 30468983165

Name of Bank : State Bank of India,Mettur dam,Mettur Dam – 636 401

IFSC code : SBIN00008772) Electronic mode of payment or Banker’s Cheque or Demand Draft or

Irrevocable Bank Guarantee will be accepted towards payment of SecurityDeposit cum Performance Guarantee for the value of Purchase order. Incase of irrevocable Bank Guarantee, it should be a single Bank Guarantee to 5%of the Contract value.

3) The Security Deposit cum Performance Bank Guarantee Shall be returned to thesupplier after the expiry of guarantee period ensuring that defects/ damagesduring the guarantee period are rectified/ replaced. If the purchaser incurs anyloss or damages on account of breach of any of the clauses or any other amountarising out of the contract becomes payable by the supplier to the purchaser,then the purchaser will in addition to such other dues that he shall have underthe law, appropriate the whole or part of the security deposit cum Performancebank guarantee and such amount that is appropriated will not be refunded to thesupplier.

4) The successful tenderer will have to furnish the Security Deposit cumPerformance Bank Guarantee within 30 days from the date of receipt of P.O. Thesecurity deposit cum Performance Bank Guarantee will not carry any interest.Belated payment of Security Deposit will not be accepted.

5) The SD cum PG shall be valid for a continuous period of 36 months from theanticipated date of receipt of last consignment goods / materials at site in goodcondition. In case of delay in supply, the BG should be extended suitably, tillcompletion of guarantee period.

6) Failure to comply with the terms regarding security deposit cumPerformance Guarantee set out in the purchase order within thestipulated time of the successful tenderer will entail in the cancellationof the purchase order without any further reference to the supplier.

Page 40: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

40

5.17. LIQUIDATED DAMAGES:

1) The delivery as specified should be guaranteed by the supplier under the liquidateddamages clause given below:

a. It is the responsibility of the supplier to arrange for inspection, despatch etc. intime to keep up the delivery schedule.

b. GST on LD if applicable will also be recovered from the Bills.

c. If the supplier fails to deliver the equipments/ materials within the time specified inthe indent or any extension thereof, the purchaser shall recover from the supplieras liquidated damages, a sum of HALF PERCENT (0.5%) of the All inclusive price ofthe undelivered equipments/ Materials for each completed week of delay. The totalliquidated damages shall not exceed Ten percent (10%) of the All-inclusive price ofthe equipments / materials so delayed. Only the date of actual receipt ofmaterials at stores will be reckoned as date of delivery for this purpose.Liquidated damages will also be recovered for the quantity not supplied as is donefor the belated supply. It is the responsibility of the suppliers to arrange forinspection, despatch etc. in time to keep up the delivery schedule.

In case of delay in completion of work (either by Supplying the materials in timeor with delay), the LD will be deducted from the bills at 0.5% of total value of contractfor each completed week of delay. The total LD shall not exceed 10% of total value ofcontract.

d. It should be noted that if a contract is placed on the higher tenderer in preference tothe lowest acceptable tender in consideration of the offer of earlier delivery, the saidcontractor will be liable to pay the TANGEDCO Ltd the difference between the contractrate and that of the lowest acceptable tender in case of failure to complete the suppliesin terms of such contract within the delivery period specified in the tender andincorporated in the contract. This is without prejudice to other rights under the terms ofcontract.

2) Equipment will be deemed to have been delivered only when all its component partsand its accessories are also delivered. If certain components and accessories are notdelivered in time the whole equipment will be considered as delayed unless, the missingparts are delivered.

The Liquidated damages will also be levied for the quantity not supplied as is donefor the delayed supplies. If supplies effected in part could not be beneficially usedby the TANGEDCO Ltd (due to such incomplete supply), liquidated damage will beworked out on the basis of contract price and not on the value of delayed portiononly.

3) If supplies to be rendered against the rate contract are made by the supplier beyondthe period of delivery stipulated in the indent and if they are accepted by theTANGEDCO Ltd, such acceptance is without prejudice to the TANGEDCO Ltd's rights tolevy liquidated damages for the delay in supply.

Page 41: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

41

4) The suppliers are liable to pay the amount of loss sustained by the TANGEDCO Ltd inthe event of non-execution of orders, if any placed on them either in full or part to thesatisfaction of the TANGEDCO Ltd under the terms and conditions of contract andin the event of placing orders for such quantities on some others at a higherprice.

5) Tenderer’s not giving clear and specific acceptance to the above clauses is liable to berejected.

6) If there is any downward trend in prices on account of belated supplies, the tenderershave to accept the same with the levy of liquidated damages, for belated supplies.

7) The defaulting suppliers will be made liable to pay to the TANGEDCO Ltd in addition toliquidated damages for delay, the actual difference in price, wherever TANGEDCO Ltdorders the delayed quantity to be supplied/executed by other agencies at a higher rate.This is without prejudice to other rights under the terms of contract.

8) The TANGEDCO Ltd will also be at liberty to cancel the order if the supply is not madeas per the delivery schedule specified in the order, notwithstanding its rights to claimLiquidated Damages for the belated supplies and quantity outstanding to besupplied as on the date of cancellation.

9) The actual date of receipt of each material at MTPS II Stores with all accessories will bereckoned as the date of delivery for the purpose of calculation of liquidated damages inrespect of that material.

10) The penalty, if any, will be recovered from any amount due to the contractor either inthis purchase order / contract or any other Purchase Order / contract placed on him,including SD, Retention amount, Balance amount etc.

5.18. GUARANTEE:

1) MATERIAL GUARANTEE:The entire DPPCS System equipments/ Spares materials supplied by bidder

shall be guaranteed to perfect operation for a period of 12 months from the date ofcommissioning or 18 months from the date of supply whichever is later subject to anoverall guarantee period of 36 months from the date of supply under normal andproper conditions of service and maintenance.

Any defects noticed during this period shall be rectified at free of cost onintimation or failure within the above said guarantee period and same shall beattended at the next shut down period. Irrespective of number of failures, the Bidder isresponsible for the free replacement of the Defective materials till the guarantee periodas stipulated.

The incidental expenses, transport and freight charges for the replacement ordefective materials within the guarantee period may also be borne by the Bidder tillsuch time as said above.

2) PERFORMANCE GUARANTEE:

The performance guarantee should ensure the following:

Page 42: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

42

Sl.No Description Guaranteed Parameters1. Ash conveying

from ESP to Siloa) Testing, Commissioning and PerformanceGuarantee Testing of the entire Augmentation of DryFly ash Handling system (DPPCS-Dense phasepneumatic conveying system), to prove theconveyance of 3200 TPD., i.e., 135 TPH from the 16Nos of frontline hoppers to the main silo.b) It is also to be proved to ensure the evacuation &conveying of 100% dry fly ash generated from the600MW MTPS-II unit, up to the existing RCC mainsilo, by firing worst coal, that is about 4000 TPD oftotal fly ash, through the existing and the newlycommissioned additional DPPCS system, is thecollective responsibility of the successful bidder totake up the contract.

3) The tenderers shall guarantee among other things, the following:

i) Quality and Strength of materials used.

ii) Safe electrical and mechanical stresses on all parts of the equipments/materials under all specified conditions.

iii) Performance figures given by the tenderers in the Schedule ofGuaranteed technical particulars.

4) PENALTY FOR FAILURE TO ACHIEVE PERFORMANCE GUARANTEE:

a) After Completion of entire Augmentation of Dry Fly ash Handling system (DPPCS-Dense phase pneumatic conveying system), PG test shall reveal the GuaranteedParameters mentioned above.

b) If, after Commissioning & PG test, if the Guaranteed Parameters mentioned abovecould not be achieved the Performance Bank Guarantee amount will be forfeited &the bidder shall take all improvement/ rectification measures to achieve GuaranteedParameters mentioned above within 15 days from the date of intimation fromTANGEDCO.

c) If even after such rectification, if the Guaranteed Parameters mentioned abovecould not be achieved then it shall be open to TANGEDCO to claim losses such asGeneration loss & any other penalties imposed by statutory bodies on TANGEDCO inaddition to PBG amount.

d) The claims of TANGEDCO will be adjusted in the pending payments to the bidder.

5.19. FORCE MAJEURE:

1) The supplier shall not be liable for delay in performing his obligations resultingdirectly or from any force majeure conditions herein defined as:

a). Any cause which is beyond the reasonable control of the supplier or purchaser asthe case may be.

Page 43: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

43

b). Natural phenomena, such as floods, drought, earthquakes and epidemics.

c). Act of any Govt. Authority, domestic or foreign, such as wars declared orUndeclared quarantines, embargoes licensing control on production or distributionrestriction.

d). Accident and disruptions such as fire, explosion, increase in power cut withrespect to date of tender opening, break down of essential machinery orequipments etc.

e). Strikes, slow down, and lockouts.f). Failure or delay in the supplier's source of supply due to force majeure causes

enumerated at 'b' to 'e' above shall be considered, provided the supplierproduces documentary evidence to show that there were no other alternativesource of supply available to him or if available the lead time required waslikely to be longer than the duration of the force majeure at the normal sourceof supply.

All the provisions of this clause shall apply whether the disruption cause is total orpartial in its effect upon the ability of the supplier to perform.

NOTE: The cause of force majeure condition will be taken into consideration only ifthe supplier notifies within 15 days from the occurrence of such delay.

The purchaser shall verify the facts and grant such extension as the factsjustify. For extension due to force majeure conditions, the supplier shall submithis representation with documentary evidence for scrutiny by the purchaser anddecision of the purchaser shall be binding on the firm.

2) Provided that if the performance in whole or part by the supplier on any obligationunder this contract is prevented or delayed by reasons of any eventuality for a periodexceeding 60 days, the TANGEDCO Ltd may at its option terminate the contract by anotice in writing.

3) The Power cut shall not be considered under force majeure condition. The period ofextension shall be decided only by the authority who placed the order, after verifyingthe evidence for the cause of delay.

5.20 NON-ASSIGNMENT:The supplier shall not assign or transfer the contract or any part thereof withoutthe prior approval of the Purchaser.

5.21 INSURANCE:1) Contracting firms shall arrange insurance for the equipment/materials and all its

accessories being supplied by them, through any of the Nationalised InsuranceCompanies. The equipment/ materials shall be insured to cover transport (fromWarehouse) and 60 days storage risk at site. The damages, if any, during transit will bereported within 30 days of receipt of materials. It will be the responsibility of thesupplier to replace the defective/damaged materials and make good the shortages andother losses in transit, free of cost, lodge and recover claim from Insurance, Underwriters/Carriers.

Page 44: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

44

It is incumbent on the part of the CONTRACTOR to see that it shall be his soleresponsibility to protect the public and his employees, against any accident from anycause and he shall indemnify the TANGEDCO against any claim for damages for injuryto the person or property resulting from any such accident and shall also where theprovisions of workmen’s compensation act apply take steps to proper insure againstany claim there under any way of accident, risk, insurance demand for all purpose ofrelief, failing the same or otherwise, CONTRACTOR alone will be responsible to meetthe compensation awarded under the said act.

2) RISK INSURANCE:

It is incumbent on the part of the Contractor to see that it shall be his soleresponsibility to protect the public and his employees, against any accident from anycause and he shall indemnify the Tamil Nadu Generation and Distribution Corporationagainst any claim for damages for injury to person or property resulting from anysuch accident and shall also where the provisions of workmen’s compensation actapply take steps to properly insure against any claim there under by way of accident,risk, insurance, demand for all purposes of relief, failing the same or otherwise,Contractor alone will be responsible to meet the compensation awarded under the saidact.

The Contractor should satisfy the field Superintending Engineer that ‘AccidentRisk Insurance Policy’ is taken before taking over the site for taking up the work andalso to satisfy the field Superintending Engineer, that the policy/ policies is/ are kept inforce till the contract is completed and the works are taken over by TANGEDCO, on theissue of completion certificate.

Recoveries will be made from Contractor’s bill for any liability for the accidentsand refund of the same considered later after the claim is fully settled by theInsurance Authorities.

3) Transit Insurance: Transit Insurance to be borne by the contractor covering loss ordamage occurring while in transit from the Contractor’s or Subcontractor’s works orstores until arrival at the Site, to the Plant (including spare parts there for) and to theContractor‘s Equipment.

4) Automobile Liability Insurance: Covering use of all vehicles used by the Contractoror its Subcontractors, whether or not owned by them, in connection with the executionof the Contract.

5) Installation All Risks Insurance: Covering physical loss or damage to the Facilitiesat the Site, occurring prior to Completion of the Facilities, with an extendedmaintenance coverage for the Contractor‘s liability in respect of any loss or damageoccurring during the guarantee period while the Contractor is on the Site for thepurpose of performing its obligations during guarantee period.

6) Other Insurances: If any other insurance is required for this contract shall be borneby the Contactor.

Page 45: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

45

5.22 PACKING AND FORWARDING:

1) The packing shall conform to relevant packing standards. The contractor shouldhowever, ensure that the packing is such that the materials reach their destinationwithout damage/loss during transit by Rail or Road and subsequent storage. Thewords "Handle with care" should be printed on the cartons.

2) The equipment/materials and all its accessories shall be securely packed anddespatched, freight paid, duly insured, at supplier’s risk and cost. The packing may bein accordance with the manufacturer’s standard practice. The supplier is responsiblefor ascertaining the facilities that exist for Road Transport to site. Each package shallbe clearly marked and contain detailed packing list, such as gross weight, net weightetc. The supplier is solely responsible for any loss or damage during transport. Thedespatch of materials shall be made only after the approval of routine test certificatesby the TANGEDCO Ltd. The equipment/Materials shall be unloaded at DestinationStores/Sites by the supplier at free of cost.

5.23 LOSS OR DAMAGE:

1) External damages or shortages that are prima facie, the results of rough handling intransit or due to defective packing will be intimated within fortnight from the date ofreceipt of the materials at site. Internal defects, damages or shortages of integralparts which cannot ordinarily be detected on a superficial visual examination by badhandling in transit or defective packing, would be intimated within 2 months fromthe date of receipt of materials. In either case, the defective materials shall bereplaced/rectified by the supplier, free of cost.

2) If during the period of supply, it is found that goods already supplied are defective inmaterial or workmanship or do not conform to specification or unsuitable for thepurpose for which they are purchased, then it will be open to the purchaser either toreject the goods or repudiate the entire contract and claim such loss that the purchasermay suffer on that account require the supplier to replace the defective goods, free ofcost.

3) Similarly, if during the guarantee period any of the goods found to be defective inmaterials or workmanship or do not conform to specification or are unsuitable for thepurpose for which they are purchased, it will be open to the purchaser either torepudiate the entire contract and claim damages or accept such parts of the goods thatare satisfactory and require the supplier to replace the balance or to claimcompensation for the entire loss sustained by the purchaser on that account.

4) In the event of supplies being received damaged or any shortages at the destinationstations, the cost of such materials, GST (if payable) and other charges payable thereofwill be paid only proportionate to the value of materials received in good condition,unless the damaged goods or short supplies are made good free of cost by thesuppliers.

5) For all legal purposes, the materials shall be deemed to pass into the TANGEDCO Ltd’sownership at the destination Stores, where they are delivered and accepted.

Page 46: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

46

5.24 INSPECTION:1) The authorized representatives of the purchaser shall have access to the supplier’s or

sub-vendor’s works at any time during working hours, for the purpose of inspecting themanufacture of the materials and for testing the selected samples from the materialscovered by this specification. The supplier or the sub-vendor shall provide facilities forthe above.

2) Tenderers are requested to furnish in their tenders the exact location of their factorywith detailed address to enable inspection by TANGEDCO if considered necessary.

3) Not less than 15 days advance intimation shall be given about the quantity of materialsthat will be ready for inspection to TANGEDCO’s Officers. The arrangement forinspection shall be made by supplier in such a way that the delivery schedule is keptup. The materials shall not be dispatched without instruction from TANGEDCO.

4) Factory inspection will be done by TANGEDCO’s officers to assess the genuineness inmanufacturing the tendered materials and to assess whether the firm hasinfrastructural facilities to manufacture the same.

5) Pre Despatch Inspection

Equipment covered under pre-dispatch inspection:

Mechanical:

1) Conveying air Compressor

2) Instrument air compressor

3) Air Drier.

4) All types of valves like pneumatic valves, Dome valves, Knife gate valves, Nonreturn valves etc.,

5) Vessels

6) Mixing apparatus and etc.

Inspection of major Equipments such as LT SWGR, LDB are to be carried out byTANGEDCO Engineers at the Contractor’s premises. After completion of FactoryAcceptance Test, the above materials are to be dispatched. Factory Acceptance Testshall be arranged by the Contractor at their factory in India and test may be carriedout as per standards.

The inspection may be carried out by the purchaser at any stage of manufacture. Thesuccessful contractor shall grant free access to the MTPSII/TANGEDCO representativeat a reasonable time when the work is in progress. Inspection and acceptance of anyequipment under this specification by the Purchaser shall not relieve the supplier of hisobligation of furnishing equipments in accordance with the specification and shall notprevent subsequent rejection if the equipment is found to be defective.

The supplier shall keep the purchaser informed well in advance about themanufacturing program so that the arrangement can be made for inspection.

Page 47: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

47

MTPS II/TANGEDCO reserve the right to insist for witnessing the acceptance routinetesting of bought out items.

5.25 MATERIALS AND WORKMANSHIP:

33.1. All materials, equipments and spare parts thereof shall be new, unused andoriginally coming from manufacturers’ plant to the destination stores. Thoseincluding used, rebuilt or overhauled materials/equipments will not be accepted.

33.2. All the materials shall be of best class and capable of satisfactoryoperation in the tropics with humid atmospheric condition. Unless otherwisespecified, they shall conform to the requirements of appropriate India Standards.Where these are not available, IEC and American / British Standards shall befollowed.

33.3. The design shall incorporate every reasonable precautions and provisionsfor the safety of all those concerned in the operation and maintenance ofequipment/ materials.

33.4. The materials should be designed to facilitate inspection and repair and toensure satisfactory operation under atmospheric conditions prevailing at site andunder sudden variations of and voltages as may be met with under workingconditions in the system including those due to faulty synchronizing and shortcircuits within the rating of the apparatus.

33.5. The design shall incorporate every reasonable precautions and provisionsfor the safety of all those concerned in the operation and maintenance ofequipment.

33.6. All the equipments should operate without undue vibration and with theleast practicable amount of noise.

5.26 REPLACEMENT OF DEFECTIVE / DAMAGED MATERIALS:1) Notwithstanding anything contained in the above liquidated damages clause when the

whole or part of the materials supplied by the supplier are found to bedefective/damaged or are not in conformity with the specification or sample, suchdefects or damages in the materials supplied shall be rectified within two months fromthe date of intimation of defect/damage either at the point of destination or at thesupplier’s works, at the cost of supplier, against proper security and acknowledgment.In the alternative, the defective or damaged materials shall be replaced free of costwithin two months from the date of receipt of the intimation from the purchaserof such defects or damages. If the defects or damages are not rectified or replacedwithin this period, the supplier shall pay a sum towards liquidated damages at the rateof (0.5%) half percent value (all inclusive price of such material for eachcompleted week of delay subject to maximum of (10%) Ten percent for the delay fromthe date of receipt of intimation of the defects or damages.

2) In the event of supplies being received damaged or short at the destination stores, thecost of such materials will be paid only proportionate, to the value of the materialsreceived in good condition unless the damaged goods or short supplies are made goodfree of cost to the TANGEDCO Ltd by the supplier.

Page 48: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

48

3) If during the period of supply, it is found that goods already supplied are defective inmaterials or workmanship or do not conform to the Specification or are unsuitablefor the purpose for which they are purchased then it will be open to the purchasereither to reject the goods or repudiate the entire contract and claim such loss that thepurchaser may suffer on the account or require the contractor to replace the defectivegoods free of cost.

4) Similarly, if during the guarantee period stipulated under Guarantee clause subsequentto the date of receipt of the goods, any of the goods be found defective in materials orworkmanship, or do not conform to the rate contract or are unsuitable will be open tothe purchaser either to repudiate the entire contract and claim damages or accept suchpart of the goods that are satisfactory and required the contractor to replace thebalance or pay compensation to the extent of the loss sustained by the purchase onthat account.

5) Notwithstanding any other remedies available, the purchaser shall be entertained todispose of the defective / damaged materials in “as is where is condition” withoutfurther notice, if the contractor / supplier fails to rectify the defect and / or replacethe damaged materials and / or fails to remove defective/ damaged materialswithin two months period as per PO terms, from the date of receipt of intimationfrom the purchaser, TANGEDCO Ltd reserves right to dispose of such materials.This is without prejudice to the imposition of Liquidated Damages, Ground rent,forfeiture of security deposit etc.,

5.27 TEST AT SITE:

The purchaser reserves the rights of having such tests or may decide up on beingcarried out at site at his own expenses to satisfy himself that the materials have notsuffered any damage during transit.

5.28 TEST CERTIFICATE:

Every item of equipment/material to be supplied by the Contractor shall betested in accordance with the relevant Indian, British or continental standards andwherever no standards are available according to manufacturer’s standard practice andthe test results in triplicate forwarded to the Superintending Engineer/ P&A/MetturThermal Power Station II, Mettur - 636406 for scrutiny and approval. The material andequipments may be rejected if the test results are not satisfactory.

The test certificates in triplicate for the materials furnishing the results of thetests as per latest issue of ISS shall be forwarded and got approved before thematerials are dispatched. In addition to the tests called for in the specification, thepurchaser reserves the right of having such tests as he desires carried out at his ownexpenses to satisfy himself that the materials conform to the requirements of thisspecification. The materials may be rejected if the test results are not satisfactory. Thetype test certificates (Photostat Copies) as per latest ISS / International Standardssuch as IEC shall be furnished with the tender for reference (if required).

Page 49: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

49

5.29 SPECIAL SAFETY CONDITIONS:

1. The Contractor shall provide all necessary personnel protective equipments (as per ISIstandard) to their workers like safety helmets, safety goggles, welding screen, handgloves, safety belts, safety shoes, face mask etc. depending upon working condition &nature of job/work and shall be worn by the Contractor and his workmen while atwork.

2. All the appropriate and relevant safety measures stipulated under the Factories Act1948 and Tamil Nadu Factories Rules 1950 made there under shall be scrupulouslyfollowed by the Contractor and his workmen.

3. In case of any accidents/ injuries to the contract workers takes place due to nonsupply (or) Non-ISI standard safety equipments or due to careless working or due toimproper handling of the equipment/tools etc., the same shall be at the risk and costof the Bidder only. TANGEDCO will not be responsible in any way either legally orfinancially to the same and the Bidder will have to pay compensation to his labourersin such cases.

4. The Contractor should not allow his workmen to wear loose garments like lungies,dhotis, and smoke cigarettes, beedies etc. while at work inside the plant premises.

5. No workmen below the completed age of 18 years should be engaged by theContractor for any works inside MTPSI and no women workers should be allowed towork in night hours inside MTPS I except between hours of 6AM to 6PM.

5.30 Work:

1. The work should be done carefully and without hindrance to other agencies/TANGEDCO who are on the work in the area.

2. For any damage/ misusing or theft to TANGEDCO equipment during work, the Bidderwill be solely responsible and the loss due to this shall be borne by the Bidder.

3. If the Contractor does not carry out the work to the entire satisfaction of TANGEDCOEngineers in-charge, the Contractor will be liable for termination without assigning anyreasons there for.

4. The tenderer should inspect the site and take out a thorough assessment of thenature of the work and satisfy him before tendering. Any representation at a laterdate under any circumstances on any account will not be entertained.

5. Only with appropriate welding electrodes as per the direction of TANGEDCO Engineerin-charge should carry out high pressure welding work.

6. Based on the actual works undertaken, the bill will be claimed and paid.

7. The work shall be carried out continuously and completed within a period as directedby TANGEDCO Engineer in charge of work.

8. Any modification (or) alteration required in the existing arrangement shall be atContractor’s scope.

Page 50: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

50

5.31 General Safety:

1. Safety precautions shall be adopted strictly during the work.

2. The area shall be cleaned after completion of work.

3. The Contractor shall adhere to all safety precautions and statutory provisions for theworkmen. TANGEDCO cannot be held responsible for any accidents due to thecarelessness of the workers. MTPS II will not be responsible in any way either legal orfinancial to the same. The bidder will have to pay compensation in such cases.Insurance policy should be submitted to MTPS II before starting the work.

4. Only 24V hand lamp shall be used for internal works. Floor lights, if required have tobe arranged by the Contractor.

5. Every portable electrical tool to be used shall be with three pin plug and three wiresystem only to avoid electrical shock during work. Proper earthing shall be providedfor both at supply point and at equipment before commencement of the work.

6. IGBT welding sets shall be used for welding purpose.

5.32 LABOUR LAW:

The contractor should fulfill strictly all the conditions as stipulated in theContract Labour (R&A) Act 1970 and the Rules 1975 made there under and Inter-StateMigrant Workmen (Regulation of Employment and Conditions of Service) Act, 1979 &Rules 1983.

1) The Contractor who desires to take up works contracts for TANGEDCO/TANTRANSCOshould deploy 20 or more workmen on a day of emergency (or) in necessity.

2) The Contractors shall comply with all the provisions of the Contract Labour (Regulation& Abolition) Act, 1970 and Tamil Nadu Contract Labour (Regulation & Abolition) Rules1975 as modified from time to time and shall also indemnify TANGEDCO/TANTRANSCOfrom all and against any claims under the aforesaid Act and the Rules. The contractorsshould also submit the copy of the Labour License before executing the works.

3) The Contractors who desires to engage the migrant workmen (workmen from otherstates) for the works contracts of TANGEDCO/TANTRANSCO is required to comply withall the provisions of the Inter-State Migrant Workmen (Regulation of Employment andConditions of Service) Act, 1979 and Tamil Nadu Rules, 1983 as modified from time totime and shall also indemnify TANGEDCO/TANTRANSCO from all and against anyclaims under the aforesaid Act and the Rules The contractors should also submit thecopy of the migrant Labour License before executing the works.

4) The contract shall be terminated if the contractor fails to obtain a license under section12 of the Contract Labour (R&A) Act 1970 within 10 days of award of contract. Thecontractors are advised to maintain the records as per section 78 of Contract Labour(R&A) Rules 1971 in respect of each work for which labours are engaged as detailedbelow:

1. Muster roll in Form XVI.

Page 51: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

51

2. Register of wages in Form XVII

3. Register of Over Time in Form XVIII

4. Every contractor should ensure that all the workers engaged by the contractors arepaid the minimum wages as per the PWD schedule of rates.

5. Every contractor should pay the wages before expiry of seventh day as per Section65 and shall issue wage slip in Form XIX to workmen as per section 78 (b).

6. Every contractor shall issue a photo identity card in Form 25C as per Rule 103C andtime card in 25B as per section 103B of Tamil Nadu Factories Rules 1950.

7. The tenders of the tenderer/ tenderers who do not follow the Minimum wages ascontemplated in Point 4 above will be summarily rejected.

5.33 OTHERS

1) PATENT RIGHTS ETC:

The supplier shall indemnify the purchaser against all claims, actions, suits andproceedings for the infringement or alleged infringement of any patent, design orcopy right protected either in the country of origin or in India by the use of anyequipment supplied by the supplier other than for the purpose indicated by orreasonably to be inferred from the specification.

2) RESPONSIBILITY:

The Tenderer is responsible for delivery of the materials at the destinationstation in good condition. The tenderer shall include and provide for securelyprotecting and packing the materials as per relevant packing standards to avoiddamages or loss in transit. All risks connected with the supply of these materialsshould be borne by the supplier.

3) MAXIMUM WEIGHTS AND DIMENSIONS OF PACKING :

The supplier is responsible to make sure about the facilities that exist for Road andRail transport to site, the maximum packages which can be conveyed by therailways and crane lift available at the destination railway station. The supplier isalso responsible for any loss or damage during transport and storage for 60 days.

Each case or package should be clearly marked and should contain detailed packinglist.

4) INTERCHANGEABILITY:

. All similar parts and removable parts of similar items shall be interchangeablewith each other.

5) ELECTRICITY RULES:

All works shall be carried out in accordance with the latest provisions of the IndianElectricity Act/Electricity Supply Act and the Indian Electricity Rules there-underunless modified by this specification.

Page 52: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

52

6) RAW MATERIALS:

It is the responsibility of the tenderer to make his own arrangement to procure thenecessary raw materials required for the manufacture.

7) TOOLS & PLANTS:

The Contractor has to arrange all necessary tools and plant required for entire work.

The Contractor has to arrange required consumables for the works.

8) FIRST AID:

At the work site there shall be maintained a readily accessible place for firstaid, applicable medicines including adequate supply of sterilized dressing and sterilizedcotton wool. The appliances shall be placed under the charges of a responsible personwho shall be readily available during working hours.

5.34 STATUTORY COMPLIANCE CLEARANCE CERTIFICATE :

Compliance of Employee Provident Fund Act, Employee StateInsurance Act and other Statutory Provisions

The Contractors have to obtain the Statutory Compliance clearance certificationfor the work contracts from the online compliance service providers. The requireddocuments should be submitted through Online by the respective Contractors. Suchapplications with documents for the statutory compliance clearance certificate will beallocated to one of the online compliance service providers, in the panel, in anautomatic digital rotation method. The charges for such statutory complianceclearance certificate will be at the rate of Rs.2.50/- per man day/per month withminimum charges of Rs. 500/- and maximum charges of Rs. 4000/-. And Rs. 300/- forre-audit due to reasons attributable to the contractor. The Charges should be paid bythe respective contractors to the online compliance service provider through Online.

The bills will be processed only after the automatic clearance from the Digitalbased Statutory Compliance Services.

5.35 RIGHTS OF THE BOARD:

1) Notwithstanding anything contained in this Specification, the TANGEDCO reserves therights:

a) to recover losses , if any, sustained by TANGEDCO, from the supplier whopleads his inability to supply and backs out of his obligation after award ofcontract. The security deposit paid shall, be forfeited.

b) to cancel the orders for not keeping up the delivery schedule.

c) to vary the delivery period based on the requirement and contingencies at thetime of placing the Rate contract.

d) to accept the lowest eligible tender.

e) to reject any or all the tenders or cancel without assigning any reasonsthereof.

Page 53: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

53

f) to relax or waive or amend any of the conditions stipulated in the tenderSpecification wherever deemed necessary in the best interest of theTANGEDCO.

2) The purchaser reserves the right to request for any additional information and alsoreserves the right to reject or accept the proposal of any tenderer, if in the opinion ofthe purchaser, the qualification data is incomplete or in the opinion of the TANGEDCOthe bidder is found not qualified to satisfactorily perform the contract.

5.36. RECOVERY OF DUES:

The TANGEDCO Ltd is empowered:

a) To recover any dues against this contract in any bills/ Security Deposit/Earnest Money Deposit due to the suppliers either in this contract or anyother contract with TANGEDCO Ltd.

b) To recover any dues against any other contracts of the suppliers withTANGEDCO Ltd, with the available amount due to the supplier against thiscontract.

c) To recover the difference in cost of the item, between the price offered by thefailed tenderer and the Prospective new tenderer becoming lowest bidder in afresh P.O issued for the same item subsequently.

d) Undertaking in Rs.80/- bond as per Schedule F has to be given by bidder.

5.37 EFFECTING OF RECOVERIES:

Any loss, arising due to non-fulfillment of this contract or any other contract, will berecovered from the Security Deposit held and / or any other amount due to thesupplier from the TANGEDCO Ltd from this Contract as well as from othercontracts.

5.38 POWERS TO TERMINATE THE CONTRACT:

In the event of non-performance and lack of diligence, the contract will beterminated and the SD will be forfeited. In that circumstances, the TANGEDCOdeserves the right, to arrange for some other agency for the execution of this contract.

5.39 FAILURE TO EXECUTE THE CONTRACT:

Suppliers falling to execute the order placed on them to the satisfaction of theTANGEDCO Ltd under the terms and conditions set-forth therein, will be liable tomake good the loss sustained by the TANGEDCO Ltd, consequent to the placing offresh orders elsewhere at higher rate, i.e. the difference between the priceaccepted in the contract already entered into and the price at which fresh ordershave been placed. This is without prejudice to the imposition of penalty under theLiquidated Damages clause and forfeiture of security deposit etc.,

5.40 ARBITRATION ACT NOT TO APPLY:

The TANGEDCO Ltd will not accept any arbitration in case of disputes arising inany respect under this contract. Any dispute arising out of this contract shall

Page 54: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

54

not be subject to arbitration under the provisions of Arbitration and Conciliation Act1996 in the event of any dispute between the parties.

5.41 JURISDICTION FOR LEGALPROCEEDINGS (AFTERAWARDOF CONTRACT):

No suit or any proceedings in regard to any matter arising in respect of this contractshall be instituted in any Court, save in the High Court, Chennai or District Court atSalem or sub-Court at Mettur Dam or at the District Munsif Court at Mettur Dam . It isagreed that no other court shall have jurisdiction to entertain any suit orproceedings even though part of the cause of action might arise within theirjurisdiction. In case, any part of the cause of action arise within the jurisdiction ofany other Courts in Tamil Nadu and rest within the jurisdiction of courts outside the stateof Tamil Nadu, then it is agreed to between the parties that such suits or proceedings shallbe instituted in a court within the State of Tamil Nadu and no other court outside theState of Tamil Nadu shall have jurisdiction even though any part of the cause of actionmight arise within the jurisdiction of such Courts.

The successful tenderer shall furnish an undertaking as per the Schedule in a non- judicialstamp paper of Rs.80/- agreeing to the above condition.

5.42 CAUTION:

1. Specific concurrence or otherwise to all the terms noted herein should be furnished inthe tender. Failure to do so will be taken as concurrence to the terms.

2. In the event of the documents furnished with the offer being found to be bogus or thedocuments contain false particulars, the EMD paid by the tenderers will be forfeited or1% of the P.O. value will be levied as penalty in addition to blacklisting them for futuretenders / contracts in TANGEDCO/TANTRANSCO.

3. The Guidelines issued in Tamil Nadu Transparency in Tenders Act 1998 and TamilNadu Transparency in Tender Rules 2000 will be followed.

Sd XXXXX 30.10.2021Chief Engineer,

MTPS-II/Mettur Dam-6

Page 55: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

55

SECTION - VI - FORMATS

SCHEDULE-APRICE BID

(Price to be quoted in BOQ Excel Sheet by downloadingand the same should be uploaded)

IMPORTANT NOTE: (i). Supply Portion: P&F, F&I & GST are applicable.(ii). Erection & Commissioning Portion: GST is applicable.

Name of Work:

Sl.No Description Qty.

Unit Price in Rs. FOR (D) **PRICE IN Rs.

Ex-Works

*P&F in(%)

F*I in(%)

GST in(%)

Unit Total(includingP&F, F&I

andapplicable

GST)

a. Design of Supply, Erection, Testing and

Commissioning of Augmentation of Dry Fly

ash Handling system (DPPCS-Dense phase

pneumatic conveying system) on turnkey

basis, for the first two rows of ESP fields to

handle the Fly ash collection from 16 No’s of

front line hoppers, Conveying to new

intermediate Fly ash silo and transporting to

the existing 2x4152 MT RCC Fly Ash silo by

pressurized pneumatic system

1 set To be quoted online in BOQ

II. (A,B,C,D,E & G) Supply portion :

A) STAGE-I (From ESP 1st & 2nd field

hoppers to New intermediate fly ash

storage silo)

A1- System at ESP 1st& 2nd row field

hoppers (16 Nos. hoppers) consisting of

Complete set - Suitable for taking feed from

16 nos. ESP hoppers, consisting of

16 no. RF admittance type permissive

level switches,

16no. Adopter cum down comer pipes to

suit ESP hoppers outlet,

1 set +To be quoted online in BOQ

Page 56: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

56

16no. Manual Hand wheel operated knife

Gate Valves,

16no. Expansion joint cum spool pieces,

16no. Pneumatic conveying Vessels each

with inlet valve complete with Pneumatic

panels & electro Pneumatic controls

A2- 2 lots MS ERW conveying pipe line along

with Hardware’s like Flanges, Gaskets,

Fasteners & U-Clamps as per IS 1239/3589,

2no.2/1 way switchover valves for

clubbing the pipe lines of ESP fields (refer

data sheet for details),

2 lots 90˚ / as required long radius MS

Fabricated Cast Basalt / DRC lined

Flanged bends.

2no. Terminal End Boxes

1 set +To be quoted online in BOQ

B.) STAGE-II (From intermediate Fly

Ash Storage silo to main Fly ash

storage silos #1 & 2)

B1 - 300MT intermediate fly ash silo Top

facilities & long distance conveying system

up to existing Main storage silos.1 set +To be quoted online in BOQ

B2 - One Set consisting of

1 no. Reverse Pulse jet Bag filter,

1 no. Vacuum cum pressure Air Balancevalve,

1 no. RADAR type continuous level

monitoring for silo,

1no. High level switch for back up

protection.

1 set +To be quoted online in BOQ

B3 -Two sets - Consisting of Long distance,

high tonnage conveying system comprising.

4no. down comer pipes,

4 no. expansion joints,

4 no. knife gate valves,

4 no. pressure conveying vessels suitable

for application complete with pneumatic

panels & electro pneumatic control.

1 set +To be quoted online in BOQ

Page 57: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

57

2 lots MS ERW conveying pipe line along

with Hardware’s line flanges, Gaskets,

Fasteners & U-Clamps as per IS

1239/3589.

2 lots 90˚ /as required long radius MS

Fabricated Cast Basalt / DRC lined

flanged bends,

2 no. ½ way Diverter Valve for selection

of either of Main FA silo # 1 & 2

4 no. Terminal End Box.

C) Utilities

C1 - Conveying Air System for stage – I Three No’s - (2W+1SB) Air/ Water

cooled, skid Mounted, Oil injected screw

type New Air Compressors having

discharge pressure of 4.0-4.5 Kg./Sq.cm.

(G) Complete with accessories & drive

motor unit.

Two No’s – New Conveying Air receivers

complete with pressure Gauge, pressure

Switch, pressure relief valve & Auto

Drain Trap with Manual By-Pass Along

with MS ERW Heavy duty conveying air

pipes & piping work as Required.

Two No’s - (1W+1SB) Water cooled,

skid Mounted, Oil free screw type New

Instrument Air Compressors having

discharge pressure of 7-8 Kg/Sq.cm.

(G)Complete with accessories & drive

motor unit, along with the lines and

controls.

Two No’s - (1W+1SB) Air dryer

Two No’s - 1W+1SB twin lobe fluidizing

air blowers with Electric air heater, Flow

pads, fluidizing pads for fluidizing of

pneumatic conveying vessels along with

heat insulated MS ERW fluidizing air

pipes & piping work

1 set +To be quoted online in BOQ

Page 58: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

58

C2 - Transport Air System for stage-II

Six No’s. - (4W+2SB) water cooled, skid

mounted, Oil free screw type New air

Compressors having discharge pressure

of 2.5 – 2.7 Kg./Sq.cm (G) Complete

with accessories & drive motor unit.

Two No’s – New Transport Air Receivers

complete with pressure Gauge, Pressure

switch, pressure relief valve & Auto drain

trap with Manual by-pass along with MS

ERW heavy duty conveying air Pipes &

piping work as required.

Two No’s. - (2W) Silo vent fan complete

with accessories & drive motor unit.

These new set of 4working+2standby new

compressor sets and 2 New Transport Air

receivers are to be installed for two streams

(Stage II – A & B)

1 set +To be quoted online in BOQ

C3 - New 300MT intermediate fly ash silofluidizing system Two No’s - 1W+1SB twin lobe fluidizing

air blowers with Electric air heater, Flow

pads, fluidizing pads for fluidizing of

intermediate fly ash Storage silos along

with heat insulated MS ERW fluidizing air

pipes & connected piping complete set

Provision of Direct Loading facility of fly

ash, from the proposed intermediate fly

ash silo to the bulk ash conveying

vehicles

Provision of emergencies slurryoperation arrangements fromintermediate silo

1 set +To be quoted online in BOQ

D)Electricals

D1 - One No. 3.3 kV HT Board with bus

coupler and outgoing feeders with vacuum

contactors for conveying air compressors1 set +To be quoted online in BOQ

Page 59: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

59

and transport air compressors and spare

feeder.

One No - 415V,3 phase, 4 wire, Non

Drawout, Free standing, floor Mounted LT

MCC with ACB incomers & Outgoing feeder

as required for intermediate silo fluidizing

Blowers and LT loads power supply with

feeders of each rating & type

D2 - One Lot – 11kV/6.6kV Grade XLPE –

FRLS armoured multistrand aluminium power

cable.

One Lot - 1.1 kV (E) Grade FRLS PVC

insulated, armoured aluminium power &

Armoured multistrand copper control cable &

cabling work as required for fluidizing

Blowers and other LT loads in bidder’s scope

of supply

1 set +To be quoted online in BOQ

D3 - One Lot - Cable trays & accessories as

required for power, control &Instrument

Cable in present scope of supply1 set +To be quoted online in BOQ

D4 - One Lot - Power Distribution Boards,

Lighting distribution Boards, Junction Boxes,

Local push button stations, Local control

panels, cable Hard wares,…etc as

required for the system under present scope

of supply.

1 set +To be quoted online in BOQ

D5 - One Lot - Lighting system along with

accessories for lighting of new Compressor

cum MCC room1 set +To be quoted online in BOQ

D6 - One Lot - Earthling system around

compressor room cum MCC room along With

Earth pits including interconnecting with

nearby power plant Earth grid riser for

Transformer neutral & electrical equipment

earthling

1 set +To be quoted online in BOQ

D7 - Electrical side provisions to be

included additionally:-1 set +To be quoted online in BOQ

Page 60: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

60

1. On north & south side of 3.3KV HT

Ash Handling switchgear in ESP building HT

bus may be extended and 2 new HT

outgoing breaker modules to be incorporated

to form 3.3KV bus with 2 incomer breaker

modules for the new system. The overall

maximum possible load is 1.25MVA on each

incomer.

2. LT supply 415V one incomer is to be

taken from the existing LT switchgear ODA

bus @ 12mtr (630A SFU empty module

no.14RA) and the second incomer from the

FWPH 0DB bus (630A SFU empty no.11RE).

On both incomer LT supply can be availed

but 630A SFU module 2 nos is in the scope

of supply. The overall maximum possible

load is 630A on each incomer. Also separate

control transformer may be installed in

DPPCS LT board to take care of AC control

supply requirement.

3. 2 Nos 30KW empty module (6FA &

17FA) is available in Silo MCC but 30KW

module 2 Nos is in the scope of supply.

4. Separate battery bank and charger

may be provided for 3.3KV HT board to be

formed newly for DPPCS as the existing DC

bank is just adequate to cater to the present

load.

5. Provision of DB 63A SFU modules for

welding and for AC lighting utilization.

6. Provision of DC board for DC lighting

E) Control & Instrumentation

E1 - One Lot - Field control, signal and

instrumentation cable from field

Instruments to LCP/ JB,1 set +To be quoted online in BOQ

Page 61: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

61

E2 - One Lot - Impulse pipes and conduits 1 set +To be quoted online in BOQ

E3 - C&I side provisions to be includedadditionally:-

Provision of Instrument cable laying and

termination from the field end to new PLC

panel.

Provision of Separate PLC rack panel with

necessary PLC Controller, communication

Modules & I/O Modules, etc.,

Provision of the necessary control logics

and its GUI (mimics) – SCADA images

with 1 No operator work station and 1 No

Engineering work station for the new

PLC.

Provision of existing PLC to the new PLC

Interface in order to exchange the data

to DCS like Intermediate Silo Level &

Feedback Status.

Provision of separate UPS with Battery

Bank needs to be provided for the New

PLC & its Accessories.

For silo instrument, cable laying &

termination along with necessary I/O

Modules at the Existing Slurry Pump

House PLC Panel Room.

Provision of silo logic and MIMICS at the

existing PLC.

Provision of level switches for 16 nos

frontline hoppers.

1 set +To be quoted online in BOQ

G) Miscellaneous

G1.) Auxiliary Cooling water system

The Auxiliary Cooling water system for

augmentation works to be taken from the

existing cooling water fore bay by providing

suitable pumps and pipelines, supply and

circulation systems for the equipments as

per the design requirements

1 set +To be quoted online in BOQ

Page 62: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

62

G2- One Lot - Mandatory spares (20% of

spares & part components)1 set +To be quoted online in BOQ

G3- One Lot - Commissioning spares as

required for the system1 set +To be quoted online in BOQ

G4- One Lot - Consumables, testing

appliances, tools & tackles as required for

the System1 set +To be quoted online in BOQ

G5- One Lot - First fill of oil & lubricants 1 set +To be quoted online in BOQ

II(F&H) Erection, Testing &Commissioning of the entire DPPCS(Integrated System)

Basic Rate(Lumpsum in

INR)GST in (%)

Total(includingGST,ESI &

EPF)

F) Civil & Structural workF1- One No - Two storied compressor room,

ground floor for compressor sheltering with

MCC room at first floor with intermediate

floor for cable gallery near new intermediate

silo area. This room shall house 3 nos. New

conveying air compressors, 6 nos. of New

Transport air compressors, 2nos of

Instrument Air Compressors, 2 Nos

intermediate Fluidizing air blowers and new

LT MCC and connected equipments& Panels

1 set +To be quoted online in BOQ

F2 - One No - Intermediate storage silo of

capacity 300MT of steel construction

Complete with supporting structure1 set +To be quoted online in BOQ

F3 - One Lot - RCC foundation as required

for, intermediate silo and Intermediate pipe

supports1 set +To be quoted online in BOQ

F4 - One Lot - Intermediate pipe supporting

columns with Bend Maintenance Platform

but without walkways as required for new

pipes. These supports shall be only for the

section between ESP to new intermediate

silo and from new intermediate silo to main

existing pipe rack. Wherever possible all

other pipe racks and ESP supports shall be

used to the extent possible

1 set +To be quoted online in BOQ

Page 63: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

63

F5- Civil side works to be included

additionally:-

1.The foundation works for the compressors,

Fluidizing Air Blowers, Air receivers & the

pipe racks, with related building /

structural provisions.

2.Required civil modification works,

rerouting of existing pipelines, and other

connected works in compressor Room and

intermediate Silo

1 set +To be quoted online in BOQ

H1- Erection of the entire Augmentation of

Dry Fly ash Handling system (DPPCS-Dense

phase pneumatic conveying system) on turn

key basis, for the first two rows of ESP fields

to handle the Fly ash collection from 16 No’s

of front line hoppers, Conveying to new

intermediate Fly ash silo and transporting to

the existing 2x4152 MT RCC Fly Ash silo by

pressurized pneumatic system

1 set +To be quoted online in BOQ

H2- Testing, Commissioning andPerformance Guarantee Testing of the entireAugmentation of Dry Fly ash Handlingsystem (DPPCS-Dense phase pneumaticconveying system), to prove the conveyanceof 3200 TPD., i.e., 135 TPH from the 16 Nosof frontline hoppers to the main silo &handling over of the augmentation system infull shape to MTPS -II

1 set +To be quoted online in BOQ

Company Seal: Signature :Designation :Company :Date :

NOTE:1) The lowest tenderer will be arrived based on the total evaluated rate for both Supply and

Erection charges.2) The evaluation will be done only based on the prevailing rules for the Supply and Erection

as per GST Act.3) The all inclusive price shall be considered for evaluation of bidders. The all inclusive price

shall include (Ex works price + P&F+ Freight and Insurance) + GST + any othercharges (if any)

4) In respect of works contract where both supply of goods and services are involved, therespective GST for supply of Goods and Services to be rendered shall be taken forevaluation purpose.

Page 64: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

64

5) The employer contribution of EPF will not be reimbursed. The contractor should registertheir establishment under Pradhan Mantri Rojgar Protsahan Yojana (PMRPY) Scheme withthe Employees provident Fund Organization.

6) While quoting the rates the bidder shall indicate the HSN Code (Harmonized SystemNomenclature code) and SAC (Service Accounting Code) for all the tendered items as perGST Act.*P&F – Packing and Forwarding; F*I – Freight and Insurance;

** For supply at the Destination stores at MTPS-II /Mettur Dam in Tamil Nadu.

Page 65: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

65

SCHEDULE-B1

SCHEDULE OF MATERIALS AND DELIVERY PERIOD(To be filled in by the Tenderer)

Sl.No. Description

Qty Delivery PeriodFrom the Date of

Receipt of PurchaseOrder.

Company Seal: Signature :Date: Designation :

Company :

Page 66: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

66

SCHEDULE-B2

SCHEDULE OF ERECTION & COMMISSIONING PERIOD(To be filled in by the Tenderer)

Sl.No. Description / Activity

Erection &Commissioning

From the Date ofReceipt of Purchase

Order

Note: Requirement of unit shutdown should also be mentioned along with the period.

Company Seal: Signature :Date: Designation :

Company :

Page 67: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

67

SCHEDULE – 'C-1'

DEVIATION FROM TECHNICAL SPECIFICATION

All Technical Deviation from the Specification shall be filled in by the Tenderer, Clauseby Clause, in the Schedule.

SECTION NO. CLAUSE NO. Existing Clause DEVIATION

The tenderer hereby certify that the above mentioned are the only deviations from thetechnical Specifications and confirms to the specification in all other aspects.

Company Seal: Signature :Designation :Company :Date :

Page 68: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

68

SCHEDULE – 'C2'

DEVIATION FROM COMMERCIAL SPECIFICATION

All Deviations from the Commercial terms shall be filled in by the Tenderer, Clause byClause, in this Schedule.

SECTION NO. CLAUSE NO. Existing Clause DEVIATION

The tenderer hereby certify that the above mentioned are the only deviations from theCommercial terms of the Specification.Company Seal: Signature :

Designation :Company :Date :

Page 69: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

69

SCHEDULE-DSTATEMENT OF SUPPLY ORDERS - EXECUTED / UNDER EXECTUION DURINGTHE PAST TEN YEARS AS ON THE DATE OF TENDER

Purchase/work orders and their connected End User Certificates

Sl.No.

Name &Addressof the

Organiz-ation

PO No.& Date

andwhether

copyEnclosed

Value ofOrder in

Rs.Lakhs*

ScheduleDate of

Completion of

Order.

Actual Dateof

Completionof Order.

Date ofSuccess-

-fulcommiss-ioning

WhetherEnd UserCertificateenclosedyes/No

If yes Dateof issue ofEnd usercertificate

Period ofsatisfactoryPerformanc

e as perEnd UserCertificate

1 2 3 4 5 6 7 8 91

2

3

4

5

6

7

8

9

10

Total number of orders uploaded in full shape :Total number of connected end user Certificates uploaded in full shape:

Note: 1) (*) Split up details such as price, may be enclosed separately.2) Copies of orders in full shape and End User Certificate with date of Successful

Commissioning shall be uploaded in full shape.

Company Seal: Signature :Designation :Company :Date :

Page 70: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

70

SCHEDULE – E

DECLARATION FORM(To be signed by the tenderer)

Strike off, whichever is not applicable:

To

The Chief Engineer,

Mettur Thermal Power Station II,

Tamil Nadu Generation and Distribution Corporation,

Mettur Dam – 636 401, Tamil Nadu

Dear Sir,

Having examined the above specification together with the accompanying

schedules etc., we hereby offer to manufacture and supply the equipments/ materials

covered in this Specification at the rates entered in the attached schedule of prices.

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

Specification.

a) In accordance with the Security cum Performance guarantee Clause 5.16

Section-V, of the specification, we agree to furnish security cum performance in

the form of DD/Bankers Cheque/Bank Guarantee to the extent of 5% of the

Contract value (All-inclusive price) of each and every indent issued during the

contract period till the expiry of the Guarantee.

b) The Tenderer Declares that the company in not black listed.

c) The Tenderer Declares that the AHP/MTPS-II plant at Mettur dam was visited

by them and firm is well aware of the existing system.

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

Company in terms of Section-23 of Section-15 of the Sick Industrial Companies

(Special Provisions) Act, 1985.

Yours faithfully,

PLACE : SIGNATURE :DATE : DESIGNATION :COMPANY SEAL : COMPANY :

Page 71: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

71

SCHEDULE-F

UNDERTAKING FOR PAYMENT OF DUES TO TANGEDCO

(Shall be executed on Non judicial stamp paper of Rs. 100/-)THIS DEED OF UNDERTAKING EXECUTED AT...................................................

ON THIS THE.............................DAY OF................................ (MONTH) TWO

THOUSAND TWENTY ONE BY M/s. .................................................................... .

Hereinafter called the “TENDERER” (Which expression where the context so

admits mean and include their agents, representatives, Successors – in – office and

Assigns)

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

AND DISTRIBUTION CORPORATION LIMITED, a Body Corporate, incorporated under

Companies Act 1956, having its office at MTPS II, Mettur Dam – 636 401, herein

called the "TANGEDCO" (which expression shall where the context so admits mean and

include its successors in office and Assigns.)

WHEREAS the Board h a s called for an undertaking from the Tenderer

empowering the Board to recover the dues if any.

NOW THIS UNDERTAKING WITNESSETH that the Board is empowered to

recover any dues against this contract in any bills / Security Deposit / E.M.D. due to

the Tenderer either in this contract or any other contracts with the Board. Further,

the Tenderer hereby authorizes the Board to recover, any dues against any other

contract of the Tenderer with the Board with the available amount due to the

Tenderer against this contract.

IN WITNESS WHERE OF Thiru.___________________ acting for and behalf

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

mentioned.

SIGNATURE OF THE TENDERER.NAME :DESIGNATION :DATE :COMPANY SEAL :

IN THE PRESENCE OF WITNESSES:1) Signature :

Name in Block Letters :Full Postal Address with Pin code :

2) Signature :Name in Block Letters :Full Postal Address with Pin code :

Page 72: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

72

SCHEDULE-G

UNDERTAKING TOWARDS JURISDICTION OF LEGAL PROCEEDINGS(Shall be executed on Non judicial stamp paper of Rs. 100/-)

This undertaking executed at ............................................................ onthis......................... (Date).................................. (Month) TWO THOUSAND TWENTY ONEby M/s. .................................................................................... Registered underCompanies Act, 1956 having its registered office at ..................................... hereinaftercalled the contractor (which expression shall where the context so admits mean and includeits successors in office and in favour of Tamil Nadu Generation and Distribution CorporationLimited, a Body Corporate, incorporated under Companies Act 1956, having its registeredOffice at No.144, Anna Salai, NPKRR Maaligai, Chennai - 600 002 herein after called thePurchaser (Which expression shall where the context so admits means and includes itssuccessors in Office and assigns).

WHEREAS a contract for the supply of........................................................……………………………………. has been awarded in favour of the contractor under the PurchaseOrder No. ................. Dated....................

AND WHEREAS in accordance with terms of the above mentioned Purchase Order,the contractor has to furnish an undertaking to the effect that no suit or any proceedings inregard to any matter arising in any respect under this contract shall be instituted in any courtother than in the Madras High Court, Chennai or District Court at Salem or Sub-court at MetturDam or at the District Munsif Court at Mettur Dam as the case may be.

IN CONSIDERATION of the TANGEDCO having agreed to accept the undertaking thecontractor hereby undertakes that no suit or any proceedings in regard to any matter arisingin respect of this contract shall be instituted in any Court, save in the Madras High Court atChennai or District Court at Salem or Sub-Court at Mettur Dam or at the District Munsif Courtat METTUR DAM as the case may be. It is agreed that no other court shall have jurisdiction toentertain any suit or proceedings, even though, part of the cause of action might arise withintheir jurisdiction. In case any part of the cause of action might arise within the jurisdiction ofany other Courts in Tamil Nadu, and rest within the jurisdiction of Courts outside the State ofTamil Nadu, then it is agreed to between the parties that such suits on proceedings shall beinstituted in a Court within the State of Tamil Nadu and no other Court outside the State ofTamil Nadu shall have jurisdiction.

IN WITNESS WHEREOF Thiru................................... ofM/s................................. ......................................... ........................ hereby put his handand seal for due observance of the Undertaking in the presence of the following witnesses.

COMPANY SEAL: SIGNATURE :DESIGNATION:COMPANY :DATE :

WITNESSES:1)

2)

Page 73: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

73

SCHEDULE-HTENDER ACCEPTANCE LETTER (e-tender)

To be signed with company seal on letter head and uploaded in the technical BidTENDER ACCEPTANCE LETTER (To be given on Company Letter Head)

Date:To

The Chief Engineer,Mettur Thermal Power Station II,Tamil Nadu Generation and Distribution Corporation,Mettur Dam – 636 401, Tamil Nadu.

Dear Sir,Sub: Acceptance of Terms & Conditions of Tender.

Tender Ref. No: SPEC.NO: CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T.No:1047-M /2021-22OPENING DUE ON 01.12.2021

Name of Tender/Work: MTPSII – “Design, Supply, Erection and Commissioning ofAugmentation of Dry Fly ash Handling system (DPPCS-Densephase pneumatic conveying system) on turn key basis, for thefirst two rows of ESP fields to handle the Fly ash collectionfrom 16 No’s of front line hoppers, Conveying to newintermediate Fly ash silo and transporting to the existing2x4152 MT RCC Fly Ash silo by pressurized pneumatic system”/MTPS-II

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

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

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

3. The corrigendum(s) issued from time to time by your department/ organization too has alsobeen taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender conditions of above mentioned tenderdocument(s) corrigendum(s) in its totality / entirety.

5. We hereby guarantee the particulars entered in the schedules attached to the Specification.

6. In accordance with the Security cum Performance guarantee clause-5.16, Section-V, of thespecification, we agree to furnish security cum performance guarantee to the extent of 5% ofthe contract value (All-inclusive price) valid till the expiry of the Guarantee.

7. Our company is not a potentially Sick Industrial Company or a Sick Industrial Company in termsof Section-23 of Section-15 of the Sick Industrial Companies (Special Provisions) Act, 1985.

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

Yours Faithfully,

(Signature of the bidder, with official Seal)

Page 74: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

74

SCHEDULE-I

Declaration to be submitted by the L1 bidder in Non Judicial Stamp Paper of value not lessthan Rs.80/-

To Date :The Chief Engineer,Mettur Thermal Power Station-II,Mettur Dam – 636 401

We hereby declare and confirm that we are registered vendor under GST Act having GSTIN

___________________________ in State of ________________________. Our applicable GST

@___________ % Extra / GST @___________ % Inclusive against this Tender specification No. /

Enquiry No ____________, dt._______________ is under HSN / SAC code ______________.

We hereby declare and confirm that we are registered vendor under composite scheme having

GSTIN.

We are aware that as per Sec 171 of CGST Act, any reduction in rate of tax on any supply of

goods or services or the benefit of input tax credit should be passed on to TANGEDCO by way of

commensurate reduction in prices and as such we hereby declare that we are extending of

_________% as rebate in my awarded price against input tax credit benefit.

(OR)

We hereby declare that we do not have any input tax credit benefit on account of GST

applicable against this Tender specification No. /Enquiry No ____________,dt.__________. If it is

established that we have availed input tax credit benefit against this job, the differential tax benefit will

be returned to TANGEDCO failing which TANGEDCO may take appropriate action.

Signature of bidder with Company Seal

Note :

1. Each page should be signed.

2. Bidder may strike out the para not applicable.

Page 75: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

75

SCHEDULE-JUNDERTAKING

(The undertaking should be submitted by the Contractors in Rs.80/- Stamp paperfor the respective Works while claiming the Part / Final Bills)

Nature of the Work :

Order No :

1. I / We hereby state that, the EPF & ESI Employee and Employer Contribution

has been remitted for all the Workers engaged for execution of the respective

contracts.

2. I / We hereby state that, there are no EPF & ESI dues to be remitted in

respect of the period of execution of the respective contracts, and in case, if

there is any shortfall of discharging the EPF & ESI obligations on our part

(Contractor) at later date, TANGEDCO / TANTRANSCO shall not be

responsible for the consequent Legal/ Financial obligations.

Date :Place :

Authorized Signatory(Contractor with seal)

Page 76: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

76

SCHEDULE-K

DECLARATION PURSUANT TO THE SECTION 206AB

This is to declare that…………………………………..(name of the supplier) have filed the

Return Of Income (ROI) under the relevant provisions of the Income Tax Act 1961

within the due date as per the provisions of the said ACT.

Permanent Account number of the company (PAN of our company/ FIRM/Individual

is……………………..). The details of return of income filed are as below:

Place:

Date:

(Authorized Signatory)

Signature & Seal

SL.NO. Assessment Year Acknowledgment No. Date of Filing

1 2020-21

2 2021-22

Page 77: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

77

: FORMAT I :BANK GUARANTEE FOR EMD

(B.G for EMD shall be executed on Non judicial stamp paper of Rs. 100/-)Beneficiary:-------------------------------Date:------------Bid Guarantee No:__________________

We have been informed that (insert name of bidder) (herein after called „‟thebidder‟‟) has submitted to you its bid dated (insert date) (herein after called „‟the bid‟‟) for theexecution of Renovation & Modernization of the existing solid state FSS System in to new DCSsystem for the UNIT-II of Mettur Thermal power Station-II including Design, Engineering, Supply,erection, testing and commissioning - Under Open e-tender/Single part system at Mettur ThermalPower Station, Mettur Dam, Tamil Nadu.

Furthermore, we understand that, according to your conditions, bids must be supported by abid guarantee.

At the request of the bidder, we (name of the Bank) hereby irrevocably undertake to pay youany sum or sums not exceeding in total an amount of (amount in figures)_____(amount in words)____________________________ upon receipt by us of your first demand in writing accompaniedby a written statement stating that the bidder is in breach of its obligation(s) under the bidconditions ,because the Bidder:

a) has withdrawn its bid during the period of bid validity specified by the Bidder in the Form of Bid;(or )

b) having been notified of the acceptance of its Bid by the Employer during the period of validity(i) fails or refuses to execute the Contract Form, if required, or ii) fails or refuses to furnish thePerformance Security, in accordance with the Instructions to Bidders.

This guarantee will expire:(a) if the bidder is the successful Bidder, upon our receipt ofcopies of the contract signed by the Bidder and the Performance Security issued to upon theinstruction of the Bidder and (b) if the bidder is not successful Bidder, upon the earlier of (i) ourreceipt of copy of your notification to the Bidder of the name of the successful Bidder; or (ii)twenty eight days after the expiration of the Bidder’s Bid.

Consequently, any demand for payment under this guarantee must be received by us at theoffice on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC publication No 758.

Signature

With seal of the Bank(Name in block letter)

In the presence of witness:

1 . (Name in capital and address)

2 . (Name in capital and address)

Page 78: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

78

ANNEXURE – IINDEMNITY BOND AND CERTIFICATE FOR EPF & ESI

The contractor should indicate and produce the following certificate with list(Annexure) of employees employed by them for the works of the month and theircontribution towards EPF/ESI.EPF Code No. of the firm:ESI Code No. of the firm:

ANNEXURE

Sl.No.

Namewith

father’sname of

thelabour

engaged

WagespaidinRs.

EPF Amount Paid ESI amount paid

Employercontribution

Employeecontribution

Date ofpayment

Employercontribution

Employeecontribution

Date ofpayment

Summary:

1.Date of payment made to the employee.

2.Date of payment for EPF/ESI subscription along with the copy of challan.

Certified that I have remitted the monthly subscription of EPF ( Employee

Contribution) / ESI (both employers and employee) to all the workers employed by me

in TANGEDCO/ MTPS for ………………………………………… works, for the month of

……………………………………………………..

Certified that all necessary returns to the EPF/ESI organization have been submitted

within the stipulated time as required under the said EPF/ESI & MP Act 1952.

Certified that the employer’s contribution of the mentioned workers in respect of EPF

will be availed from PMRPY scheme or it would be borne by us.

INDEMNITY BOND:-

Agree to comply the provisions of the EPF/ESI& MP Act 1952 or any modification thereof any other law relating thereto and rules made there under from time to time.

Signature of bidder with Company Seal

Page 79: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

79

ANNEXURE – II

C E R T I F I C A T ETo

(Name and address of theselling Dealer)…………………………………………………….

……………………………………………………..

GST NO.

It is hereby certified that the goods listed below are purchased by usfor use in generation, transmission and distribution of electrical energy.

Sl.No. Invoice No./Date Description ofGoods Qty. Value (Rs.)

(Rupees only).

Place : Date :

(SIGNATURE)

Name :

Status :

Seal of Office :

Page 80: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

80

CHECK LIST“Check List” on specific documents to be furnished in tender/ “Questionnaire” onparticulars

1 EMD: Rs. 24,75,000/-a The e-receipt of payment of EMD through NEFT/RTGS through Account

Transfer.

b The proof of exemption of EMD i.e SSI or NSIC/MSME/ AcknowledgmentPart – II

C Declaration in lieu of EMD

d Bank Guarantee for EMD

2 EMD: Rs. 24,75,000/-a Manufacturer proof i.e ISO certification / License to

manufacture / any other valid evidence for manufacturing

b Experience proof i.e Order copies

c End user certificate (for the above orders)

d Copy of Profit and Loss account for the year 2017-18Copy of Profit and Loss account for the year 2018-19Copy of Profit and Loss account for the year 2019-20

e Copy of Balance Sheet for the year 2017-18Copy of Balance Sheet for the year 2018-19Copy of Balance Sheet for the year 2019-20

f Attested copy of Annual Turn Over certified by practicingCharted Accountant

4 Technical Bid

5 Financial Bid

6 Furnishing of Schedule A to J (Relevant Schedules only)Details on Contact person, Full office address, Factory address, email, contactnumber, Registration numbers

Note: All the boxes should be marked

Page 81: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

81

SECTION-VII

TECHNICAL SPECIFICATION

JOB SPECIFICATION

NAME OF WORK:

MTPS-II – Mech-I Circle - O&AHS – Design, Supply, Erection andcommissioning of Augmentation of Dry Fly ash Handling system(DPPCS-Dense phase pneumatic conveying system) on turn key basis,for the first two rows of ESP fields to handle the Fly ash collection from16 No’s of front line hoppers, Conveying to new intermediate Fly ash siloand transporting to the existing 2x4152 MT RCC Fly Ash silo bypressurized pneumatic system

Sl. No Description Page No

1. Indent of Specification 82

2. General description of existing systems 85

3. Scope of Supply & Services 86

4.

SCOPE OF SUPPLY & ERECTION As per Detailed Technical

Specification furnished in of Section – VI – Formats

(SCHEDULE-A) for the Augmentation of Ash Handling

system of MTPS-II on turn key basis.

87

5. Manual and Drawing, Training and Service & Spare Support 87

6. Guarantees & Liquidated Damages 88

7 Detailed Technical Specification 91

Page 82: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

82

1.0 INDENT OF SPECIFICATION:

In MTPS-II/600MW plant, a vacuum evacuation and pressurized conveying fly

ash system has been installed during commissioning for the fly ash disposal from all

the 72 No’s of ESP hoppers i.e., (4 passes viz A, B, C & D x 2 paths x 9 fields per

path). From these hoppers vacuumised evacuation and conveying of the Dry Fly ash

into 4 No’s of 20MT Buffer hoppers takes place by the use of 6 No’s of 600mm-Hg &

3600 T/Hr capacity industrial vacuum pumps and then from the Buffer hoppers, the

pressurized pneumatic ash conveying system is in service to transport the Fly ash

collected at Buffer hoppers to 2x4152 MT RCC main Fly ash silo through 4 No’s of

conveying streams which are operated and monitored from a PLC Control Room. 6

No’s of Transport Air Compressor’s of 1237 litre/second @2.75 kg/cm2 capacity have

been utilized for the purpose of fly ash transportation from ESP Buffer hoppers.

With the existing Fly ash evacuation and conveying system @ MTPS-II/ 600MW

plant, the entire fly ash collection from the Boiler could not be handled and conveyed

out to the fly ash silos from ESP hoppers, especially during the Indian coal firing with

an ash content of more than 25%. Practically only 2800 Tons/Day fly ash collection is

able to be handled and conveyed out to main silos, with the existing capacity of ash

handling facility @ ESP. The enormous quantity of excess ash is getting collected

(1200 Tons beyond 2800 Tons/Day of conveying capacity) and dumped inside the ESP

hoppers and subsequently respective fields are not functioning. To manage this

situation, the ESP hoppers are manually unloaded through the spool piece, down to

the ESP floors, and loaded to the tippers with JCBs and transported to the Ash dykes,

to manage the unit to run with full load capacity. These works are carried out every

day to avoid any breakdown, loss of generation or any abnormal occurrence which

may happen while the design hopper storage capacity exceeds beyond the permissible

limit @ ESP hoppers, i.e., only 17.5 Tons for 8 hours time.

In order to convey out the excess fly ash generation, an administration

approval was accorded vide : per (TANGEDCO) proceedings (CMD) No.399/

Dt.30.08.2016 for supply, erection, testing and commissioning of two nos additional

fly ash conveying pipe lines from ESP to silo. However, the procurement and the

installation works were not carried out due to various reasons such as non-feasibility

Page 83: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

83

of ash evacuation and conveying without proposal for compressors, phased manner

implementation proposed, tenders got lodged due to technical reasons etc. Also the

scenario got changed for the consideration of Indian coal firing completely without

imported coal. In this context a complete new proposal to handle 1200 Ton per day fly

ash with new set of compressors, D-pumps and silo are required as per the present

situation and hence the old proposal was dropped.

a) Ministry of power vide letter dated 28.04.2020 has advised all the

generating companies who are importing coal for blending purposes may make best

efforts to replace their imports with domestic coal. The ministry of power further

stated that thermal power plants are exhorted to import coal for blending purposes, if

and only if, the requisite quantity and quality of domestic coal is not made available.

Based on the directions given by ministry of power, in order to reduce the country’s

dependence on imports for saving foreign exchange flow, an thermal plants would

examine the possibilities and options of reducing imported coal requirements. In this

context, 600 MW/MTPS-II plant has to install an additional 1200TPD capacity of fly

ash handling facility, to implement the advice of MOP/GOI, to substitute the imported

coal with domestic coal.

b) The MTPS-II Boiler has been designed for a fuel firing rate of 427.8 TPH

with design coal and 455.3 TPH of worst coal with an ash content of 40.3% in design

coal and 47% in worst coal. Hence the design coal firing will generate a quantity

(427.8x24x40.3%) 4137 TPD fly ash and the worst coal firing will generate

(455.3x24x47%) 5135 TPD fly ash where as the existing fly ash evacuation capacity is

only 2800 TPD practically. Hence the augmentation is necessitated.

c) In order to manage the excess fly ash collection @ 72 No’s of ESP hoppers,

beyond 2800 Ton/Day, the augmentation of additional capacity is essentially required

to dispose Fly Ash to the existing silo so as to run the unit without any load restriction

and breakdown due to excessive fly ash storage beyond its load capacity @ ESP

hoppers.

d) The fly ash thus collected and conveying off to the existing 2x4152 MT RCC

silo by the augmentation of additional fly ash capacity will prevent the falling

down/collapse of ESP structure. In additional to this, it will avoid (i) pollution due to

Page 84: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

84

spilled out and manually unloaded excess fly ash into ESP floors and (ii) the

transportation cost to the board.

e) In spite off cost savings on collection and transportation expenses of ESP fly

ash, now by the proposed installation of Additional Fly ash conveying system, the

additionally collected and conveyed ash to the silo will be sold out from the silo

storage to the Cement manufacturing industries and other construction related

agencies which will cater the revenue benefits to the Board.(i.e., approx. 1200

Ton/Day x Rs.708.75/- per ton = Rs.8,50,500/- (Rupees Eight Lakhs Fifty Thousand

and Five Hundred only) per day, after the successful commissioning of the additional

fly ash augmentation facility at MTPS-II.

f) It will also be ensured for healthy and safe operating conditions of the unit on its

power generation process beside the neat and hygiene industrial surroundings, inline with

the suggestions and directions of Pollution Control Board.

g) It is a mandatory requirement as per the notification of Ministry

Environment, forest & climate change / Govt. of India dated 07.12.2018, the

Environmental Norms for thermal Power Stations in India.

PRE BID VISIT:

Pre bid site visit by prospective bidders to analyze and review the location of

the existing ESP hoppers, fly ash evacuation & conveying system along with power

supply provisions available and existing switchgear. Bidder to collect any other

detailed information’s and layout drawings (if available) from site which are required

for proper engineering of all the equipment’s covered under the bidder scope or

bidder shall visit the site for further details.

The Bidder is advised to visit and examine the site where the equipment is to

be installed and its surroundings and obtain for itself on its own responsibility all

information that may be necessary for preparing the bid and entering into a Contract

for the provision of supply and Installation Services. The costs of visiting the site shall

be at the Bidder‘s own risk & expense.

PRE BID MEETING:

A pre-bid meeting shall be convened as mentioned in the Tender. The points to

be clarified in the pre-bid meeting may be submitted prior to the pre-bid meeting. All

Page 85: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

85

the bidders shall attend the pre-bid meeting to clear any clarifications about the

specification before submitting the bid, thus by the post tender clarifications shall be

avoided.

2.0 GENERAL DESCRIPTION OF EXISTING SYSTEMS:

In MTPS-II/600MW plant, a vacuum evacuation and pressurized conveying fly

ash system has been installed during commissioning for the fly ash disposal from all

the 72 No’s of ESP hoppers i.e., (4 passes viz A, B, C & D x 2 paths x 9 fields per

path). From these hoppers vacuumised evacuation and conveying of the Dry Fly ash

into 4 No’s of 20MT Buffer hoppers takes place by the use of 6 No’s of 600mm-Hg &

3600 T/Hr capacity industrial vacuum pumps and then from the Buffer hoppers, the

pressurized pneumatic ash conveying system is in service to transport the Fly ash

collected at Buffer hoppers to 2x4152 MT RCC main Fly ash silo through 4 No’s of

conveying streams which are operated and monitored from a PLC Control Room. 6

No’s of Transport Air Compressor’s of 1237 litre/second @2.75 kg/cm2 capacity have

been utilized for the purpose of fly ash transportation from ESP Buffer hoppers.

Page 86: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

86

With the existing Fly ash evacuation and conveying system @ MTPS-II/

600MW plant, the entire fly ash collection from the Boiler could not be handled and

conveyed out to the fly ash silos from ESP hoppers, especially during the Indian coal

firing with an ash content of more than 25%. Practically only 2800 Tons/Day fly ash

collection is able to be handled and conveyed out to main silos, with the existing

capacity of ash handling facility @ ESP. The enormous quantity of excess ash is

getting collected (1200 Tons beyond 2800 Tons/Day of conveying capacity) and

dumped inside the ESP hoppers and subsequently respective fields are not

functioning. To manage this situation, the ESP hoppers are manually unloaded

through the spool piece, down to the ESP floors, and loaded to the tippers with JCBs

and transported to the Ash dykes, to manage the unit to run with full load capacity.

These works are carried out every day to avoid any breakdown, loss of generation or

any abnormal occurrence which may happen while the design hopper storage

capacity exceeds beyond the permissible limit @ ESP hoppers, i.e., only 17.5 Tons for

8 hours time

3.0 SCOPE OF SUPPLY & SERVICES

GENERAL:

Design, Supply, Erection and commissioning of Augmentation of Dry Fly ash

Handling system (DPPCS-Dense phase pneumatic conveying system) for the first two

rows of ESP fields to handle the Fly ash collection from 16 No’s of front line hoppers,

Conveying to new intermediate Fly ash silo and transporting to the existing 2x4152 MT

RCC Fly Ash silo by pressurized pneumatic system for 600MW/ MTPS-II plant.

The specification has described the scope of work and endeavored to cover all

the major equipment and related activities and work necessary for repair/

replacement/ retrofit. However any other items/service which has not been specifically

mentioned but is required for the complete execution of the work shall also to be

supplied by the bidder. The bidder is therefore advised to visit the site and

acquaint himself with the condition of the plant and equipment to enable

him to make assessment of the complete job.

PERIOD OF WORK:

DESIGN, DRAWING, SUPPLY, ERECTION& COMMISSIONING:

6 Months from the date of receipt of PO

Page 87: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

87

Design, Drawing &Supply:

Supply of material shall be completed within 6 months from the date of

receipt of Purchase Order. Supply of material shall be made proportionally based on

the requirement of erection sequence and schedule.

The Contractor shall execute the basic and detailed design and the engineering

work incompliance with the provisions of the Contract or where not so specified, in

accordance with good engineering practice. The Drawings should be prepared only

after detailed analyze and review the location of the existing system & its equipment’s

specifications and geo technical investigation. The drawings and documents shall be in

A1 size & A4 size respectively and 6Nos of hard copies shall be submitted for approval

before effecting supply of material. All the dimensional drawings related to the DPPCS

system shall be handed over to the TANGEDCO Engineers.

Erection& Commissioning:

Erection, testing and commissioning of DPPCS shall be completed within 6

months from the date of receipt of Purchase Order. Site mobilization & Erection

commencement shall be in conjunction with the supplies made.

4. SCOPE OF SUPPLY & ERECTION As per Annexure – I enclosed

Water and Power: The consumption of water required for the construction purpose

will be charged at nominal basis. The electric power (L.T)3 phase power supply will be

provided at site on chargeable basis under temporary power supply tariff VI of

TANGEDCO, for construction purpose.

5. Manual and Drawing, Training and Service& Spare Support

5.1 Supply of Drawings & Manual:

After completion of the installation, the Bidder shall furnish a complete 6 set of

drawings/document for Civil, Mechanical, Electrical and Electronic items/works

on reproducible form which the bidder shall make in a neat and accurate

manner, a complete record of all changes and revision to the original design, as

installed in the completed work.

The Bidder shall prepare and submit to the Purchaser, operation and

maintenance manuals in accordance with the Purchaser’s requirements and in

sufficient detail, for the Purchaser to get familiarized with the equipment and to

Page 88: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

88

enable him to operate, maintain, dismantle, reassemble, adjust and repair the

equipment in a equipment in a safe and efficient manner. O&M Manual shall

contain

i. Vendor Contact Details

ii. Storage Instruction

iii. Erection & Commissioning Instruction

iv. Operating Procedure/Instruction and Maintenance Schedule

v. List of Bought out components & sub vendor’s addresses

vi. Technical Data sheet

vii. Leaflets of Bought Out component

viii. Drawings etc.

A separate section of the manuals shall be devoted to each size/type of

equipment and shall contain a detailed description of operation, together with

all relevant pamphlets, catalogues, drawings and a list of parts with procedure

for ordering spares. Maintenance instructions shall include checking, testing

and replacement procedures to be carried out to ensure trouble-free operation.

All documents including drawings, data sheets, erection and commissioning

manuals, O&M manuals shall be provided on electronic media viz. CD’s and 1TB

portable hard disk apart from the hard copies.

5.2 Training: Training shall be given to 10 (minimum) TANGEDCO Engineers at free

of cost with objective to familiarize with the system Philosophy, working

principles, operating and maintenance instructions, trouble shooting techniques,

system configuration and software management.

5.3 Service and spare support: Shall be provided for minimum of 15 years.

6.0 GUARANTEES & LIQUIDATED DAMAGES

6.1 MATERIAL GUARANTEE:

The entire PDFAC System equipments/ Spares materials supplied by bidder

shall be guaranteed to perfect operation for a period of 12 months from the date of

commissioning or 18 months from the date of supply whichever is later subject to an

overall guarantee period of 36 months from the date of supply under normal and

proper conditions of service and maintenance.

All the mandatory spares shall be delivered before the time on commissioning.

Page 89: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

89

Any defects noticed during this period shall be rectified at free of cost on

intimation or failure within the above said guarantee period and same shall be

attended at the next shut down period. Irrespective of number of failures, the Bidder

is responsible for the free replacement of the Defective materials till the guarantee

period as stipulated.

The incidental expenses, transport and freight charges for the replacement or

defective materials within the guarantee period may also be borne by the Bidder till

such time as said above.

6.2 PERFORMANCE GUARANTEE:

The performance guarantee should ensure the following:

Sl. No Description Guaranteed Parameters1. Ash conveying from ESP

to Siloa) Testing, Commissioning and PerformanceGuarantee Testing of the entire Augmentation ofDry Fly ash Handling system (DPPCS-Dense phasepneumatic conveying system), to prove theconveyance of 3200 TPD., i.e., 135 TPH from the 16Nos of frontline hoppers to the main silo.b) It is also to be proved to ensure the evacuation &conveying of 100% dry fly ash generated from the600MW MTPS-II unit, up to the existing RCC mainsilo, by firing worst coal, that is about 4000 TPD oftotal fly ash, through the existing and the newlycommissioned additional DPPCS system, is thecollective responsibility of the successful bidder totake up the contract.

6.3 PENALTY FOR PERFORMANCE GUARANTEE:

After the Completion works of DPPCS system, PG test shall reveal theGuaranteed Parameters mentioned above.

If, after Commissioning & PG test, if the Guaranteed Parameters mentionedabove could not be achieved the Performance Bank Guarantee amount will beforfeited & the bidder shall take all improvement/ rectification measures toachieve Guaranteed Parameters mentioned above within 15 days from the dateof intimation from TANGEDCO.

If even after such rectification, if the Guaranteed Parameters mentioned abovecould not be achieved then it shall be open to TANGEDCO to claim losses suchas Generation loss & any other penalties imposed by statutory bodies on

Page 90: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

90

TANGEDCO until the Targeted emission level is achieved in addition to PBGamount.

The claims of TANGDECO will be adjusted in the pending payments to the

bidder.

Page 91: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

91

TECHNICAL SPECIFICATION FOR THE AUGMENTATION OF ASH HANDLING

SYSTEM OF MTPS -II

A) STAGE-I (From ESP 1st & 2nd field hoppers to New intermediate fly ash

storage silo)

A1- System at ESP 1st & 2nd row field hoppers (16 Nos. hoppers) consisting of

Complete set - Suitable for taking feed from 16 nos. ESP hoppers, consisting of

16 no. RF admittance type permissive level switches,

16 no. Adopter cum down comer pipes to suit ESP hoppers outlet,

16 no. Manual Hand wheel operated knife Gate Valves,

16 no. Expansion joint cum spool pieces,

16 no. Pneumatic conveying Vessels each with inlet valve

Complete With Pneumatic panels & electro Pneumatic controls,

A2- 2 lots MS ERW conveying pipe line along with Hardware’s like Flanges, Gaskets,

Fasteners & U-Clamps as per IS 1239/3589,

2 no. 2 / 1 way switch over valves for clubbing the pipe lines of

ESP fields (refer data sheet for details),

2 lots 90˚ / as required long radius MS Fabricated Cast Basalt /

DRC lined Flanged bends

2no. Terminal End Boxes.

B.) STAGE-II (From intermediate Fly Ash Storage silo to main Fly ash

storage silos #1 & 2)

B1 - 300MT intermediate fly ash silo Top facilities & long distance conveying system

upto existing Main storage silos.

B2- One Set Consisting of 1 no. Reverse Pulse jet Bag filter,

1no. Vacuum cum pressure Air Balance valve,

1 no. RADAR type continuous level monitoring for silo,

1 no. High level switch for back up protection.

Page 92: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

92

B3 -Two sets - Consisting of Long distance, high tonnage conveying system

comprising.

4 no. down comer pipes,

4 no. expansion joints,

4 no. knife gate valves,

4 no. pressure conveying vessels suitable for application complete

with pneumatic panels & electro pneumatic control.

2 lots MS ERW conveying pipe line along with Hardware’s line

flanges, Gaskets, Fasteners & U-Clamps as per IS 1239/3589.

2 lots 90˚ /as required long radius MS Fabricated Cast Basalt /

DRC lined flanged bends,

2 no. ½ way Diverter Valve for selection of either of Main FA silo # 1

& 2

4 no. Terminal End Box.

C) UtilitiesC1 - Conveying Air System for stage – I

Three No’s - (2W+1SB) Air/ Water cooled, skid Mounted, Oil injected screw

type New Air Compressors having discharge pressure of 4.0-4.5

Kg./Sq.cm. (G) Complete with accessories & drive motor unit.

Two No’s – New Conveying Air receivers complete with pressure Gauge, pressure

Switch, pressure relief valve & Auto Drain Trap with Manual By-

Pass along with MS ERW Heavy duty conveying air pipes & piping

work as Required.

Two No’s - (1W+1SB) Water cooled, skid Mounted, Oil free screw type

New Instrument Air Compressors having discharge pressure of 7-8

Kg/Sq.cm. (G) Complete with accessories & drive motor unit, along

with the lines and controls.

Two No’s - (1W+1SB) Air dryer.

Page 93: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

93

Two No’s - 1W+1SB twin lobe fluidizing air blowers with Electric air heater,

Flow pads, fluidizing pads for fluidizing of pneumatic conveying

vessels along with heat insulated MS ERW fluidizing air pipes

& piping work.

C2 - Transport Air System for stage - II

Six No’s. - (4W+2SB) water cooled, skid mounted, Oil free screw type New

air Compressors having discharge pressure of 2.5 – 2.7

Kg./Sq.cm (G) Complete with accessories & drive motor unit.

Two No’s – New Transport Air Receivers complete with pressure Gauge,

Pressure switch, pressure relief valve & Auto drain trap with

Manual by-pass along with MS ERW heavy duty conveying air

Pipes & piping work as required.

Two No’s. - (2W) Silo vent fan complete with accessories & drive motor unit.

These new set of 4working+2standby new compressor sets and 2 New

Transport Air receivers are to be installed for two streams (Stage II – A & B).

C3 - New 300 MT intermediate fly ash silo fluidizing systemTwo No’s - 1W+1SB twin lobe fluidizing air blowers with Electric air heater,

Flow pads, fluidizing pads for fluidizing of intermediate fly ash

Storage silos along with heat insulated MS ERW fluidizing air

pipes & connected piping complete set.

Provision of Direct Loading facility of fly ash, from the proposed intermediate

fly ash silo to the bulk ash conveying vehicles.

Provision of emergencies slurry operation arrangements from intermediate silo.

D) Electricals

D1 - One No. 3.3 kV HT Board with bus coupler and outgoing feeders with vacuum

contactors for conveying air compressors and transport air compressors and

spare feeder.

One No - 415V, 3 phase, 4 wire, Non Draw out, Free standing, floor Mounted

LT MCC with ACB incomers & Outgoing feeder as required for intermediate silo

Fluidizing Blowers and LT loads power supply with feeders of each rating &

type

Page 94: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

94

D2 - One Lot – 11 kV/6.6 kV Grade XLPE - FRLS armoured multistrand aluminium

power cable.

One Lot - 1.1 kV (E) Grade FRLS PVC insulated, armoured aluminium power &

armoured multistrand copper control cable & cabling Work as required for

fluidizing Blowers and other LT loads in bidder’s scope of supply

D3 - One Lot - Cable trays & accessories as required for power, control &Instrument

Cable in present scope of supply.

D4 - One Lot - Power Distribution Boards, Lighting distribution Boards, Junction

Boxes, Local push button stations, Local control panels, cable Hardwares,…etc

as required for the system under present scope of supply.

D5 - One Lot - Lighting system along with accessories for lighting of new Compressor cum

MCC room.

D6 - One Lot - Earthling system around compressor room cum MCC room along With

Earth pits including interconnecting with nearby power plant Earth grid riser for

Transformer neutral & electrical equipment earthling.

D7 - Electrical side provisions to be included additionally:-

1. On north & south side of 3.3KV HT Ash Handling switchgear in ESP building HT

bus may be extended and 2 new HT outgoing breaker modules to be incorporated to

form 3.3KV bus with 2 incomer breaker modules for the new system. The overall

maximum possible load is 1.25MVA on each incomer.

2. LT supply 415V one incomer is to be taken from the existing LT switchgear

ODA bus @ 12mtr (630A SFU empty module no.14RA) and the second incomer from

the FWPH 0DB bus (630A SFU empty no.11RE). On both incomer LT supply can be

availed but 630A SFU module 2 nos is in the scope of supply. The overall maximum

possible load is 630A on each incomer. Also separate control transformer may be

installed in DPPCS LT board to take care of AC control supply requirement.

3. 2 Nos 30KW empty module (6FA & 17FA) is available in Silo MCC but 30KW

module 2 Nos is in the scope of supply.

4. Separate battery bank and charger may be provided for 3.3KV HT board to be

formed newly for DPPCS as the existing DC bank is just adequate to cater to the

present load.

Page 95: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

95

5. Provision of DB 63A SFU modules for welding and for AC lighting utilization.

6. Provision of DC board for DC lighting.

E) Control & InstrumentationE1 - One Lot - Field control, signal and instrumentation cable from field

Instruments to LCP/ JB,

E2 - One Lot - Impulse pipes and conduits.

E3 - C&I side provisions to be included additionally:- Provision of Instrument cable laying and termination from the field end to new

PLC panel.

Provision of Separate PLC rack panel with necessary PLC Controller,

communication Modules & I/O Modules, etc.,

Provision of the necessary control logics and its GUI (mimics) – SCADA images

with 1 No operator work station and 1 No Engineering work station for the new

PLC.

Provision of existing PLC to the new PLC Interface in order to exchange the

data to DCS like Intermediate Silo Level & Feedback Status.

Provision of separate UPS with Battery Bank needs to be provided for the New

PLC & its Accessories.

For silo instrument, cable laying & termination along with necessary I/O

Modules at the Existing Slurry Pump House PLC Panel Room.

Provision of silo logic and MIMICS at the existing PLC.

Provision of level switches for 16 nos frontline hoppers.

F) Civil & Structural work

F1- One No - Two storied compressor room, ground floor for compressor sheltering

with MCC room at first floor with intermediate floor for cable gallery

near new intermediate silo area. This room shall house 3 nos. New

conveying air compressors, 6 nos. of New Transport air compressors,

2nos of Instrument Air Compressors, 2 Nos intermediate Fluidizing air

blowers and new LT MCC and connected equipments & Panels.

F2- One No - Intermediate storage silo of capacity 300MT of steel construction

Page 96: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

96

Complete with supporting structure.

F3 -One Lot - RCC foundation as required for, intermediate silo and Intermediate

pipe supports.

F4- One Lot - Intermediate pipe supporting columns with Bend Maintenance

Platform but without walkways as required for new pipes. These

supports shall be only for the section between ESP to new

intermediate silo and from new intermediate silo to main existing

pipe rack. Wherever possible all other pipe racks and ESP supports

shall be used to the extent possible.

F5- Civil side works to be included additionally:-

1. The foundation works for the compressors, Fluidizing Air Blowers, Air

receivers & the pipe racks, with related building / structural provisions.

2. Required civil modification works, rerouting of existing pipelines, and

other connected works in compressor Room and intermediate Silo.

G) Miscellaneous

G1.) Auxiliary Cooling water systemThe Auxiliary Cooling water system for augmentation works to be taken from

the existing cooling water forebay by providing suitable pumps and pipelines, supply

and circulation systems for the equipments as per the design requirements.

G2- One Lot - Mandatory spares.

G3- One Lot - Commissioning spares as required for the system.

G4- One Lot - Consumables, testing appliances, tools & tackles as required for the

System.

G5- One Lot - First fill of oil & lubricants.

Page 97: :: TANGEDCO - tneb.tnebnet.org

SPECIFICATION NO.CE/MTPS-II/SE/P&A/EE/MM/AE–1/O.T. No.:1047-M /2021-22

97

H) Erection, Testing & Commissioning of the entire DPPCS (IntegratedSystem)

H1) Erection of the entire Augmentation of Dry Fly ash Handling system (DPPCS-

Dense phase pneumatic conveying system) on turn key basis, for the first two rows of

ESP fields to handle the Fly ash collection from 16 No’s of front line hoppers,

Conveying to new intermediate Fly ash silo and transporting to the existing 2x4152 MT

RCC Fly Ash silo by pressurized pneumatic system.

H2) Testing, Commissioning and Performance Guarantee Testing of the entire

Augmentation of Dry Fly ash Handling system (DPPCS-Dense phase pneumatic

conveying system), to prove the conveyance of 3200 TPD i.e 135 TPH from the 16

Nos of frontline hoppers to the main silo & handling over of the augmentation system

in full shape to MTPS -II.

Sd XXXXX 30.10.2021Chief Engineer,

MTPS-II/Mettur Dam-6