Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
FORM’C’ RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT WORKS CONTRACTS DEPARTMENT
VISAKHAPATNAM-530031 PHONE NO: (MAX)23691, TELEFAX NO:0891-2518763
PERIOD OF CONTRACT : 12 ( Twelve) Months DEFECT LIABILITY PERIOD : 03 (Three) Months ENGINEER : AGM(Mech.)-UT ISSUED TO SRI/ M/s.__________________________________________________________ No of pages of BOQ alone : 11 (Eleven) pages only
Total No. of pages : 40 (Forty) pages only
(FOR OFFICE USE ONLY)
1. E.M.D. PARTICULARS : 2. Sl.No. : OUT OF TENDERS 3. COVERING LETTER : NO. OF PAGES: 4. REBATE OFFERED : 5. RATE WRITTEN IN WORDS : 6. VALIDITY OF TENDER : 4 MONTHS FROM THE DATE OF OPENING SIGNATURE OF CONTRACT SIGNATURE OF FINANCE DEPT. REPRESENTATIVE DEPARTMENT REPRESENTATIVE
NAME OF THE WORK: Common shut down jobs, Capital repair jobs and Maintenance of Heat Exchangers in Utilities Department of Visakhapatnam Steel Plant.
Note: Tenderer has to fill the data wherever and whatever required in the tender schedule without fail and sign all the pages
TENDER NO: 73268-0
TENDER NO.73268-0 73268-0
Page 1 of 40 SIGNATURE OF THE TENDERER
RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT
WORKS CONTRACTS DEPT., VISAKHAPATNAM -530031 (A.P.) TELEFAX: 0891-2518763 TEL NO: 0891-2758705, 2518763
SHORT OPEN TENDER NOTICE NO: VSP/WC/UT/73268-0/O/2013-14 Dated 21.05.2013 1. Sealed tenders along with Earnest Money Deposit (EMD) are invited from experienced and registered contractors
for the following work:
Tender No: Name of the work
73268-0 Common shut down jobs, Capital repair jobs and Maintenance of Heat Exchangers in Utilities Department of Visakhapatnam Steel Plant.
Cost of Tender Document (Non-refundable)
Tender Number By hand
(`) By
download (`)
Eligibility/ experience requirements
Earnest Money Deposit
(`)
73268-0
600/-
600/-
Registration Certificate under
Category - 3.2 of Class - E
17,500/-
2.0. Cost of Tender document(s) shall be paid in the form of Demand Draft / Pay Order /
Banker’s Cheque, obtained from any Nationalized or Scheduled Bank in India, drawn in favour of RIN Ltd., payable at Visakhapatnam and shall be valid for a minimum period of one month from the date of opening of tender i.e., Envelope-1 (Pre-qualification documents). THE COST OF TENDER DOCUMENT(S) RECEIVED ALONGWITH TENDER DOCUMENT WILL NOT BE REFUNDED UNDER ANY CIRCUMSTANCES UPON RECEIPT OF TENDER.
NOTE: THE SUCCESSFUL TENDERER SHALL PRODUCE VAT REGISTRATION CERTIFICATE UNDER APVAT ACT, WHEREVER APPLICABLE, BEFORE SIGNING THE WORK ORDER / LOA AND SUBMIT A COPY OF THE SAME.
3.0 The tenderers are requested to note that : 3.1 The offer shall be made in 02(two) envelopes:
First envelope (to be super scribed as Envelope-1 with name of the work, tender no.) should contain the cost of the tender document in case the tender is down loaded from the web site (Tender can be purchased from the office of GM(WC) by paying tender cost in the form of DD/PO/BC as cited at para-2 above in which case tender cost need not be enclosed while submitting the tender), Earnest Money Deposit(EMD) separately in the form of DD/PO/BC etc (refer to instruction to tenderer) and pre-qualification documents[Criteria eligibility/experience and other documents etc.) as cited at para- 1.0 above, duly signed / attested by the authorized representative of the company. Second envelope (to be super scribed as Envelope-2 with name of the work, tender no.) should contain price bid in its prescribed format along with the tender document.
TENDER NO.73268-0 73268-0
Page 2 of 40 SIGNATURE OF THE TENDERER
3.2 The first cover shall be opened initially and only on satisfying the eligibility criteria, adequacy of cost of tender document ( incase of downloaded tender) and EMD etc., placed in it, the second envelope containing the price bid shall be opened. In case the price bid(s) is/are not opened immediately after opening of Envelope-1, then the date and time of opening of the price bid along with names of successful tenderers in pre-qualification will be subsequently displayed in the notice board of Works Contracts only and no individual communication to tenderers will be made.
3.3. The documents submitted in the first envelope by the tenderers in respect of pre-qualification criteria are final and no further correspondence / clarifications / submissions in this regard shall be entertained.
3.4 Scope of work, Bill of Quantities (BOQ), Terms & Conditions given in the tender documents (placed in the website) is final. On verification, at any time, whether the tenderer is successful or not, if any of the documents submitted by the tenderer including the documents downloaded from our website / issued are found tampered/altered/ incomplete, they are liable for actions like rejection of the tender, cancellation & termination of the contract, debarring etc., as per the rules of the company.
3.5 It will be presumed that the tenderers have gone through the General Conditions, Special Conditions & Instructions to tenderer etc., of the contract available in the website which shall be binding on him/ them.
3.6 The tenderer shall download the “TENDER SCHEDULE” available on the website in totality and submit the same duly signed on each page. Any time prior to the deadline for submission of bids, Works Contracts department may, for any reason, modify the tender terms and conditions by way of an amendment, such amendment will be notified on RINL’s website at regular intervals.
3.7 Tenders submitted against the NIT / Tender shall not be returned in case the tender opening date is extended/postponed. Tenderers desirous to modify their offer / terms may submit their revised / supplementary offer(s) within the extended TOD, by clearly stating the extent of updation done to their original offer and the order of prevalence of revised offer vis-à-vis original offer. The employer reserves the right to open the original offer along with revised offer(s)
4.0. The tender documents and other details can be downloaded from our web site: www.vizagsteel.com and the same are to be submitted to the General Manager (Works Contracts), Visakhapatnam Steel Plant duly signed on each page by the tenderer on or before 03.00PM on 16.02.2013
5.0. Non-transferable tender document can also be obtained from the office of General Manager (Works Contracts), VSP on written request on bidder’s letter head on payment of tender cost in the form of DD/BC during working hours 10 AM to 4.30 PM on or before 04.30PM on 15.02.2013.
6.0. Tenders will be received in the office of General Manager (Works Contracts), up to 03.00 PM on 16.02.2013 and Envelope-1 will be opened immediately there after.
7.0 If it comes to the notice of VSP at any stage right from request for registration /tender document that any of the certificates /documents submitted by applicant for registration or by bidders are found to be false /fake/doctored, the party will be debarred from participation in all VSP tenders for a period of 05(FIVE) years including termination of contract, if awarded. E.M.D/Security Deposit etc., if any will be forfeited. The contracting agency in such cases shall make good to VSP any loss or damage resulting from such termination. Contracts in operation any where in VSP will also be terminated with attendant fall outs like forfeiture of E.M.D./Security Deposit , if any, and recovery of risk and cost charges etc., Decision of V.S.P Management will be final and binding
8.0 The date of opening of the pre-qualification cover ( envelope-1) shall be the date of tender opening in respect of both the single bid and two-bid ( techno-commercial and price-bid).
9.0 Successful tenderer should be in a position to produce, after opening of the price bids, the Original Certificates in support of the attested copies of relevant documents submitted along with tender document. Failure to produce the original certificates at this stage in support of the attested copies of Electrical License/any other documents etc. submitted earlier would result in disqualification and forfeiture of EMD and also liable for debarring from participation in VSP tenders.
10.0 Tender documents will be issued to tenderers based on their request and on payment of tender cost or same can be downloaded from our web site by submitting the cost of tender along with their offer. However, RINL will not be responsible for any delay/loss/any website related problems in downloading the tender documents etc.. RINL reserve the right to (a) Issue or Refuse tender documents without assigning any reason. (b) Split and award the work to more than one agency, (c) reject any or all the tenders or to accept any tender wholly or in part or drop the proposal of receiving tenders at any time without assigning any reason there of and without being liable to refund the cost of tender documents thereupon.
For General Manager (Works Contracts)
TENDER NO.73268-0 73268-0
Page 3 of 40 SIGNATURE OF THE TENDERER
FORM – A Ref. Tender No. Name of the Work : Common shut down jobs, Capital repair jobs and Maintenance of Heat Exchangers in Utilities Department of Visakhapatnam Steel Plant. To General Manager Works Contracts Department Visakhapatnam Steel Plant Visakhapatnam-530 031. Sirs, With reference to the Notice Inviting Tender, I/We have gone through the tender documents issued to us. I/We have also gone through the General Conditions of Contract of VSP available in VSP web site and noted the contents therein. I/We hereby confirm that I/We shall abide by Terms and Conditions of General Conditions of the Contract including Form of Tender, Invitation to Tender, Articles of Agreement etc. I/We hereby declare that, I/We have visited, inspected and examined the site and its surroundings and satisfied ourselves before submitting this tender, obtained information about the nature of work, facilities that may be required and obtained necessary information about Working Conditions, risk contingencies etc., which may influence this tender. We hereby offer to execute & maintain the work during the defect liability period in conformity with the tender conditions at the respective rates quoted by us. I/We have deposited the EMD, which amount is not to bear any interest and I/We do hereby agree that this sum shall be forfeited by me/us if I/We revoke/withdraw/cancel my/our tender or if I/We vary any terms in our tender during the validity period of the tender without your written consent and/or if in the event of Visakhapatnam Steel Plant accepting my/our tender and I/We fail to deposit the required security money, execute the Agreement and/start the work within reasonable time (to be determined by the Engineer) after written acceptance of my/our Tender.
Status of the firm (mark) Proprietary /Partnership/others (Specify)
* Authority to Sign: a) Proprietor b) Managing Partner c) Power of attorney holder Name of Partners: 1) 2) 3)
Yours faithfully,
(Signature of Contractor) Name:…………………………………
73268-0
Following Details are to be furnished by the tenderer compulsorily (neat & legible) while submitting the tender schedule Income Tax PAN No.
Status/Reason for not having PAN No.
OFFICIAL ADDRESS Phone No:
Cell No :
Fax No.:
e-mail address:
TENDER NO.73268-0 73268-0
Page 4 of 40 SIGNATURE OF THE TENDERER
INSTRUCTIONS TO TENDERERS
1.a) Tenders shall be submitted in the office of the General Manager (Works Contracts), Visakhapatnam Steel Plant, Visakhapatnam – 530 031.
b) Tenders shall be submitted in the prescribed form issued by VSP. The Tender documents issued are not transferable. Tender documents issued/downloaded shall be submitted wholly without detaching any part.
c) The Tenderer shall agree to VSP’s terms and conditions, specifications/scope of work, etc., and quote their “Total Amount only” accordingly.
d) Tender shall be for the entire scope of work mentioned in the tender documents. e) Tenderer “Shall quote only the Total Amount in figures and in words”. Over writing is not permitted and
corrections are to be essentially initialed. Amount quoted in words shall govern in case of variance between figures and words.
f) The “ Total Amount quoted in figures and words shall be tallied” before submission of the tender and all mistakes corrected and initialed. Quotation shall preferably be type written or written in neat and legible handwriting. All the pages of tender documents shall be signed by the tenderer.
g) If by any reason the tender opening is postponed to any other date, the details will be displayed in the notice board of Works Contract Department. Tenderers shall see the notice board regularly and keep themselves informed in this matter.
h) Before quoting, the tenderer shall necessarily contact the “Engineer” and fully understand the job, scope of work, unit of measurement, mode of measurement, scope of supply of materials by VSP if any, working conditions, shutdown arrangements, Labour deployment requirements, risk contingencies and such other factors which may affect their tender.
i) General Conditions of Contract of VSP for Works Contracts are available in the Office of GM (Works Contracts) I/C and also in VSP’s web site for reference. The tenderers shall study and understand all the relevant provisions before quoting.
j) Tenders shall be kept open for acceptance for a period 4 (Four) MONTHS from the date of opening of tender i.e.., Envelope-1.
k) After opening of tender, the tenderers may be called for negotiations and the details like date, time etc. will be displayed on the notice board of Works Contract Department. The tenderers shall see the notice board regularly and keep themselves informed in this matter and promptly attend negotiations without fail.
l) Purchase Preference will be given to PSU’s where applicable as per DPE guidelines. m) The local Small Scale Industries as approved by VSP and registered with Works Contracts Department of
Visakhapatnam Steel Plant in the category of Industrial Paint Manufactures for supply and application of industrial Paints to various structurals, equipment pipelines etc., are eligible for purchase preference as per the policy of VSP in force from time to time. The local small-scale industries, those who are technically and commercially acceptable shall be considered for extension of Purchase Preference, if the offer is within 15% above L-1 price and upon their matching with L-1 price.
n) The date of opening of pre-qualification envelope-1 shall be the date of tender opening in respect of both the SINGLE BID AND TWO- BID(Techno-commercial and Price bid) tenders.
o) Respective tenderers participating in the tenders due for opening on the scheduled day, can witness the opening of tenders/price bid on production of valid identity card/gate pass, or alternately, shall give a duly signed authorization to their designated representatives who are nominated if they wish to witness the tender/price bid opening. However, if the tenderer/designated representative participates for other than his tender his gate pass will be cancelled for a period of 01 (ONE) year.
2) EARNEST MONEY DEPOSIT (EMD) a) In case of Earnest Money Deposit being less than or equal to Rs.5 Lakhs, Earnest Money Deposit shall be in the
form of Demand Draft / Pay Order / Banker’s Cheque obtained from any Nationalized or scheduled commercial bank in India, drawn in favour of Rashtriya Ispat Nigam Ltd., Visakhapatnam Steel Plant, payable at Visakhapatnam and shall be valid for a minimum period of one month from the Envelope-1 (Pre-qualification documents) opening date. No other mode of payment will be accepted. However, in case EMD exceeds Rs.5 Lakhs, tenderers have the option to submit the same in the form of Bank Guarantee (In the format as enclosed to the GCC) from any Scheduled Commercial Bank, encashable at Visakhaptnam. Bank Guarantees shall be valid for a minimum period of 04(Four) months from the date of opening of Envelope-1 (Pre-qualification documents). The above shall supercede the instructions regarding “form of EMD” elsewhere in the tender document. The above shall supercede the instructions regarding “Form of EMD” elsewhere in the tender document.
b) Public Sector Enterprises of State / Central Government Undertakings are exempted from submission of Earnest Money Deposit (EMD) provided they submit a letter requesting for exemption from submission of EMD along with their offer.
c) “Micro & Small Enterprises (MSEs) listed with NSIC only are exempted from submission of Cost of Tender Documents (CTD), Earnest Money Deposit (EMD), and Security Deposit (SD), irrespective of whether the service is to be carried out within or outside their premises, subject to submission of the following documents along with their tender: -
TENDER NO.73268-0 73268-0
Page 5 of 40 SIGNATURE OF THE TENDERER
a. Proof of enlistment with NSIC and with particulars of relevant trade/item. b. Registration details of the particular trade/item for which this tender is relevant, by way of submission of
‘Ácknowledgement of Enterpreneur Memorandum(EM) Part-II’ from the Industries Department, along with their tender. The Micro and Small Enterprises not registered for the particular trade/item for which this tender is relevant, would not be eligible for exemption. SSI Registration Certificate is not valid and no concession or benefits shall be extended if EM Part-II is not submitted, and,
c. As regards Security Deposit (SD) exemption, the MSEs shall however be required to submit a “Performance Guarantee Bond” in the prescribed proforma, equivalent to the value of Security Deposit. It may be noted that waiver of SD is permitted only up to the monetary limit for which the unit is registered.
d) EMDs of unsuccessful tenderers will be refunded after reasonable time without interest.
3) MODE OF SUBMISSION OF TENDER a) Tender shall be submitted in two separate sealed covers. In case of single bid tender, the first cover shall contain
the D.D. / Pay Order / Banker’s Cheque for Earnest Money Deposit / Cost of Tender Document / EMD exemption documents for PSUs & MSE units registered with NSIC, other pre-qualification documents etc. and the second cover shall contain the tender.
b) In case of two bid system, the first cover shall contain the techno-commercial bid part of tender, along with the other bank instruments / documents indicated in para 3(a) above, and the second cover shall contain only the price bid part of tender.
c) The two sealed covers as mentioned above shall be stapled / tied together and submitted. The first cover will be opened first and only if the submitted documents / instruments are found to be as per NIT requirement, will the second cover containing the price bid be opened.
d) Tenders not satisfying the requirements as per NIT will not be opened. SPECIAL CONDITIONS OF CONTRACT (SCC)
1. GENERAL : The special conditions of the contract (SCC) are complementary to and shall be read in conjunction with General Conditions of Contract (GCC) of VSP for works contracts. Scope of work, Bill of Quantities and other documents form part of the Tender Documents. In case of any conflict of meaning between SCC & GCC, provisions of SCC shall over ride the Provisions of GCC.
2. Visakhapatnam Steel Plant reserves the right to accept or reject the lowest or any other tender without assigning any reason and the work may be awarded to one of the Tenderers or to more than one tenderer.
3. The contract shall be treated as having been entered into from the date of issue of the letter of intent/work order to the successful tenderer, unless otherwise specified.
4. WATER, POWER AND COMPRESSED AIR: Unless otherwise specified to the contrary in the tender schedule, the contractor is entitled to use in the work such supplies of water, power and compressed air (Basing on availability) from VSP’s sources from approved tapping points, free of cost. The contractor shall make his own arrangement for drawing the same to the work spot.
5. The successful tenderer shall produce Registration Certificate under APVAT Act, wherever applicable, before signing the Work Order / Letter of Acceptance and submit a copy of the same.
6. Immediately on receipt of work order, the successful tenderer shall obtain and submit the following documents to the Engineer with a copy to ZPE/Manager (Pers)/CLC before start of work. a(i) ESI registration certificate with the contractor’s Code no. covering all the workmen under ESI Scheme,
which shall be effective from the date of start of contract and cover for the entire period of contract including extended period/defect liability period, if any.
a(ii) Insurance policy for payment of exgratia amount of Rs.5,00,000/- (Rupees Five lakhs only) per head in case of fatal accidents while on duty, to the contract labour engaged by him in addition to the coverage under ESI Scheme / Workmen Compensation Insurance Policy whichever is applicable. As and when a fatal accident takes place while on duty along with the benefits under the ESI Scheme / Workmen Compensation, whichever is applicable, the contractor is required to pay the ex-gratia amount within 30 (Thirty) days from the date of accident to the legal heir of the deceased. In case of any delay in paying the ex-gratia amount as above, the Employer has the right to pay such amount directly to the legal heir of the deceased and recover the same from the contractor’s running / future bills. This insurance policy is to be taken by the contractor over and above the provisions specified under Clause No. 6.13 (Third Party) and 6.14 (ESI Act) of the General Conditions of Contract.
a(iii) Copy of the policy for third party insurance as stipulated in Clause 6.13 of the GCC. b) Labour License obtained from Assistant Labour Commissioner (Central), Visakhapatnam. c) PF Registration Certificate issued by PF Authorities d) Safety clearance from Safety Engineering Department of VSP.
7. The contractor shall submit wage records, work commencement/completion certificate etc. and obtain necessary clearance from Contract Labour Cell of VSP for bills clearance.
TENDER NO.73268-0 73268-0
Page 6 of 40 SIGNATURE OF THE TENDERER
8. The contractor shall ensure strict compliance with provisions of the Employee’s Provident Fund Act, 1952 and the scheme framed there under in so far as they are applicable to their establishment and agencies engaged by them. The contractor is also required to indemnify the employer against any loss or claim or penalties or damages whatsoever resulting out of non- compliance on the part of the contractor with the provisions of aforesaid act and the schemes framed there under. A copy of the provident fund membership certificate/PF CODE number shall be submitted by the contractor.
9. The contractor shall follow the provisions of Indian Factories Act and all rules made there under from time to time as applicable and shall indemnify the employer against all claims of compensations under the provisions of the act in respect of workmen employed by the contractor in carrying out the work against all costs, expenses and penalties that may be incurred by the employer in connection therewith.
10. a) Total amount quoted shall be inclusive of all taxes, levies, duties, royalties, overheads and the like but excluding service tax prevailing as on the date of submission of bids.
b) During the operation of the contract if any new taxes/duties/levies etc are imposed or rates undergo changes, as notified by the Government and become applicable to the subject works, the same shall be reimbursed by VSP on production of documentary evidence in respect of the payment of the same. Similarly benefits accruing to agency on account of withdrawal/reduction in any existing taxes and duties shall be passed on to VSP.
C) The benefit offered by the agency (other than Service Tax) will be deducted from each bill on the offered percentage basis. Amount so recovered shall be released, limiting to the percentage of benefit offered on the quoted price, only on receipt of credit by VSP.
d) The prices are exclusive of Service Tax. RINL-VSP will pay Service Tax as applicable on submission of Invoices in accordance with Rule 4A (1) of Service Tax Rules 1994.
The contractor will be paid Service Tax by RINL-VSP along with monthly service charge bills for further deposit with Central Excise Authorities. The contract will, in turn, submit the documentary evidence in support of payment of Service Tax of each month along with subsequent month RA Bills.
11. ADVANCE: No advance of any sort will be given by VSP. 12. PAYMENT TERMS: Payment will be made monthly on recommendations of the Engineer basing on the
quantities executed, at accepted rates. 13. MEASUREMENTS: The contractor shall take measurements jointly with the Engineer or his
representative and keep joint records for the same. Bills shall be prepared and submitted by the contractor basing on agreed measurements.
14. INITIAL SECURITY DEPOSIT (ISD): Initial Security Deposit for the work shall be @ 2% of contract price. Earnest Money Deposited by the successful tenderer shall be adjusted against ISD, and the difference between ISD and EMD shall be deposited in the manner mentioned in the work order/letter of intent.
15. RETENTION MONEY: Retention Money for contracts up to a value of Rs. 100 lakhs, at the rate of 7.5% of the bills for works with defective liability period not NIL and at the rate of 5.0% for works with defective liability period “NIL” will be deducted from each bill until this amount together with the Initial Security Deposit reach the limit of retention which is 7.5% or 5.0% as the case may be for the value of work. The Retention Money shall be released after the satisfactory completion of defect liability period after liquidating the defects. For contracts of value above Rs.100 Lakhs, the limit of retention money shall be Rs.7.5 lakhs plus 5% of the value exceeding Rs.100 lakhs.
16. Security Deposit: : The Public Sector Enterprises or State/Central Government Undertakings/ MSE units registered with NSIC will not be required to submit Security Deposit, but however they shall submit “Performance Guarantee Bond” in lieu of Security Deposit in the prescribed proforma equivalent to the value of Security Deposit covering the period of contract + defect liability period + 6 months (Claim period).
17. Recovery of income tax at source will be made from contractor’s bill and deposited with Income Tax Department as per rules. Recovery of sales tax applicable shall be made from the contractor’s bills.
18 . SAFETY: a) The contractor and his workers must strictly take all safety precautions and shall supply to his workers
dependable safety appliances like hand gloves, safety boots, safety belt, safety helmets, duster cloth, dust mask/nostril filter etc. In addition to this, contractor shall also provide additional safety appliances as per requirement and follow safe working practices like using fully insulated electrode holders etc. He shall also ensure that his workmen intelligently use only dependable safety appliances supplied to them.
b) The contractor shall take adequate safety precaution to prevent accidents at site. The contractor shall also ensure that his employees observe the statutory safety rules and regulations and also those laid down by the employer from time to time and promptly submit report of accident and state the measures taken by him to prevent their recurrence and also keep the employer indemnified of all claims arising out of such accidents.
c) No Workmen shall be engaged on the work without proper safety induction and without using required PPE. Use of safety helmet and shoe is must excepting in painting works where shoe will not be used.
d) All the safety appliances required for safe working as decided by SED/Contract operating department shall be provided by the contractor to his workmen.
e) Clearance to start the job will be obtained by the contractor in form ‘A&B’ before start of work. The forms may be obtained from the dept. concerned.
TENDER NO.73268-0 73268-0
Page 7 of 40 SIGNATURE OF THE TENDERER
f) Works at height cannot be started without clearance from Zonal Safety Officer. The workers engaged for work at height shall possess height pass from SED. The names of workmen working at height or in hazardous areas will be written on the body of form “B”.
g) Contravention of any safety regulation of VSP in vogue from time to time will result into work stoppage, levying penalties and ultimately in contract termination.
h) “The contractor shall ensure that the Welders and Gas Cutters wear cotton dress and leather apron. They shall not wear nylon/synthetic dress. This is required to avoid any fire accident. This must be followed strictly”.
19. SHUTDOWNS: A) Necessary shutdowns will be arranged by VSP to the contractor for carrying out the work based on
requirement. No claims on account of delayed/prolonged shutdown will be entertained. B) The works assigned to the contractor by the Engineer from time to time shall be completed within the
time schedule fixed by the Engineer in each case, within the approved shut down period. 20. LABOUR DEPLOYMENT:
A) The contractor shall deploy his labour as per requirement and as instructed by the Engineer. It may be necessary to carryout the work round the clock based on requirement and shutdown provided. The contractor’s rate shall cover such eventualities.
B) Only trained, experienced, safety inducted workers acceptable to the Engineer shall be engaged on this work, work shall be executed as per specifications to the satisfaction of the Engineer.
C) As and when need arises in the Annual works from time to time either for extra requirement of work or as a replacement in running contracts or a contract commencing for the first time, the contractor shall ensure that Displaced Persons (DPs) are engaged in unskilled category of workers to the extent of 50% (fifty percent). The contractor shall contract the Engineer-in-charge for this purpose.
21. SECURITY REGULALTIONS: The contractor shall abide by and also observe all security regulations promulgated from time to time by the employer.
22. STORING/STACKING OF MATERIALS: Storing/Stacking/Placing of materials shall be only at the places designated by the engineer.
23. The contractor, his supervisors and workmen shall observe entry and exit timings strictly. 24. After completion of work activity, the site has to be cleared of all debris, construction material and the like. 25. The successful tenderer shall start the work immediately after obtaining gate passes and safety induction training
and clearance from the Employer. 26. NOTICES: Any notice to be given to the contractor under terms of the contract shall be considered duly served, if
the same has been delivered to, left for or posted by registered post to the contractors principal place of business (or in the event of the contractor being a company, its registered office), at the site or to their last known address.
27. DEFAULT BY TENDERERS: The successful tenderer may be debarred at the discretion of the company, from issue of further tender documents, work orders etc., for a specified period to be decided by the employer in case of : “Undue delay in starting and execution of work awarded, poor performance, backing out from the tender, non accepting work order/LOI during the validity of tender or non observance of safety rules and regulations, misappropriation of company’s materials/property, non payment of due wages to labour or such similar defaults”.
28. Successful tenderer should be in a position to produce the Original Certificate in support of the attested copies of relevant documents enclosed along with pre-qualification documents or afterwards, after opening of the Price Bids.
29. Failure to produce the original certificates at this stage in support of the attested copies of PF Registration/ITCC/Electrical License/Experience/Qualification any other documents etc., submitted earlier would result in disqualification and forfeiture of EMD and also liable for debarring from participation in VSP tenders.
30. If it comes to the notice of VSP at any stage right from request for registration/tender document that any of the certificates/documents submitted by applicant for registration or by bidders are found to be false/fake/doctored, the party will be debarred from participation in all VSP tenders for a period of 05 (FIVE) YEARS including termination of Contract, if awarded. EMD / Security Deposit etc., if any, will be forfeited. The Contracting Agency in such cases shall make good to VSP any loss or damage resulting from such termination. Contracts in operation any where in VSP will also be terminated with attendant fall outs like forfeiture of E.M.D. / Security Deposit, if any, and recovery of risk and cost charges etc. Decision of V.S.P. Management will be final and binding.
31. Failure to execute the work after LOI/WORK ORDER is given, will make the party liable for debarring for a period of 2 (TWO) YEARS.
32. In case it is found before/after award of work to the person/agency through Limited Tender Enquiry (LTE) that the same person/agency is proprietor/proprietress/partner of two or more separate agencies and quoted for the same work, then punitive action to the extent of debarring up to 02 (Two) years from participating in VSP tenders will be taken.
33. In case the Tenderers revoke/withdraw/cancel their tender or they vary any terms of their tender during the validity period of the tender without the written consent of Visakhapatnam Steel Plant (VSP) or in the event of VSP accepting their tender and fail to deposit the required security money, execute the Agreement and fail to start the work within reasonable time (to be determined by the Engineer) after written acceptance of their tender – EMD submitted by them will be forfeited by VSP.
TENDER NO.73268-0 73268-0
Page 8 of 40 SIGNATURE OF THE TENDERER
34. Contractor shall note that: i) Time for mobilization after issue of FAX Letter of Intent/detailed Letter of Intent / Work Order shall be;
a. 03 (Three) days for Capital Repairs b. 15 days for Civil Works c. 60 days for painting works of Structural Engineering Department d. 07 (Seven) days for Annual Mechanical, Electrical and works of technological
assistance/cleaning. ii) Re-starting the work after disruption shall be within 04 (Four) to 06 (Six) hours after the cause of
disruption is removed as decided by the HOD. iii) Notice period for Contract Termination shall be - 03 (Three) hours in the event of breakdowns, 02 (Two)
days in Capital Repairs and 10 days in other works. Failure to adhere to above stipulations may result in Termination of contract at risk & cost and will make the party
liable for debarring for a period o 2 (Two) years. 35. Agencies are required to submit Bank Guarantee for the value as decided by the Engineer as a Security while
taking out Equipment/Components/materials of VSP to their workshop situated outside the VSP premises for carrying out repairs.
36. In case of revision in RINL / VSP approved wage rate, consequent to the revision in the minimum wages (either in Basic Wage or Living Allowances) as notified by the Regional Labour Commissioner (Central), Hyderabad, Escalation amount to the contract shall be payable as per the following formula:
V = L x W x (X-Xo) Xo WHERE: V= Escalation Payable L= Labour Content during billing period W= Gross value of work done on the basis of Contract Rates for the period for which variation is
applicable X= Revised Weighted Average of RINL/VSP approved Rates for the period for which variation is
applicable (for Unskilled, Semi-skilled and Skilled categories of Workers) based on the minimum wages as notified by the ALC (Central), Hyderabad, for the period under consideration for that contract as per present man days of different categories for the billing period.
Xo = Existing (on the basis which tender estimate prepared) Weighted average of VSP approved rates (for Unskilled, Semi-skilled and Skilled categories of Workers and which is based on the Minimum Wages notified by Commissioner of Labour, Govt. of Andhra Pradesh, Hyderabad) for that contract as per present man days of different categories for the billing period.
Computation of X and Xo & L : X= (a*USR + b*SSR + c*SKR)/(a+b+c) Xo= (a*USRo + b*SSRo + c*SKRo) / (a+b+c) L = (a*USRo + b*SSRo + c*SKRo) / W Where a= man days present by USW during the billing period b= man days present by SSW during the billing period c= man days present by SKW during the billing period USR= Revised VSP approved Rate for USW at the time of billing SSR= Revised VSP approved Rate for SSW at the time of billing SKR= Revised VSP approved Rate for SKW at the time of billing USRo= VSP approved Rate for USW indicated based on which the Estimate of work was prepared, SSRo= VSP approved Rate for SSW indicated based on which the Estimate of work was prepared, SKRo= VSP approved Rate for SKW indicated based on which the Estimate of work was prepared, (The above escalation shall be independent of the award percentage whether +ve or –ve)
TENDER NO.73268-0 73268-0
Page 9 of 40 SIGNATURE OF THE TENDERER
37. PAYMENT OF MINIMUM WAGES: Wages paid to the workmen by the contractor should not be less than the rates
notified by the Regional Labour Commissioner (Central), Hyderabad, from time to time with regard to the minimum wages applicable to the respective categories of workmen plus the ad-hoc amount at the rate of `.11.54ps as per working day per workman per category. Wages with ad-hoc amount to the workmen should be paid on or before the 7th of the subsequent month. if 7th falls on a holiday or weekly off day, the payment should be made one day prior to that. Payment of PF for the month, both the employer’s (in this case contractor) and employee’s (in this case workmen employed by the contractor) contributions should be deposited in the bank in the permanent PF code number and challan obtained before the 15th of the subsequent month and forwarded to the Engineer”. In case of failure of the contractor to comply with any of the above, the following action will be taken by VSP.
38. The contract period can be extended at the discretion of V.S.P. up to 04 (Four) months at the existing Rates,
Terms and conditions and the Contractor shall be bound to execute the work accordingly and the offer of the Contractor is deemed to include this aspect.
39. The tenderers shall note that in case of quoting above the Estimated Value of V.S.P. the L-1 party shall furnish logical / satisfactory explanation which V.S.P. may seek if felt necessary for quoting such high rates. If the explanation offered by the L-1 party is not acceptable to V.S.P., the L-1 party may be recommended for disqualification while retendering the work.
40. The contractor should clearly understand and comply with the Factories Act 1948 and relieve the FEMALE WORKERS from their work site within the restricted working hours prescribed therein under section 66(b).
LAPSE ACTION BY VSP 1. a) Payment of wages at rates less than
those notified under the minimum wages.
b) Non-payment of ad-hoc amount 2. Non payment of wages 3. Non Payment of PF 4. Delayed Payment of PF
a) An amount equivalent to the differential amount between wages to be paid under minimum wages notification of the Govt. applicable for the period less actual wages paid shall be recovered from the bills as certified by the Engineer. b) As amount equivalent to actual payable towards ad-hoc amount to the workmen engaged for relevant period shall be recovered from the bills as certified by the Engineer. An amount equivalent to wages payable by the contractor applicable for the relevant period shall be recovered from the bills as certified by the Engineer. Recovery of PF amount and an amount equivalent to maximum penalty leviable by Regional Provident Fund Commissioner for the delayed period under the provisions of EPF & MP Act and Rules for delayed remittance of PF contributions (both the employee’s and employer’s contribution), shall be recovered from the bills of contractor as certified by Engineer. An amount equivalent to maximum penalty leviable by Regional provident Fund Commissioner for the delayed period under the provisions of EPF & MP Act and rules for delayed remittance of PF contributions (both the employee’s and employer’s contribution), shall be recovered from the bills of the contractor as certified by Engineer.
TENDER NO.73268-0 73268-0
Page 10 of 40 SIGNATURE OF THE TENDERER
41. The following deductions per workman deployed category-wise shall be made from the bills/amounts due to the contractor as applicable for the work done and such deducted amounts shall be released as mentioned below:
Recovery amount per labour
per every WORKING DAY (in Rs.) S.No Component UN-SKILLED SEMI-SKILLED SKILLED
To be released when
01 Notice pay `.19.82 ps `.22.48 ps `.26.43 ps
02 Retrenchment compensation `. 09.91 ps `. 11.24 ps `.13.21 ps
03 Leave with wages `.12.20 ps `.13.83 ps `.16.26 ps
After the Contractor makes payment to the workmen in the presence of Engineer I/C and CLC representatives, a certificate to this effect is to be enclosed with pre-final bill. (to be paid with pre-final bill)
Sub-total `.41.93 ps `.47.55 ps `.55.90 ps
04 Bonus `.11.55 ps `.11.55 ps `.11.55 ps
After the Contractor makes payment to the workmen in the presence of Engineer I/C and CLC representatives, a certificate to this effect is to be enclosed with RA bill / pre-final bill. (to be paid with RA bill / pre-final bill as and when paid by the Contractor)
Grand total `.53.48 ps `.59.10 ps `.67.45 ps 10% towards profit and overheads of Contractor `.05.35 ps `.05.91 ps `.06.75 ps
Total recovery amount `.58.83 ps `.65.01 ps `.74.20 ps Note:
i) The above recovery rates are effective from 01/10/2012. In case of any statutory revision in minimum wages payable to contract workmen as notified by the Regional Labour Commissioner (Central), Hyderabad from time to time, the above recovery amounts for workmen category-wise will be revised by RINL/VSP and will be notified accordingly.
ii) Payment against the above component is to be made to the workmen based on effective wages of last
drawn pay. 42. PAYMENT MODE FOR BILL AMOUNTS: 42.1 Following are the options available to the Contractors for availing e-payments. 42.1.1 EFT System: Under this system Banks offer their customers money Transfer service from account of any bank
branch to any other Bank Branch. The EFT system presently covers all the branches of about 77 banks located at 15 centers indicated below, where clearing houses are managed by RBI i.e.,
i) New Delhi ii) Chandigarh iii) Kanpur iv) Jaipur v) Ahmedabad vi) Mumbai vii) Nagpur viii) Hyderabad ix) Bangalore x) Chennai xi) Trivendrum xii) Kolkata xiii) Bhubaneswar xiv) Guwahati xv) Patna.
42.1.2 Direct Credit: Suppliers opting for this system may open Bank accounts with any one of the following banks. i) State Bank of India - Steel Plant Branch ii) Canara Bank - Steel Plant Branch iii) Bank of Baroda - Steel Plant Branch iv) State Bank of Hyderabad - Steel Plant Township Branch v) Andhra Bank - Steel Plant Township Branch vi) UCO Bank - Steel Plant Township Branch vii) IDBI - Visakhapatnam Branch
TENDER NO.73268-0 73268-0
Page 11 of 40 SIGNATURE OF THE TENDERER
42.2 The Successful tenderer shall agree that all the payment due and payable in terms of the contract will be paid
direct to his bank account and he shall give the bank account number and the address of the Bank in which the money is to be deposited” as per the format given below:
(1) Party Code : (2) Option : RTGS / EFT (3) Beneficiary Details a) Name of Beneficiary (Max.35 characters) : b) Bank Name (Max. 35 characters) : c) Branch Name (Max. 35 characters) : d) Account Number (Max. 35 characters) : e) Account type (Max. 35 characters) : (Savings / Current / Overdraft) [Mention Code No. also] f) Beneficiary Bank’s IFSC Code (Max. 11 characters): (For RTGS Mode only) g) Beneficiary Bank’s MICR Code (Max.09 characters): (For EFT Mode only)
(Signature of the Party / Contractor) Name: Desgn:
CERTIFICATE Certified that the above particulars are found to be correct and matching with our records in respect of the above beneficiary.
Sd/-…………… (Signature of Branch Manager) Name : Seal of Bank :
42.3 The contractor has to submit their bank account details in VSP format duly certified by Concerned Bank Manager
for the purpose of making electronic payment before submission of First Running Account Bill, failing which the bill will not be processed.
42.4. The Successful tenderer is required to give an undertaking to the Finance Department of VSP that the payment
made by RINL/ VSP of any sum due to him by directly remitting the same in his bank, the address and the number of which is to be furnished, shall be in full discharge of the particular bill raised by him, and that he shall not have any claim in respect of the same”.
42.5 In respect of payment made through Electronic Fund Transfer mechanism or Direct Credit to the
supplier’s/contractor’s bank account, the supplier/contractor/receiver should intimate discrepancies, if any, within 10 days from the date of dispatch of intimation letter of payment to them to Finance Department of VSP failing which it shall be presumed that the funds have reached to their bank account and that no claims will be entertained after the said 10 days.
TENDER NO.73268-0 73268-0
Page 12 of 40 SIGNATURE OF THE TENDERER
43. CLAUSES CONCERNING CENVAT AGAINST EXCISE DUTY:
a) The tenderer shall specify the percentage of CENVAT benefit on quoted price for which they shall furnish the duty paying documents.
b) The successful tenderer shall take necessary steps to comply with the rules and provisions of central excise and service tax law facilitating VSP to avail CENVAT credit.
c) The amount of CENVAT benefit declared shall be deducted from the tendered price for the purpose of tender evaluation i.e. the evaluation shall be on the net of CENVAT benefit.
d) The invoice raised by the Contractor should clearly mention VSP as the consignee (Consignee: RINL, VSP, A/c: Name of the contractor). It should be ensured that material has been delivered along with the duplicate for transporter copy of the invoice, based on which CENVAT credit is to be claimed.
e) The duty paying documents shall be submitted as soon as the material is procured by the agency for incorporation in the work. The CENVAT benefit offered by the agency will be deducted from each bill on the offered percentage basis and will be released to the extent CENVAT benefit could be availed by VSP. The contractor shall extend all possible help to facilitate VSP to avail CENVAT benefit. If CENVAT benefit could not be availed by VSP due to reasons attributable to the contractor, such amount will not be released by VSP.
f) In the event the CENVAT benefit realized by VSP (based on documents) is in excess of the CENVAT benefit offered by the agency/contractor, the refund will be restricted to the benefit offered by the agency. The excess amount realized from Excise Authorities will be to the credit of VSP only.
g) Material once received in to the factory would not be allowed to go outside the factory premises for any reason. Excess/Rejected material will be allowed to be taken back after complying with the provisions of CE Act.
44. RINL reserves the right to reject the offers of tenderers whose performance is poor in awarded / ongoing works if any
45. VSP after opening of tender/bid document may seek in writing, documents/clarifications which are necessary for evaluation of eligibility/prequalification stipulated in the NIT
**********
TENDER NO.73268-0 73268-0
Page 13 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
1
2
3
4
Cond No
This contract specification covers the detailed scope of work for :
1.0 Common shut down jobs of Utilities dept
2.0 Annual Capital repair jobs of Utilities dept.
3.0 Technological assistance for upkeep of heat exchangers
1.0 CONTRACTOR's SCOPE OF WORK FOR COMMON SHUT DOWN JOBS
1.1 Replacement of 200 NB & 300 NB VALVE ( Item no. 1 & 2 of BOQ )
The job: Valve is to be replaced with new one
a) Preparatory jobs:
Valve is to be serviced, tested & kept ready
Prefabrication of 200 NB & 300 NB spool pieces with flanges
b) Jobs to be carried out during shut down :
Removal of existing valve and placing them at designated location
Cleaning of the flange surfaces
Fixing of the spool pieces & valves
1.2 Oxygen filter elements inspection/replacement at PRS-I (Item no.: 3 of
BOQ)
The job:
37 Nos. of oxygen filter elements of header-1/PRS-1 are to be removed,
inspected & new elements are to be fixed where ever required within the
shutdown period
a)Preparatory jobs:
Filter housing bolts are to be loosened & tightened one by one to
facilitate easy removal of bolts during shutdown
Shifting & keeping ready all the new filter elements at site
b) Jobs to be carried out during shut down :
Removal of filter housing by loosening the bolts and with the help of
mobile crane and kept it at a designated location
Removal of elements one by one carefully, inspection & fixing the new ones
where ever required
1.3 Replacement of 500 NB,600 NB & 700 NB valve (item no. 4,5 of BOQ)
The job:
Removal of existing valve and fixing back the serviced valve in position
within the shut down period, spool piece, pipe piece welding may be
required to take care of the face to face length mismatch.
a) Preparatory jobs:
Spare valve to be kept ready after testing
Making arrangements for removal & fixing the valve at site
Making ready extra fasteners required
Loosening & tightening of flange bolts one by one at site to facilitate
easy removal of bolts during shut down
b) Jobs to be carried out during shut down :
Cond Desc
Proposal No 515061340100
TENDER NO.73268-0 73268-0
Page 14 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
5
6
Removal of the existing valve and keeping at designated location
Fixing the serviced valve in position & testing for leak tightness
1.4 Scope of work for erection of new copper pipes at PRS-I (Item no.6
of BOQ)
a) Preparatory arrangements to be done before starting of the job as per
the directions of VSP Engineer
b) Obtain work permit / shut down & drop the quick shut off valve,
Pressure control valve, vent lines etc and the existing copper pipe
carefully & place them at the location shown by VSP Engineer.
c) The down stream & upstream flanges are to be isolated from the
process as well as electrically by fixing the 350 NB cl-600 dummies, if
required.
d) The pipes are to be cut by grinding wheel/plasma cutting machine
at the location shown by VSP Engineer. Plasma cutting machine may be
supplied by VSP free of cost, de-pending upon availability.
e) The pipe edges are to be prepared for high pressure pipe welding
of radiography quality.
f) The new pipe pieces along with flanges are to be tack welded by TIG
welding.
g) After matching of the flange holes with new pipe flanges, full
welding of the joints to be carried out by TIG welding.
h) The pipes are to be cleaned for oxygen service.
i) The valves, pipes, quick shut off valve, pressure control valve are to
be degreased & fixed.
j) The downstream & upstream valve flanges are to be tightened.
k) The vent lines are to be fixed back.
l) Then leak checking and rectification, radiography are to be carried
out.
m) Other than DC welding machine, equipment, consumables, DP test kit
required for TIG welding is in VSP's scope.
n) TIG welding & radiography is to be measured separately.
1.5 Scope of work for oxygen service cleaning & degreasing of seamless
piping size: 250 NB (item no.7 of BOQ)
a) Each pipe length / pipe fitting is transported to cleaning site. To be
cleaned thoroughly by brush/cloth and blown with ompressed air.
b) The pipe length / fitting is to be taken to steam tapping point and
to be cleaned it's internal & external surfaces thoroughly with steam.
c) After steam cleaning, it shall be dried with nitrogen for atleast
30minutes and offered for inspection.
d) Degreasing of pipe internal shall be done by CTC using polyester
cloth only & then blown with nitrogen for atleast 30 minutes.
TENDER NO.73268-0 73268-0
Page 15 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
7
8
9
e) After degreasing and inspection for quality of degreasing by engineer or
his authorized representative end covers shall be properly sealed with
polythene sheet and tape. Cleaned pipe length/fitting shall be transported
to erection site carefully without damaging the sealings.
f) Further cleaning & degreasing is to be done during erection after
welding each pipe lengths/fitting as per requirement & instruction of
Engineer.
1.6 Provision of 300 NB / 100 NB valve in existing pipe line ( Item no. 8
/ item no. 54 of BOQ )
The job:
300 NB / 100 NB valve to be provided in the header / pipe line.
a) Preparatory job:
Valve to be serviced, tested & kept ready
Prefabrication of 300 NB / 100 NB spool pieces with flanges welded at
one end.
b) Jobs to be carried out during shut down ( after obtaining valid permit
to work / hot work permits) :
Cutting the header / pipe line after marking & placing only the
prefabricated valve with spool piece tack welding.
Removal of valve
Full welding of pipe ends
Fixing back of valve & tightening
Note: All jobs as per Sl.nos. 1 to 5 (except item no. 3 are to be carried
during common shut down day within 4/6 hours.)
2.0CONTRACTOR'S SCOPE OF WORK FOR ANNUAL CAPITAL REPAIR JOBS OF UTILITIES
DEPT.
2.1 Technological assistance for upkeep of butterfly control valve
(Item no. 9 & 10 of BOQ)
Dropping of the valve completely from position after removing all bolts
Dismantling of the actuator from the valve Handing over the valve &
Actuator to the shop maintenance.
Cutting of new gaskets
Assembly of valve & actuator after repair by shop Mech
Putting back the valve & Actuator assembly in position, fixing of new
gaskets & tightening of bolts & leak checking & rectification if required.
2.2 Technological assistance for upkeep of Globe control valves (Item
no.: 11 of BOQ)
Dropping of the valve completely from position after removing all bolts
Handing over the valve & Actuator to the shop maint
Cutting of new gaskets
Putting back the valve & Actuator assembly in position, fixing of new
TENDER NO.73268-0 73268-0
Page 16 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
10
11
12
13
gaskets & tightening of bolts & leak checking and rectification if
required.
2.3 Technological assistance for upkeep of demisters of E10/E11 towers
(Item no.: 12 of BOQ)
a) One no. of Nitrogen water tower & One no. Air water tower are installed
in Air separation unit each of which one no. of demister. The demister
consists of about 50 layers SS wire mesh bundled in SS flat grid.
b) The job :
Disassembly of the demister from the position, dropping them
Removal of individual layer of wire mesh
Mechanical cleaning with hand
Chemical/hot water cleaning of wire meshes
Assembly back of the mesh into the grid after cleaning
Putting back the demister in position after obtaining clearance
Any repair on grid or grid supporting structure if required shall be
carried out by the contractor
2.4 Technological assistance for upkeep of Air water tower/Nitrogen
water tower E10/E11
2.4.1 Sl no. 13 & 14 of BOQ (Dismantling & fixing back of trays of E-10/E-
11) opening of man hole covers:
Arrangement of lighting & air hose connections from the nearest air
& power connection (Hoses, hand lamp with cable/distributor board will
be provided by VSP)
Arrangement of platform for removal of the bottom most tray
Removal of inspection covers of all trays
Marking of each trays of individual layer with suitable unique
identification number Removal of all trays of all the layers (9 layers for
E-10 & 7 layers for E-11)
Fixing back of the trays as per the marking
Fixing back man hole covers with new gaskets
2.4.2 Sl no. 15 of BOQ (cleaning of trays of E-10/E-11)
a) Mechanical cleaning: Mechanical cleaning will be done in case trays
are not dismantled. The trays in each layer are to be cleaned with wire
brush for removal of scales/dust etc
b) Chemical cleaning: In case all the trays are dismantled from position
then chemical cleaning has to be carried out. The trays are to be
immersed in about 5% sulphamic acid solution bath for a period of 6 to 8
hours & then blown with steam to remove scale. If required cleaning with
air/brush shall be done.
2.4.3 Sl no. 16 of BOQ (internal cleaning of E-10/E-11)
TENDER NO.73268-0 73268-0
Page 17 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
14
Arrangement for rope ladder scaffolding etc, dismantling drains.
Cleaning of internal surface of E-10/E-11 towers
Removal of all dust/dirt etc from bottom of tower & cleaning
Cleaning of man hole cover flange surface
Cleaning of trays supporting angle
Fixing outlet drain line with new gaskets
Note: Cleaning shall be done with the help of wire brush & power
buffing.
2.5 Technological assistance for upkeep of Safety valves (Item no.: 17
of BOQ)
The safety valves are installed in different locations in the cold box at
various heights up to +30 M level. All valves are threaded type or
flanged type.
Safety valves are to be dropped from location after taking necessary
permits & are to be handed over to Shop maint.
To assist in Shop maint. while testing/servicing if required
Preparing & keeping ready gaskets if required
Collecting back the tested valve from Shop maint & fixing back in position
Note: All Cryo/Oxygen side valves are to be handled carefully & while
handling these valves during assembly, the hands of the man shall be oil
free & cleaned in CTC. All tools shall also be cleaned with CTC. CTC
shall be provided by VSP. Necessary instructions of VSP site Engineer in
this aspect shall be followed. This clause is applicable to item no.:
1.06, 1.07 & 3.04 of BOQ in particular & other areas concerning oxygen
valves in general.
2.6 Technological assistance for upkeep of Driers (Item no.18 of BOQ)
a) 2 Nos. adsorbers of approx size 130 M3 (4 Mtr dia X 20 Mtr
long) are installed in each Air separation unit. The inside of drier is
grid & mesh structure placed on flats & beams.
b)The job :
inspection of the complete grid structure
Job to be started after removing of adsorbents
Cleaning of drier inside
Removal of grids
Repair welding by placing flats & ensuring the closing of all gaps
Placing of grids back in position
Replacement of gland rope between grids
Bolting back the grids .
2.7 Technological assistance for removing, repair/replacement & fixing
of SS mesh
between adsorbent beds (Item no. 19 of BOQ)
TENDER NO.73268-0 73268-0
Page 18 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
15
16
After removing the molecular sieves, the mesh is to untied by removing the
SS wires at the edges.
The mesh, then, carefully rolled without folding, from one end and to be
removed from the drier bottle.
The mesh is to be placed at the location shown by VSP Engineer and
the damages, if any are to be repaired.
As decided by VSP engineer, either repaired (or) new mesh is to be fixed
back. Supply of new mesh is in VSP scope.
While filling the mesh, ensure that there are no foldings or damages to
the mesh. The mesh are to be tied to the bed carefully by SS wire at the
ends.
2.8 Technological assistance for upkeep of Manual valves (15 NB to 200
NB) (Item no.20 to 23 of BOQ)
Removal of valves from position (valves are installed in different
locations in ASU at different heights ranging from ground level up to
height of 30 meters)
Shifting of valve to maint. area, dismantling of valve, cleaning of
internals
Replacement of packing, bonnet gaskets etc
Lapping of valve seat if required
Assembling back of valve & greasing of spindle wherever required
Putting back the valve in position after changing the flange gaskets (new
gaskets are to be cut & replaced)
Leak checking
2.9 Scope of work for strl./sheeting repair (item no 24 & 25 of BOQ)
Contractor shall dismantle the damaged sheetings of the cold boxes of Air
Separation Units and replace it with new ones. Contractor shall erect
approach ladders, working platforms and walkways for safe operation and
maint. of indifferent units of Utilities dept. Most of the structural &
sheeting mainly consists of light structural (including GC sheets).
Old structures shall be dismantled where ever necessary. All the welding
joints and sheeting wherever necessary shall be painted immediately after
repair. The painting shall be one coat of red oxide primer plus two
finish coats of synthetic enamel. The entire work shall be done as per
the instructions of Engineer-in-charge or his authorised representative.
Contractor shall provide for adequate manpower to complete the job
with a qualified supervisor. The job involves working at different
heights ranging from +4.0m to +30.0m. The contractor shall make
arrangements for necessary scaffoldings etc.
2.10 Scope of work for piping replacement jobs(item nos: 26 to 31, 55 of
TENDER NO.73268-0 73268-0
Page 19 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
17
BOQ )
The contractor shall carry out replacement of new pipe lines inclusive of
fitting, valves, flanges, fasteners etc & wherever required dismantling
of old lines has to be done by the contractor
All pipe lines supports & clamps shall be provided by the contractor at
site as per requirement. Necessary steel for the same shall be provided
free of cost by VSP.
After root run, thorough cleaning of the weld point shall be done & only
then additional layers shall be built. Welds shall be built up by multiple
leads and complete fusion & penetration shall be ensured
Hydraulic testing of the pipe lines shall be done as per requirement &
all points shall have to pass the test. Test equipment required to carry
out the testing shall be pro-vided by VSP free of cost.
Welding work shall be done by qualified welders having experience in piping
work.
For TIG welding jobs contractor shall deploy highly qualified and
experienced welder. All TIG welding joints shall be 100% radiographed
after welding. Any reworking of TIG welding joint after radiography on
account of poor workman-ship shall be to contractor's account and such
reweldings will not be accounted for measurements. TIG welding &
radiography are to be measured separately.
Fabrication of necessary bends / Tees required shall be carried out by the
contractor at site for higher sizes pipings.
All the jobs shall be carried out to the satisfaction of Engineer-in-charge
& he shall be the final authority for deciding the completion of job.
2.11 Scope of work for technological upkeep of ASU cold box
structures(item no 32 of BOQ)
a) All the cold box column beams and walkways structures to be inspected
thoroughly for each Air Separation Unit(ASU) once in 3 months and following
activities to be done.
b) The job :
Thorough cleaning if required manual/power brushing to be done.
All the water passage holes to be cleaned.
2.12Scope of work for TIG welding of SS / CS piping & radiography of piping
(item no. 33 & 34 of BOQ)
For item no.33 :
a) Welding work shall be done by qualified welders having experience in
piping work.
b) All TIG welding joints shall be 100 % radiographed. After welding if any
reworking of TIG welding joint after radiography on account of poor
workmanship shall be to contractor's account and such rewelding will not be
TENDER NO.73268-0 73268-0
Page 20 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
18
accounted for measurement.
c) Price estimate is based on 2 nos of weld runs ( viz root run and build
up run ) of a joint. If more than 2 weld runs are to be made on a joint ,
accounting shall be done on prorata basis.
d) All the jobs shall be carried out to the satisfaction of the Engineer --
in -- charge and he shall be the final authority for deciding completion of
job.
For item no.34 :
a)Party has to carry out radiography of weld joints as per the instructions
of Engineer-I/C or his representative
b)Party shall take approval of Engineer-I/C before selecting external
agency for radiography jobs
c)Party shall submit films & reports of radiographed joint within 2 days
(maximum) of taking of radiography
Scope of work for item no. 35 & 36 :
For item no. 35 : Ultra sonic thickness measurement is to be carried out
for pipelines, structures, equipment as per the direction of VSP engineer.
Machine will be provided by VSP.
For item no.36 : Power brushing of sheeting / structurals / vessels /
piping etc to be done as per direction of VSP Engineer. Power brushing
machine , consumables ( buffing wheels ), safety appliances like gloves,
goggles etc are in contractor's scope.
3.0 TECHNOLOGICAL ASSISTANCE FOR UPKEEP OF HEAT EXCHANGERS OF UTILITIES
DEPT.
3.1 General :
The objective of the repair contract is to carry out the chemical
cleaning of the exchangers of centrifugal turbo-compressors, motor
coolers and chillers of utilities dept as per the detailed
scope/specification given herein.
3.2 Introduction :
3.2.1 Centrifugal turbo-compressors of different makes/capacities are
installed in utilities department handling various fluids like air,
nitrogen, oxygen. Each compressor is equipped with shell and tube type
heat exchangers for inter stage cooling and oil coolers for cooling
lubricating oil.
3.2.2 The compressor motors are provided with motor cooler (shell and tube
type exchanger).
3.2.3 Chillers of voltas/ Sulzer make are installed and these are
equipped with condensers/evaporators.
3.2.4 The compressors and motors are enclosed in noisehood arrangement from
acoustic point of view. The noisehood arrangement consists of panels and
TENDER NO.73268-0 73268-0
Page 21 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
19
20
its associated structure (both sides and top) with the panels either
clamped / bolted. The noisehood panels are to be completely removed
before the coolers are to taken out for chemical cleaning.
3.3 Scope of work :
3.3.1 For item no 37 and 38 of BOQ:
The noisehood panels and its supporting structure are to be
completely removed. (EOT crane with operator will be provided by VSP).
However in case of exigency the contractor shall have to arrange his own
crane operator.
3.3.2 For item nos. 39 to 49 of BOQ:
a) Follow the detailed procedure for chemical cleaning of heat
exchangers given in annexure-1A . Analysis of chemical strength is to be
carried out if required as per the direction of engineer or his authorized
representative. Cleaning/blowing of the tube outsides for all finned
exchangers with air & water assisting VSP personnel in repair of water
jackets, tube puncture and tube sheets like brushing, cleaning etc of tube
sheet & end cover. Thorough cleaning of exchanger shell, before fixing
back the tube bundle is to be carried out. If required, the shell is
to be flushed with water to remove chockage in drain valves etc.
Collection & disposal of used chemicals shall be in the scope of
contractor.
b) Assisting VSP persons with man power of all categories and equipments
required for all jobs related to the repair and preservation shall be in
contractor's scope. VSP will provide supervisor , co ordination and
consumables required for such repairs /preservations.
3.3.3 For item no 50 of BOQ :
a) Demister pad is to be dropped from position by removing SS bolts after
cooler bundle removal from the shell and is to be brought outside.
b) Demester pad is to be cleaned by dry air , water jet or by tapping with
wooden hammer as per the instructions of the site in charge and the
cleaning may be for number of cycles as per the condition of demester , as
directed by the site in charge.
c) After cleaning, demister is to be fixed back in position with SS J
bolts.
d) Demester seating area is to be repaired by buffing,painting and welding
as per the instructions of the site in charge.
4.1.1 For chemical cleaning jobs , chemicals and tanks with heaters are in
VSP scope. Pumps with hoses and fittings are in contractors scope.
Contractor should be able to deploy suficient no. of people, pumps etc to
carry out chemical cleaning activities simultaneously at 3 different
locations.Contractor has to deploy qualified and experienced workmen &
TENDER NO.73268-0 73268-0
Page 22 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
21
22
supervisors.
5.1.1 Contractor to deploy Man power to carry out the job in all the 3
shifts (round the clock operation as per instructions of engineer-
i/c.
5.1.2 Cutting of gaskets:- all gaskets to be cut & kept ready. Material
will be provided by VSP.
5.1.3 Any other item not mentioned but required for satisfactory
completion of job shall be in Contractor's scope.
6.0 SPECIAL CONDITIONS
6.1 For common S/D jobs
6.1.1 Deployment of welding machines/cutting set/grinding machines
Common shut down jobs:- Item sl no. 1 to 8 & 31 of BOQ are common shut
down jobs to be carried on the shut down day within the shut down period
of 4 to 8 hours as the case may be. For these jobs, contractor shall
mobilise minimum following numbers of equipments (which are minimum
estimates) on the shut down day to carry out all the shut down jobs.
Welding machines: 6 Nos. of which minimum 3 nos. shall be DC machines
Gas cutting sets : 4 nos.
Grinding machines 4 nos.
Sufficient manpower commensurate with the jobs on that day including 6
welders & 4 fitters shall be deployed.
6.1.2 For job sl.no: 5,6 & 31 of BOQ, TIG welder with radiography
grade welding shall be deployed. The welder will be tested at site by
Engineer-in-charge or his representative
6.2 For Capital repair jobs
6.2.1 For all the jobs of capital repairs, the contractor shall ensure
availability of minimum 3 nos. of welding machines of which one shall be
DC. During ASU capital repairs minimum 4 nos. welding machines, 4 welders
and 3 fitters are to be ensured.
6.3 For Chemical cleaning jobs
6.3.1 Contractor shall deploy minimum 3 sets of pumps & hoses arrangement
so as to carry out chemical cleaning of 3 exchangers simultaneously at
different locations.
6.3.2 The contractor shall ensure that the pumps & tank set up shall be
sufficient to take care of all exchangers as per boq.
6.3.3 The contractor shall employ competent persons for the purpose of
analysis if needed & shall be approved by engineer i/c.
6.3.4 The entire work shall be inspected by Engineer-I/c or his
representative for completion of descaling operation, passivation, testing,
lining up and same shall be entered in the format and necessary signatures
obtained.
TENDER NO.73268-0 73268-0
Page 23 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
23
24
25
26
7.0 SAFETY
7.1 FOR CAPITAL REPAIR JOBS AND COMMON SHUT DOWN JOBS OF CR-2008-09
7.1.1 All workmen shall be sent to safety department for safety
induction training programs and only the qualified persons shall be
allowed to work at site.
7.1.2 The use of all safety appliances required(helmets, goggles, safety
belts, boots, gloves etc.) and precautions required shall be ensured by the
contractor.
7.1.3 Only fully insulated electrode holders must be used by the welders
for welding work involved.
7.1.4 All workmen shall possess valid height pass.
7.1.5 Daily work permit should be taken from shift-in-charge before
starting the job.
7.1.6 Permit to work at height shall be obtained when working above 3.0
m height.
7.1.7 Smoking is strictly prohibited with in the premises of Air
Separation Plant &Acetylene plant.
7.2 For technological assistance for upkeep of heat exchangers of
utilities dept.
7.2.1 Contractor personnel shall have to undergo safety induction training
arranged by safety engg department before starting the job.
7.2.2 The contractor shall comply with all the safety rules of VSP for
contract personnel and shall also follow the safety instructions given
by engineer in-charge from time to time.
7.2.3 The contractor shall take all necessary precautions to protect the
nearby equipment from chemicals etc.
8.0 GENERAL:
8.1 All jobs from sl.no: 1 to 8 are shut down jobs during the common shut
down day. Piping jobs (sl no 26 to 31 is also expected during common s/d
day)
8.2 All jobs from sl.no 9 to 38 are to be carried out when the ASU is
taken for C.R. for a period of 20 days. All the jobs shall be done with
in the C.R period. The start of C.R will be intimated one week in
advance for mobilisation of man power.
8.3 Each motor cooler will have one pair (2 nos. Of coolers)
8.4 Any deviations from the proposed procedure shall be spelt out clearly.
8.5 Technical details of heat exchangers, if required can be taken from VSP
engineer.
PROCEDURE FOR CHEMICAL CLEANING OF HEAT EXCHANGERS( ITEM NOS 39 TO 49 )
9.1.0 Obtain the work permit for working on the heat exchanger to be
TENDER NO.73268-0 73268-0
Page 24 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
27
cleaned.2.1 For all heat exchangers wherein the chemical cleaning is to be
done in position, the water inlet,outlet bends removal & blanking of water
headers in the upstream side is to be done by the Contractor.
9.2.0 For exchangers wherein the exchangers cleaning is not done in
position the Contractor shall assist VSP in shifting the tube bundles.
9.3.0 Open both the end covers.
9.4.0 Inspect the exchanger tubes in presence of VSP engineer. Based on the
inspection,
VSP engineer will confirm the procedure to be followed for chemical
cleaning i.e. as per procedure -1 or Procedure-2 ( More fouled tubes will
be cleaned as per procedure-1 and less fouled tubes will be cleaned as
per procedure-2)
9.5.0 After inspection and confirmation of the procedure to be followed,
clean the tubes mechanically and get them inspected & cleared for putting
back end covers by VSP engineer.
9.6.0 Put back the end covers and connect the chemical cleaning set-up to
the heat exchanger.
9.7.0 Calculate the hold up volume of heat exchangers i.e. say ' M ' m3
with the help of technical data available with Engineers or his authorised
representative.
9.8.0 Fill the chemical cleaning tank with water and start water
circulation with pump. Continue the addition of water till the total
quantity of water added is 'M' m3. Ensure that there are no water
leakages in the circulating water system.
9.9.0 Break the lumps of sulphamic acid into small pieces. Add sulfamic
acid 100 X M Kgs slowly (1/2 hour approx.)
9.10.0 Raise the temperature of the sulfamic acid solution to 50 to 60 C
9.11.0 Minimum level of solution in the tank is to insured to protect
electric heater elements. Steam can be used for heating, wherever
available.
9.12.0 Period of circulation
TENDER NO.73268-0 73268-0
Page 25 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
28
9.12.1 Procedure-1
If the scaling is more and the engineer decides to add more sulfamic acid,
add 20 X M kgs of sulphamic acid after 6 hours of circulation and continue
circulation for 3 hours more after addition of sulphamic acid (total 9
hours).
9.12.2 Procedure-2
If the scaling is not more & the engineer decides not to add sulfamic acid
after 6 hrs, continue circulation for another 3 hrs (total 9 hours).
9.13.0 Then drain the sulfamic acid, clean the tank with fresh water.
Residues of all foreign materials are to be removed from the tank and
connecting piping.
9.14.0 Fill the circulation tank with fresh water & circulate fresh water
through heat exchanger.Continue the operation till the system is clean.
Addition and draining of water is to be done during circulation for better
cleaning of system.
9.15.0 Clean the tank with fresh water. Fill the tank with fresh
water and start water Circulation with pump. Continue the addition of
water till the total quantity of water added is 'M' m3. Add slowly 0.5 X M
Kgs sodium hydroxide into the water in the circulation tank. Continue the
circulation for 4 hrs after addition of sodium hydroxide. Ensure that
there are no leaks in the circulation system before addition of sodium
hydroxide.
9.16.0 Drain the sodium hydroxide solution and clean the tank with fresh
water. Residues of all foreign materials are to be removed from the tank &
connecting piping. Fill the tank with fresh water and start circulation of
water with pump. Continue the addition of water till the total quantity of
water added is 'M' m3. Add slowly 0.5 X M Kgs Trisodium phosphate into the
water in the circulation tank.
9.17.0 Circulate this solution for 8 hrs into the heat exchanger for
passivation of all surfaces.Minimum level of solution in the tank is to
be ensured to protect electric heater elements.Steam can be used for
heating ,wherever available.
9.18.0 End covers are to be opened for inspection ,manually cleaned/blown
with compressed air to dislodge loose scales and are to be boxed up after
inspection as per requirement of VSP engineer.
9.19.0 Hydraulic testing of exchanger is to be carried out as per
directions and instruction of VSP engineer.
TENDER NO.73268-0 73268-0
Page 26 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
29
30
9.20.0 Assisting in repair of end covers partition walls before starting
chemical cleaning, if required.
9.21.0 End covers gaskets are to be replaced before starting chemical
cleaning / after chemical cleaning depending on condition.
9.22.0 Special protective paints if any are to be applied before / after
chemical cleaning as per direction of VSP engineer, necessary surface
cleaning / power buffing is to be done. Application of special protective
paints is to be arranged by VSP.
9.23.0 End covers, connecting piping is also to be cleaned thoroughly
before boxing up.
9.24.0 Quantities of descalent (sulphamic acid), Sodium hydroxide, tri-
sodium phosphate to be added are to be decided by the VSP engineer each
time based on the holdup volume of system which includes the following
a) Circulation tank capacity and level to which the tank will be filled.
b) Volume of suction and discharge connections between pump, circulation
tank and exchanger to be cleaned.
c) Volume of exchanger tubes, dished end etc..
9.25.0 System is to be inspected for every 1/2 hour for leakages of water
and chemical solutions and inspected leakages are to be attended
immediately.
9.26.0 During fresh water circulation deaeration of exchanger is to be
ensured. After deaeration only, chemicals to the circulation tank shall be
added.
9.27.0 Cleaning procedure and quantity of chemicals etc,. may be ammended
based on the technical requirement at the discretion of the Engineer -in -
charge.
10.0 For item no.56 : Technological assistance for manual cleaning of heat
exchangers
Centrifugal turbo-compressors of different makes/capacities are installed
in utilities department handling various fluids like air, nitrogen, oxygen.
Each compressor is equipped with shell and tube type heat exchangers for
inter stage cooling and oil coolers for cooling lubricating oil.
The compressor motors are provided with motor cooler (shell and tube type
exchanger).
Chillers of Voltas/Sulzer/York/Carrier make are installed in Chilled Water
Plants / ASP and these are equipped with condensers/evaporators.
The scope of work for this item covers all the heat exchangers mentioned
TENDER NO.73268-0 73268-0
Page 27 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
31
32
above.
10.1 After taking shutdown, end covers are to be dropped and all tubes
chokage to be assessed in presence of VSP personnel. Tubes chokage to be
cleaned by manual brushing with nylon / metal brushes of suitable size(
brushes in VSP scope ) and all tubes opening to be made through with no
visible block / chokage. This is to be followed by air / water jet cleaning
of all tubes taking due care to avoid splashing of water etc on surrounding
equipment / panels /people etc. After confirming tubes cleaning is done to
the satisfaction of VSP personnel , the end covers are to be boxed up with
new gaskets. System normalistion / water charging will be done in
coordination with VSP personnel and leaks, if any, are to be rectified.
11.0 For item no. 57 : Technological assistance for leak identification in
heat exchangers and rectification by tubes blanking.
The scope of work for this item is applicable to the heat exchangers
mentioned below.
a) Gas and oil coolers of centrifugal turbo-compressors of different
makes/capacities installed in Utilities department handling various fluids
like air, nitrogen, oxygen. Each compressor is equipped with shell and tube
type heat exchangers for inter-stage cooling and oil coolers for cooling
lubricating oil.
b) Motor coolers (shell and tube type exchanger) of the main motors of
various centrigugal gas compressors of Utilities dept
c) Condensers / evaporators of Chillers of Voltas/Sulzer/York/Carrier make
installed in Chilled Water Plants / ASP.
11.1 After obtaining necessary work permit, the tube bundles of the heat
exchangers are to be removed from their shells and both sides end covers
are to be opened. All tubes are to be checked if they are are through or
not and if required to be made through by manual cleaning. The tube bundle
is to be placed on the testing bed for leak identification and all tubes
are to be tested one by one by pressurising each tube with air and
observing for any bubbles in the bundle kept immersed in water on the bed.
If any leak is identified the tube is to be marked for rectification. After
all tubes are tested in the presence of VSP personnel, the identified
leaking tubes are to be plugged on both sides with correct size copper
plugs ( supplied by VSP ) taking due care not to damage the adjacent tubes
while plugging the leaking tubes.
After plugging the damaged tubes , it is to be leak tested again in the
presesnce of VSP personnel and confirmed that no tube leaks are existing.
Hydraulic test at the pressure told by Engineer / his representative is to
TENDER NO.73268-0 73268-0
Page 28 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
33
34
be done and the pressure is to be held for the requisite period as
suggested by the Engineer without any drop. This will be witnessed by VSP
personnel. The end covers are to be then boxed up using new gaskets and
tube bundle to be inserted into the shell of the heat exchanger.
12.0 For item no.58 : Technological assistance for cleaning of impellers of
PAC's of CH-2
12.1 The job involves preparation / grinding of special tools required for
impeller cleaning, cleaning of impellers of all 4 stages and all back
plates manually using the special tools to the satisfaction of Engineer /
his representative.
13.0 The following equipment along with accessories / materials shall be
arranged by contractor for the purpose of carrying out the specified
contractual jobs and shall be taken back by them on completion of the
contract.
Welding machines,cables, welding shields, gas cutting sets , regulators
Grinding machines, machines for power brushing . All tools and tackles
including chain pulley blocks , slings etc required for carrying out the
jobs.
Ropes , ladders , hacksaw frames. All safety appliances like safety shoes
, helmets, goggles, safety belts, safety nets, gloves , welding shields,
nose masks, ear plugs etc, Pump sets, pipes, fittings, flanges, hoses etc
for chemical circulation and necessary tools & tackles. All
instruments/accessories like ph meter, ph paper, Chemical balance, burette,
pipette, test tubes, beakers etc as per requirement.
14.0 Sales tax Clause :
The scope of materials supply and consumables supply in the present
proposal are as follows :
a) Materials to be supplied by VSP ( free of cost ) :
14.1.1 Structural steel and sheetings
14.1.2 Fasteners , Cleaning agents like T C E ,Diesel ,Lubricants, Filters
and Mechanical Spares
14.1.3 All pipes , pipe fittings ,flanges,valves,dummies and gaskets.
14.1.4 Paints &paint brushes
14.1.5 The equipment for hydraulic testing.
14.1.6 All welding equipment , accessories required for TIG welding ( other
than DC welding machine)
14.1.7 Drilling machines
14.1.8 Plasma cutter with accessories
14.1.9 SS wire mesh for dryer repair
14.1.10 SS wire brush for SS welding
14.1.11 Chemicals required for carrying out chemical cleaning of heat
TENDER NO.73268-0 73268-0
Page 29 of 40 SIGNATURE OF THE TENDERER
SCOPE OF WORK TENDER NO :
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
35
exchangers
14.1.12 Tanks with heaters for chemical cleaning
14.1.13 Polythene sheet
b) Consumables to be supplied by VSP ( free of cost ) :
14.2.1 Compressed air , water , oxygen, Nitrogen,Argon and L P G
14.2.2 Welding electrodes
14.2.3 Consumables required for TIG welding
14.2.4 Drill bits
c) Materials to be supplied by contractor : Nil
d) Consumables to be supplied by Contractor : Nil
14.3.0 The deduction of sales tax shall be done as per the rules
prevailing from time to time.
14.4.0 The contractor shall provide manpower to collect steel /pipes /
spares etc from VSP(dept) stores and for return of unused materials to VSP
( dept ) stores.
The contractor shall ensure usage of ISI marked
regulators,hoses,nozzles,cutting torches,welding holders and cables for the
cutting and welding works.This must be adhered to strictly.
TENDER NO.73268-0 73268-0
Page 30 of 40 SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO : 73268Page 1 of 9
Common shutdown jobs, Capital repair jobs and Maintenance of Heat
Exchangers in Utilities Department of VISAKHAPATNAM Steel Plant
Work Desc :
516001RESP CODE :
1
2
3
4
5
6
Item
No.
Replacement of 200 NB
valves
Replacement of 300 NB
valves
Inspection/replacement
of Oxygen filter
elements of PRS-1
Replacement of 500 NB
valves
Replacement of 600 NB /
700 NB valves
Dismantling,
modification & erection
of PRS-1 branch piping
Item Description
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
Unit
Desc.
2.000
2.000
2.000
2.000
3.000
1.000
Quantity
2462.40
3690.92
6347.08
5939.11
7369.08
26547.60
Rate
(Rs.)
Amount
(Rs.)
4924.80
7381.84
12694.16
11878.22
22107.24
26547.60
DEPT NAME : UTILITIES ENGG DIVN : MECHANICAL
PROPOSAL NO : 515061340100
Rupees Two thousand four hundred sixty-two
and paise forty Only
Rupees Three thousand six hundred ninety and
paise ninety-two Only
Rupees Six thousand three hundred forty-seven
and paise eight Only
Rupees Five thousand nine hundred thirty-nine
and paise eleven Only
Rupees Seven thousand three hundred sixty-
nine and paise eight Only
Rupees Twenty-six thousand five hundred
forty-seven and paise sixty Only
Skilled
231.00 388.85
262.00 434.95
308.00 499.05
The BOQs are prepared on the basis of following rates.
UnSkilled
SemiSkilled
Min.Wage Rate VSP Rate
TENDER NO.73268-0 73268-0
Page 31 of 40 SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO : 73268Page 2 of 9
7
8
9
10
11
12
13
14
15
Oxygen service cleaning
& degreasing of seamless
piping size: 250 NB
Provision of
800nb/1000nb valve
Technological assistance
for upkeep of butterfly
control valves size
350NB to 500NB
Technological assistance
for upkeep of butterfly
control valves size
600NB to 700NB
Technological assistance
for upkeep of globe
control valves
Technological assistance
for upkeep of demister
of E10/E11 towers
Dismantling & fixing
back of trays of Air
water tower E10
Dismantling & fixing
back of trays of
Nitrogen water tower E11
Cleaning of trays of
E10/E11
METRE
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
60.000
1.000
2.000
2.000
3.000
2.000
1.000
1.000
2.000
156.12
9565.17
5449.23
6811.53
1704.87
5449.23
9183.11
6559.37
2960.56
9367.20
9565.17
10898.46
13623.06
5114.61
10898.46
9183.11
6559.37
5921.12
Rupees One hundred fifty-six and paise twelve
Only
Rupees Nine thousand five hundred sixty-five
and paise seventeen Only
Rupees Five thousand four hundred forty-nine
and paise twenty-three Only
Rupees Six thousand eight hundred eleven and
paise fifty-three Only
Rupees One thousand seven hundred four and
paise eighty-seven Only
Rupees Five thousand four hundred forty-nine
and paise twenty-three Only
Rupees Nine thousand one hundred eighty-three
and paise eleven Only
Rupees Six thousand five hundred fifty-nine
and paise thirty-seven Only
Rupees Two thousand nine hundred sixty and
TENDER NO.73268-0 73268-0
Page 32 of 40 SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO : 73268Page 3 of 9
16
17
18
19
20
21
22
23
Cleaning of internals of
E10/E11
Technological assistance
for upkeep of safety
valves
Technological assistance
for repair of adsorbed
beds of R01/R02 driers
Technological assistance
for removing,
repair/replacement &
fixing of SS mesh
between adsorbent beds
of driers R01/R02
Technological assistance
for upkeep of manual
valves size 15/20/25 mm
Technological assistance
for upkeep of manual
valves size 40/50/65 mm
Technological assistance
for upkeep of manual
valves size 80/100 mm
Technological assistance
for upkeep of manual
valves size 150 NB/200
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
2.000
30.000
2.000
2.000
30.000
30.000
15.000
5.000
1480.30
85.21
16172.48
4780.70
213.11
284.15
426.22
868.46
2960.60
2556.30
32344.96
9561.40
6393.30
8524.50
6393.30
4342.30
paise fifty-six Only
Rupees One thousand four hundred eighty and
paise thirty Only
Rupees Eighty-five and paise twenty-one Only
Rupees Sixteen thousand one hundred seventy-
two and paise forty-eight Only
Rupees Four thousand seven hundred eighty and
paise seventy Only
Rupees Two hundred thirteen and paise eleven
Only
Rupees Two hundred eighty-four and paise
fifteen Only
Rupees Four hundred twenty-six and paise
twenty-two Only
Rupees Eight hundred sixty-eight and paise
TENDER NO.73268-0 73268-0
Page 33 of 40 SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO : 73268Page 4 of 9
24
25
26
27
28
29
30
NB
Dismantling ,
fabricating and erecting
of structural sheeting
in air separation units
etc.,
Dismantling, fabricating
& erecting of structural
in Air separation plant
Dismantling & erecting
of 15/20/25 NB MS/ GI
piping for Chilled
water/air service
Dismantling & erecting
of 40 NB MS piping for
water/air service
Dismantling & erecting
of 50/65 NB MS/ SS
piping for oil/air/water
service
Dismantling & erecting
of 80 NB MS piping for
Chilled water service
Taking delivery of
material from dept.
stores.Provision of
utility lines by
erection & fixing in
position at
allelevations of
towers,trusels,bridges,b
METRIC
TONNE
METRIC
TONNE
Running
Meter
Running
Meter
Running
Meter
Running
Meter
Running
Meter
2.000
15.000
300.000
300.000
150.000
52.000
50.000
5441.79
4361.25
26.22
37.78
46.02
73.55
200.59
10883.58
65418.75
7866.00
11334.00
6903.00
3824.60
10029.50
forty-six Only
Rupees Five thousand four hundred forty-one
and paise seventy-nine Only
Rupees Four thousand three hundred sixty-one
and paise twenty-five Only
Rupees Twenty-six and paise twenty-two Only
Rupees Thirty-seven and paise seventy-eight
Only
Rupees Forty-six and paise two Only
Rupees Seventy-three and paise fifty-five
Only
Rupees Two hundred and paise fifty-nine Only
TENDER NO.73268-0 73268-0
Page 34 of 40 SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO : 73268Page 5 of 9
31
uildings etc. in open
yard within the shop and
underground
tunnels,pipes of
different sizes for
utility service complete
with fittings like
bends,reducers,flanges,e
xpansions loops,drain
pots ,drains,trap
stations ,vents,flow
mwters etc.including
dismantling of existing
pipe lines as
required.Jinting with
all jointing materials
,securing to supports
with suitable clamps
,hanger saddles ,sprig
supports,u bolts etc.
all as specified.all
material
,,tools,tackles,labour
complete as per scope of
work .size:150 nb pipes
Taking delivery of
material from dept.
stores.Provision of
utility lines by
erection & fixing in
position at
allelevations of
towers,trusels,bridges,b
uildings etc. in open
yard within the shop and
underground
tunnels,pipes of
different sizes for
utility service complete
with fittings like
bends,reducers,flanges,e
xpansions loops,drain
pots ,drains,trap
stations ,vents,flow
mwters etc.including
METRIC
TONNE
7.000 6359.63 44517.41
Rupees Six thousand three hundred fifty-nine
and paise sixty-three Only
TENDER NO.73268-0 73268-0
Page 35 of 40 SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO : 73268Page 6 of 9
32
33
34
35
36
37
dismantling of existing
pipe lines as
required.Jinting with
all jointing materials
,securing to supports
with suitable clamps
,hanger saddles ,sprig
supports,u bolts etc.
all as specified.all
material
,,tools,tackles,labour
complete as per scope of
work .size:above 200nb
and pto 600 nb pipes
Technological upkeep of
ASU cold box structural
& walk ways
TIG WELDING OF SS/CS
PIPING.
Radiography of CS/SS
piping
Ultrasonic thickness
measurement
Power buffing (brushing)
of sheeting/ structural
on tank done/ vessels/
piping etc.
Dismantling & fixing
back of motor noise hood
arrangement
NUMBER
INCH
Running
Meter
NUMBER
SQ.
METRE
NUMBER
6.000
85.000
3.000
765.000
120.000
12.000
3136.80
21.67
1197.70
31.47
86.47
1863.89
18820.80
1841.95
3593.10
24074.55
10376.40
22366.68
Rupees Three thousand one hundred thirty-six
and paise eighty Only
Rupees Twenty-one and paise sixty-seven Only
Rupees One thousand one hundred ninety-seven
and paise seventy Only
Rupees Thirty-one and paise forty-seven Only
Rupees Eighty-six and paise forty-seven Only
Rupees One thousand eight hundred sixty-three
and paise eighty-nine Only
TENDER NO.73268-0 73268-0
Page 36 of 40 SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO : 73268Page 7 of 9
38
39
40
41
42
43
44
45
46
Dismantling & fixing
back of compressor
noise hood arrangement
Chemical cleaning of FAC
gas cooler
Chemical cleaning of NC
gas cooler
Chemical cleaning of OC
gas cooler
Chemical cleaning of CH-
1 PAC gas cooler
Chemical cleaning of oil
coolers of FAC, NC, OC
Chemical cleaning of oil
coolers of CH-1 PACI
Chemical cleaning of
motor coolers of FAC,
NC, OC & PAC CH-1/II
Chemical cleaning of X01
condenser
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
NUMBER
PAIR
NUMBER
12.000
8.000
12.000
5.000
4.000
22.000
6.000
6.000
2.000
1863.89
15873.82
8838.27
6768.09
11274.92
6768.09
6168.20
12573.36
12573.36
22366.68
126990.56
106059.24
33840.45
45099.68
148897.98
37009.20
75440.16
25146.72
Rupees One thousand eight hundred sixty-three
and paise eighty-nine Only
Rupees Fifteen thousand eight hundred
seventy-three and paise eighty-two Only
Rupees Eight thousand eight hundred thirty-
eight and paise twenty-seven Only
Rupees Six thousand seven hundred sixty-eight
and paise nine Only
Rupees Eleven thousand two hundred seventy-
four and paise ninety-two Only
Rupees Six thousand seven hundred sixty-eight
and paise nine Only
Rupees Six thousand one hundred sixty-eight
and paise twenty Only
Rupees Twelve thousand five hundred seventy-
three and paise thirty-six Only
Rupees Twelve thousand five hundred seventy-
three and paise thirty-six Only
TENDER NO.73268-0 73268-0
Page 37 of 40 SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO : 73268Page 8 of 9
47
48
49
50
51
52
53
Chemical cleaning of X01
evaporator
Chemical cleaning of
Chiller evaporator
Chemical cleaning of
chiller condenser
Technological assistance
for upkeep of demesters
of FAC cooler
Misc repair jobs during
capital repair of ASU,
during common s/d,heat
exchanger tube leak
identification/
rectification
activities, temporary
fixing etc. by providing
man power skilled
Misc repair jobs during
capital repair of ASU,
during common s/d,heat
exchanger tube leak
identification/
rectification
activities, temporary
fixing etc. by providing
man power semi skilled
Misc repair jobs during
capital repair of ASU,
during common s/d,heat
exchanger tube leak
NUMBER
NUMBER
NUMBER
NUMBER
MAN DAY
MAN DAY
MAN DAY
2.000
2.000
2.000
12.000
375.000
100.000
500.000
12573.36
14223.68
14223.68
1897.39
499.05
434.95
388.85
25146.72
28447.36
28447.36
22768.68
187143.75
43495.00
194425.00
Rupees Twelve thousand five hundred seventy-
three and paise thirty-six Only
Rupees Fourteen thousand two hundred twenty-
three and paise sixty-eight Only
Rupees Fourteen thousand two hundred twenty-
three and paise sixty-eight Only
Rupees One thousand eight hundred ninety-
seven and paise thirty-nine Only
Rupees Four hundred ninety-nine and paise
five Only
Rupees Four hundred thirty-four and paise
ninety-five Only
Rupees Three hundred eighty-eight and paise
eighty-five Only
TENDER NO.73268-0 73268-0
Page 38 of 40 SIGNATURE OF THE TENDERER
REPORT ID:RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT BOQ REPORT
-----------------------------------------------------------------------------------------
TENDER NO : 73268Page 9 of 9
54
55
56
57
58
identification/
rectification
activities, temporary
fixing etc. by providing
man power un skilled
PROVISION OOF NEW VALVE
IN EXISTING PIPE LINE
SIZE:100NB
DISMANTLING AND ERECTION
OF 100NB MS PIPING FOR
CHILLED WATER/GAS/OIL
Technological assistance
for manual cleaning of
heat exchangers
Technological assistance
for leak identification
in heat exchangers and
rectification by tubes
blanking.
Technological assistance
for cleaning of
impellers of PACs of
Compressor House-2
NUMBER
METRE
NUMBER
NUMBER
NUMBER
3.000
50.000
5.000
3.000
3.000
1087.17
85.39
1640.95
4092.17
3322.77
3261.51
4269.50
8204.75
12276.51
9968.31
Rupees One thousand eighty-seven and paise
seventeen Only
Rupees Eighty-five and paise thirty-nine Only
Rupees One thousand six hundred forty and
paise ninety-five Only
Rupees Four thousand ninety-two and paise
seventeen Only
Rupees Three thousand three hundred twenty-
two and paise seventy-seven Only
1670296.52
Rupees Sixteen lakh seventy thousand two
hundred ninety-six and paise fifty-two Only
Signature of I/C Signature of HOD
TENDER NO.73268-0 73268-0
Page 39 of 40 SIGNATURE OF THE TENDERER
FORM’G’ RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT
WORKS CONTRACTS DEPARTMENT BILL OF QUANTITIES (BOQ)
1. The quantities indicated are approximate and may vary to a wide range. Payment shall be made as per the
actual work carried out at corresponding accepted rate. 2. Wherever old items are replaced for fixing new items, all related connections are to be made good for proper
functioning of new items. Dismantled / old items are to be handed over to the stores.
No. DESCRIPTION UNIT QTY. RATE (`.) AMOUNT (`.)
1.
As per the detailed Bill of Quantities enclosed in 10 (Ten) pages
ESTIMATED VALUE ………… (RUPEES SIXTEEN LAKHS SEVENTY THOUSAND TWO HUNDRED NINETY SIX AND PAISE FIFTY TWO ONLY)
16,70,296=52
TOTAL AMOUNT QUOTED IN FIGURES: Rs. _________________________________ TOTAL AMOUNT QUOTED IN WORDS: Rs. ___________________________________________________ ______________________________________________________________________________ only. Note: 1. Tenderer shall write their quoted offer both in WORDS and FIGURES. The quoted offer in
WORDS shall be in CAPITAL / BLOCK letters. 2. If there is discrepancy between the amount mentioned in FIGURES and the amount
mentioned in WORDS, the amount as mentioned in WORDS only shall be taken as the quotation of the tenderer.
3. THE ESTIMATE OF THIS TENDER IS BASED ON THE RINL / VSP APPROVED WAGE RATES, CONSEQUENT TO THE MINIMUM WAGE OF CONTRACT WORKER AS NOTIFIED BY THE REGIONAL LABOUR COMMISSIONER (CENTRAL), HYDERABAD, WHICH IS GIVEN BDLOW. IN CASE REVISION IN THE MINIMUM WAGES OF CONTRACT TAKES PLACE, ESCLATION DUE TO THIS SHALL BE PAYABLE TO THE CONTRACT AS PER THE ESCALATION FORMULA INDICATED IN THE SPECIAL CONDITIONS OF CONTRACT :
Name of the work : Common shut down jobs, Capital repair jobs and Maintenance of Heat Exchangers in Utilities Department of Visakhapatnam Steel Plant.
UNSKILLED WORKER
SEMI-SKILLED WORKER
SKILLED WORKER
RINL/VSP APPROVED RATE (IN RUPEES)
388=85 434=95 499=05 MINIMUM WAGES AS NOTIFIED BY THE ALC (CENTRAL) (IN RUPEES)
231=00 262=00 308=00
TENDER NO: 73268-0
TENDER NO.73268-0 73268-0
Page 40 of 40 SIGNATURE OF THE TENDERER