NOTICE INVITING TENDER (Domestic Competitive Bidding)
|
|
|
- Janice Maxwell
- 10 years ago
- Views:
Transcription
1 SJVN LTD. (A Joint Venture of Govt. of India and Govt. of Himachal Pradesh) (A Mini Ratna and Schedule A Company) (6X250MW Nathpa Jhakri Hydro Power Station) Procurement & Contract Department Jhakri. Dist. Shimla. H.P Phone ,275459,275106, Fax No ,234049, TIN No CIN No. L40101HP1988GOI NOTICE INVITING TENDER (Domestic Competitive Bidding) Open press tender enquiries under two part system through e-tendering are hereby invited from the bidders on behalf of SJVN Limited for Package-NJHPS-123(O&M) /2014- Repair of 01 Nos. Runner dismantled during annual maintenance of for the Nathpa Jhakri Hydro Power Station. Please visit websites or or to know further details & bid submission procedure w.e.f. 21/05/2014. Bid closing date (Last date and time for uploading of filled in bids) is 11/06/ :30 HRS (IST). The bid is to be submitted through e-tendering as Dy. General Manager, Procurement & Contract Deptt. NJHPS, SJVN LTD., Jhakri For wider publicity and awareness among the bidders, it is intimated that all open tenders having estimated cost more than 20.0 lacs only are published in the print media. For regular updates on all other open tenders having estimated cost below 20.0 lacs, please visit websites or & SAVE ENERGY FOR BENEFIT OF SELF & NATION SJVN/DGM/P&C/Package (W)-NJHPS-123 (O&M) / 2014: DATED:21/05/2014 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
2 Qualifying requirement for Repair of 01 No. Un-Coated Runners dismantled during annual maintenance of of 6 x 250MW NJHPS, Jhakri. This PQR is not applicable for those vendors who are enlisted/ registered for Repair of Runner under Package-043 ( O&M)/2009 and stand automatically qualified for this tender and these bidders will have to upload the copy of the registration letter issued by NJHPS, SJVN, Jhakri against the documents as asked below. This PQR is applicable only for those vendors who are not enlisted/ registered for Repair of Runner under Package-043 (O&M)/2009 and these bidders have to submit all the documents as required below. (A) Qualifying Requirements 1.0 Proven Experience: The bidder should have experience of having successfully carried out repair of at least one no. of Runner of Francis Turbine of capacity of 100 MW or above units or Runners having dimensions close to 2/3 Runner of NJHPS in the past ending last day of month previous to one in which applications are invited.the bidder should have proven independent capability to complete the job as per scope of work. The bidder must submit the certificates for the experience from their clients. 2.0 Financial Requirement: The Bidder must have an average annual turnover of 8, 14,058/- (Rupees Eight Lacs Fourteen Thousand Fifty Eight only) during last three years ending 31 st March of previous financial year. 3.0 The Bidder should have successfully carried out Repair of Runner/similar work (similar work i.e. Successful repair of any other underwater components of Francis turbine) as per any of the following criteria, during last 7 years ending last day of month previous to one in which applications are invited: (a) The Bidder should have carried out the 3 similar works valuing not less than 10, 85,410/- (Rupees Ten Lacs Eighty Five Thousand Four Hundred Ten Only) each. Or Registered & Corporate (b) (c) 2 similar completed works, valuing not less than 13, 56,763/- (Rupees Thirteen Lacs Fifty Six Thousand Seven Hundred Sixty Three Only) each. Or 1 similar completed work, valuing not less than 21, 70,821/- (Rupees Twenty One Lacs Seventy Thousand Eight Hundred Twenty One Only). PQR-PKG (W)-NJHPS-123-Repair of 01 No. of Runners Page 1 of 3 Liaison/Coordination Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14 1
3 (B) General Conditions of qualifications: 1. Any kind of subcontracting including joint ventures, consortium formation, associates or group formation to fulfill the qualifying requirements of this tender will disqualify the Bidder i.e. the qualifying requirement at (A) 1.0 to 3.0 must be met by the bidder independently. 2. Bidder possesses independent PAN Code number and must submit/ upload the copy of the same. 3. Bidder must be registered with service tax department (If applicable) and must submit/ upload the copy of the same. 4. Detailed scope of work has been described in other sections of bidding documents. 5. SJVN Ltd. reserves the right to cancel / withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision. 6. Notwithstanding anything stated above, SJVN Ltd. reserves the right to assess the Bidder s capability and capacity to perform the contract satisfactorily, should the circumstances warrant such assessment in the overall interest of SJVN. 7. The above stated requirements are minimum and the owner reserves the right to request for any additional information and also reserves the right to reject the proposal of any bidder, if in the opinion of the owner, the qualification data is incomplete or the bidder if found not qualified to satisfactorily perform the works. 8. Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details / documents furnished by them and found to be techno- commercial responsive. 9. The Bidders shall submit/upload an undertaking in the format enclosed at Annexure-I. Registered & Corporate PQR-PKG (W)-NJHPS-123-Repair of 01 No. of Runners Page 2 of 3 Liaison/Coordination Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14 2
4 SJVN Ltd. Annexure-1 Under Taking From Bidder 1.1 We are qualified under clause Proven Experience ( 1.0 to 3.0) of the qualifying requirements. 1.2We have carried out the repair of at least one runner as per sr.no. 1.0 of the PQR. 1.3 We confirm having carried out the followings contracts for Repair of Runner/ repair of other underwater components : Name and Address of Client Details of work executed Order No. & Date Date of Completion Order Value Copy of order along with completion certificate & TDS certificate Enclosed These details are to be furnished in Schedule-4 of Techno commercial part of the bid. Remarks:- The bidder must submit the copies of LOAs / work orders / agreements along with the satisfactory completion certificate from the end users and in the case the LOAs / work orders / agreements are from the private company(ies) / firm(s), then copy(ies) of TDS for the same are also to be submitted along with the satisfactory completion certificate. Registered & Corporate PQR-PKG (W)-NJHPS-123-Repair of 01 No. of Runners Page 3 of 3 Liaison/Coordination Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14 3
5 1.0 DEFINITIONS GENERAL CONDITIONS OF CONTRACT (GCC) 1.1 In this Contract, the following terms shall be interpreted as indicated: (a) (b) (c) (d) (e) "The Contract" means the Contract Agreement entered between the Owner and the Contractor, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein. "The Contract Price" means the price payable to the Contractor under the Contract for the full and proper performance of its contractual obligations. "The Services" means all those services necessary for the completion of the work, including testing and any other incidental services etc. and other such obligations of the Contractor covered under the Contract. "The Owner" means the SJVN Limited. "The Contractor" means the individual or firm carrying out the complete scope of work under this Contract. 2.0 CONTRACT PERFORMANCE SECURITY/ GUARANTEE: 2.1 Within five (05) days of receipt of the notification of Contract award, the successful Bidder shall furnish to the Owner, an unconditional performance security for ten percent (10%) of the Contract Price with validity up to sixty (60) days after the expiry of guarantee period/ defect liability period as contract security. 2.2 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractor's failure to complete its obligations under the Contract. 2.3 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee issued preferably by a nationalized or By any reputed Bank (As per list enclosed), acceptable to the Owner or in the form of FDR/TDR (pledged in the favour of the owner) etc. 2.4 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of guarantee period of all the equipment supplied under the contract. 2.5 The % shall be charged on delay period for breach in timely submission of CPG/ initial security deposit without prejudice to right of SJVN to other remedies available under the contract. GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair of 01 No. Runner dismantled during APM Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14 Page 1 of 8
6 2.6 The NSIC/MSE units are not exempted from submission of the Contract Performance Security/ Guarantee. 3.0 GUARANTEE : 3.1 The reclaimed one no. of runner will be guaranteed in the normal working condition with allowable wear and tear for 12 months of satisfactory performance from the date of installation or 18 months from the date of work completion whichever comes first. In case of any problem within the guarantee period due to poor workmanship and the consumable used, the same will be rectified free of cost at SJVN project site as necessary. 4.0 PAYMENT TERMS: % payment along with 100% taxes & duties on successfully completion of repair of the Runner shall be made on submission of followings documents to EIC for verification: (i) (ii) (iii) (iv) (v) (vi) (vii) (viii) Invoices in triplicate. Bill duly verified by the concerned EIC or his authorized representative. Photocopy of unconditional acceptance of Letter of Award. Photocopy of Contract Performance Guarantee equivalent to 10% of total contract value valid up to 60 days after expiry of Guarantee period. Photocopy of PAN Card. Photocopy of TIN No. Photocopy of Service Tax Registration No. Copy of satisfactory work completion Certificate issued by EIC or his authorized representative on completion of identified repair work activity for which payment is claimed. 4.2 The service tax shall be paid by SJVN to the bidder as per service tax notification no. 30/2012-service tax dated & notification no. 24/2012 dated 06/06/2012.The Service tax shall be reimbursed on submission of following information/documents along with bids:- a) Name, Address Contact Details (Tel.No. etc.) of service provider. b) Service Tax No. of service provider. c) PAN No. of Service Provider. d) Service Tax Invoice Number. e) Gross Amount of the Services. f) Service tax amount 4.3 The payment shall be released through electronic fund transfer and hence you are requested to give your bank account detail along with IFSC/RTGS code of your bank branch. The required detail is to be filled in Schedule-3- General Information and Bank Account Detail. Bank charges if any, shall be borne by you. The details to be submitted in the schedule as enclosed. 4.4 This however, shall not be linked with liability of the contractor to pay wages to his worker as per provisions of wages act. The contractor shall make payment to the workmen hired by him for this job by 7 th of each month. In case of his failure GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair of 01 No. Runner dismantled during APM Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14 Page 2 of 8
7 to do so, EIC shall make direct payment to the workmen hired by him and shall recover the payments so made by SJVN from the pending dues of the contractor alongwith 25% cost as SJVN, over head. 5.0 Penalty *Penalty equivalent to 0.5% per day subject to a maximum of 10% of the contract value for delay in completion of work from the work schedule of Runner. 6.0 TAX DEDUCTION AT SOURCE & WCT: SJVN Ltd. shall be entitled to make all deduction towards taxes from the payments to be made to the contractor as may be mandatory as per Income Tax Act,1961 & HP VAT Act,2005 respectively. However SJVN shall give a statement in respect of such deductions to the contractor. Remarks: - Successful bidder in his own interest shall have to register himself/firm/company under the HP VAT Act-2005 with the Excise and Taxation Deptt. H.P. 7.0 FORCE MAJEURE: 7.1 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to complete the work within time specified for all or any part of the equipment due to the act of God, war declared or undeclared, acts of public enemy, riots, civil commotion, invasion, insurrection, sabotage, acts of restraint of Government, federal, state or municipal action or regulation, fire, flood, hurricanes, accidents, epidemic, quarantine, restrictions, or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes, contingencies or circumstances not subject to their control, whether of a similar or dissimilar nature which prevents the Contractor from completion of work. Any such cause or delays even though not existing on the date of the contract on or the date of start of work shall extend the time of performance automatically by length of delays occasioned thereby, including delay reasonably incidental to the resumption of normal work even though such case may occur after performance of firm s obligation has been delayed for the other causes. 7.2 If a Force Majeure situation arises, the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof. Unless otherwise directed by the Owner in writing, the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. 8.0 TAXES AND DUTIES: GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair of 01 No. Runner dismantled during APM Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14 Page 3 of 8
8 i) The contractor shall bear and pay all taxes, duties, fees and other impositions as may be levied under applicable law, the amount of which is deemed to have been included in the contract price. ii) As regards the Income Tax, Surcharge on Income tax any other Tax such as Corporate Tax etc., SJVN shall not bear any Tax liability whatsoever. The contractor shall be liable and responsible for payment of such Tax if attracted under the provisions of law present or future and SJVN will make deductions at source as applicable. 9.0 INSURANCE: 9.1 Any loss or damage to the plant and equipment or person during handling transportation, storage, repairing, and all activities, and any accident or death of persons due to negligence on the part of the contractor shall be to the bidder s account for all risks. The successful Bidder shall be responsible for preferring of all claims and make good the damages or loss by way of repairs and/ or replacement of plant and equipment damaged or lost. Notwithstanding the extent of insurance cover and the amount of claim available from the underwriter, the successful bidder shall be liable to make good the full replacement/rectification of all the equipment and material and to ensure their availability as per the project requirement/ without additional financial liability to SJVN TERMINATION OF CONTRACT ON CONTRACTOR'S DEFAULT: 10.1 The Owner, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Contractor, may terminate this Contract in whole or in part: (a) (b) (c) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract, or within any extension thereof granted by the Owner. if the Contractor fails to perform any other obligation(s) under the Contract. If the Contractor, in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this Clause: "corrupt practice" means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution. "fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition". GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair of 01 No. Runner dismantled during APM Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14 Page 4 of 8
9 10.2 In the event the Owner terminates the Contract in whole or in part, the Owner may procure / get repaired, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered / un-repaired, and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services. However, the Contractor shall continue performance of the Contract to the extent not terminated TERMINATION FOR INSOLVENCY: The Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Contractor, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner TERMINATION OF CONTRACT ON OWNER'S INITIATIVE: 12.1 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled "Contractor's Default" and "Outbreak of War". The Owner shall in such an event give thirty (30) days notice in writing to the Contractor of his decision to do so The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner, stop all further subcontracting or purchasing activity related to the work terminated, and assist the Owner in storage, maintenance, protection, and disposition of the works acquired under the contract by the Owner In the event of such a termination, the Contractor shall be paid equitable and reasonable compensation, as dictated by the circumstances prevalent at the time of termination SETTLEMENT OF DISPUTES: 13.1 Any dispute(s) or difference(s) arising out of or in connection with the Contract shall, to the extent possible in the first instance be resolved amicably between the Contractor and the Owner s engineer If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor, arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination, abandonment or breach of the Contract, it shall, in the first place, be referred to and settled by the Engineer, who within a period of ten (10 ) days after being requested by either party to do so, shall give written notice of his decision to the Owner and the Contractor Save as hereinafter provided, such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair of 01 No. Runner dismantled during APM Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14 Page 5 of 8
10 Contractor who shall comply with all such decisions, with all due diligence, whether he or the Owner requires arbitration as hereinafter provided or not If after the Engineer has given written notice of his decision to the parties, no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice, the said decision shall become final and binding on the parties In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision, or within ten (10) days after the expiry of the first mentioned period of ten (10) days, as the case may be, either party may require, by written notice to the other party, that the matters in dispute be referred to arbitration as hereinafter provided ARBITRATION: 14.1 All disputes or differences in respect of which the decision, if any, of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided In the event of the Contractor, that is to say a citizen and/or a permanent resident of India, a firm or a company duly registered or incorporated in India, the arbitration shall be conducted by three arbitrators, one each to be nominated by the contractor and the Owner and the third to be named by the President of Institution of Engineers, India. If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause, the President of the Institution of Engineers, India shall have the power at the request of either of the parties, to appoint the arbitrators. A certified copy of the said President making such an appointment shall be furnished to both the parties The arbitration shall be conducted in accordance with the provisions of the Arbitration & Conciliation Act, 1996 or any statutory modification thereof Arbitration(s) shall give reasoned award The decision of the majority of the arbitrators shall be final and binding upon the parties. The expenses of the arbitration shall be paid as may be determined by the arbitrators. The arbitrators may, from time to time with the consent of all the parties enlarge the time for making the award. In the event of any of the aforesaid arbitrators dying, neglecting, resigning of being unable to act for any reason, it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator The arbitrator shall have full powers to review and/or revise any decision, opinion, directions certification or valuation of the Engineer in consonance with the contract APPLICABLE LAW: GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair of 01 No. Runner dismantled during APM Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14 Page 6 of 8
11 15.1 The Contract shall be governed by and interpreted in accordance with the laws in force in India. The courts of Rampur shall have exclusive jurisdiction in all matters arising under the Contract NOTICES: 16.1 Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex, or facsimile and confirmed in writing to the other party's address specified in NIT/NIQ A notice shall be effective when delivered or on the notice's effective date, whichever is later DEPLOYMENT OF MANPOWER:- i) The contractor shall not deploy any person below the age of 18 years. ii) The workmen/supervisors shall be qualified and well versed in similar nature of work. iii) The Workmen/Supervisors are to be engaged shall be exclusively on contract basis and they shall have no right in any way for direct or indirect employment in SJVN. During the currency of contract and after its expiry or termination no employee of the contractor who has ever worked on contract against this work will be offered direct or indirect employment of SJVN Ltd. iv) The contractor will have to obtain necessary Gate Pass from CISF authority to enter into the project area for his workman / supervisor as-wellas vehicles deployed against this contract at his own cost. v) The contractor will comply with all acts/laws and other statutory provisions, rules, regulations and byelaws as are applicable or which might become applicable with regard to the performance of the work and engagement of the workers. vi) The Contractor is required to Pay minimum wages as circulated by central Govt./ by H.P. Govt. (whichever is higher) to all workmen hired by him for this job. vii) The Payment in respect of EPF and ESI contribution as applicable shall be made by the contractor and no additional liability on this account shall be borne by SJVN. viii) The contractor shall be responsible to ensure all safety measures during the work. In case any mishap, the contractor shall have to bear all financial liability. SJVN shall not bear any compensation or responsibility. ix) The contractor will have to make his own arrangement to reach Jhakri and for local conveyance during his stay at Jhakri or elsewhere during the execution of the contract. x) The contractor shall follow all labour law reticulation as applicable in H.P. xi) xii) xiii) The contractor shall follow basic requirements as per attached Annexure. The contractor or his authorized representative shall make himself available in the following designated areas/ offices, so that he can be given instructions about the job. The contractor shall apply for the photo gate pass to all labourers who are engaging for the work in the undertaking with their full residential address as GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair of 01 No. Runner dismantled during APM Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14 Page 7 of 8
12 xiv) xv) xvi) per form B. The form B shall be issued by P&A Deptt., NJHPS, SJVN Ltd. Jhakri. The character and antecedents of all the labourers are required to be verified through local police before engaging. The labourers of Nepal, Bangladesh, J&K and Tibet are required to be registered in the local police station before engaging by the contractor for work and their finger impression and photographs are required to be recorded in the local police station. The labour will not use a dangry, Army/police force colour while doing work CORRESPONDENCE: (i) (ii) All correspondence related to this work before award of the contract shall be addressed to DGM, Procurement & Contract Deptt, NJHPS, SJVN, Jhakri, Distt Shimla (H.P.), PIN PH No Fax: No All the correspondences after award of the contract shall be addressed to EIC of the work Engineer in Charge (EIC): The E.I.C of this contract shall be DGM (P/H Mech. Mtc.), NJHPS, SJVN, Jhakri, Distt Shimla (H.P.), PIN Phone No , Fax No Mobile No GCC- Pkg(W)-NJHPS-123(O&M)/2013-Repair of 01 No. Runner dismantled during APM Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14 Page 8 of 8
13 INSTRUCTIONS TO BIDDERS (ITB) The bids are invited using e-procurement mode, so please read the instructions carefully and upload the filled in bids as per requirement of bid documents. 1.0 General Instructions 1.1 The SJVN Limited, hereinafter called "SJVN Ltd." / "Owner" is a Joint Venture of Govt. of India and Govt. of Himachal Pradesh having its registered office at Himfed Building, New Shimla , have their Nathpa Jhakri Hydroelectric Power Plant with a capacity of 6x250 MW at Nathpa (Distt. Kinnaur) and Jhakri (Distt. Shimla) in the State of Himachal Pradesh, India. 1.2 SJVN Ltd. has issued an invitation to bid as enclosed and will receive bids as set forth in the accompanying Bid documents. 1.3 Bids cannot be uploaded after the time & date fixed for receipt of bids as set out in the Invitation of Bid. 1.4 SJVN Ltd. reserves the right to accept or reject any or all Bids without assigning any reason for such a decision. 1.5 All the cost and expenses incidental to preparation of the proposals, discussions and conferences, if any, including pre-award discussions with the Bidder, technical and other presentation including any demonstrations etc. shall be to the account of the Bidder and Owner shall bear no liability whatsoever on such costs and expenses. 1.6 The complete filled in bids and necessary scanned documents shall be uploaded at the mentioned address up to at 1230 hrs. The commercial bid shall be opened on at 1530 hrs. The bids cannot be uploaded / submitted later than at 1230 hrs. However, Price bid part of qualified & commercial responsive bidders shall be opened on subsequent date, for which the qualified bidders shall be informed separately. 1.7 Please note that bids in physical form shall not be entertained under any circumstances and are only to be submitted through e-tendering at DIGITAL SIGNATURES: The bidder should also have the Digital Signatures (Class IIA or higher) which are mandatory for security purpose. The digital signatures can be obtained from any of the authorized agencies in India. 1.9 The contract & procurement process through e-tendering/e-procurement system is in process at NJHPS, SJVN Jhakri and hence this tender is to be processed through e-tendering/e-procurement system. The bids are to be filled and submitted online. To participate in e-tendering/e-procurement, it is requested to register with our website https//:sjvn.abcprocure.com. The one year cost of registration on web site is Rs 2921/- (Rs 2600/- plus service tax ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 1 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
14 @ %) is payable directly to M/s e-procurement Technologies Ltd. The bidder should also have the Digital Signatures for security purpose. The detailed procedure for the registration is as under:- a. Go to the url: - In the home page click on vender Registration. b. Click on New Bidder s Registration link available on home page. c. You need to furnish individual details as well as of company details in registration form. d. After filling all mandatory fields, you need to click on submit button to complete the registration process. e. After submission of the form, the user id and password are generated in the form of Acknowledgement. f. The payment of annual registration fee amounting to Rs.2921/- is to be made through DD. g. The User ID will be activated after DD is received. Send the Acknowledgement copy and uploaded document below mentioned e- Mail ID. For Registration enquiry and to activate User ID please call abcprocure Help Desk Centre / 37 / 02 / 85 / 79 / 91 / 23 / 52 e- Mail ID [email protected] and [email protected] All the bidders are requested to get themselves registered well in advance to facilitate timely submission of the bid. In case bidders wait till last moment for uploading the bids and if any technical problem is encountered at that time, the bid closing date & time may elapse DIGITAL SIGNATURES: The bidder should also have the Digital Signatures which are mandatory for security purpose. The digital signatures can be obtained from any of the authorized agencies in India The vendors/contractor already registered with the old system will not be charged for one year. The vendor who have registered with the e- procurement portal of M/s ITI Ltd. up to 20/11/2013 need not to pay again to register on the new e-procurement portal for their current subscription year respectively. However, the vendors who have registered with the e- procurement portal of M/s ITI Ltd. on or after 21/11/2013 shall have to pay to register on new e-procurement portal as per the contract conditions. The vendors/contractor call to abcprocure helpdesk (Help Desk Centre / 37 / 02 / 85 / 79 / 91 / 23 / 52) and provide their old User ID/Company Name/mail id for activation Down loading Bid Documents: Bidder to access e-tender portal of SJVN ( to access NIT document, after completing registration formality and successful login vendor need to process for Tender Fee / Document Fee (if any) and after that bidder ca n download detailed tender document. Download Document link is available at the end of every tender notice along with access to Corrigendum Bid Submission: ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 2 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
15 (i) (ii) (iii) (iv) (v) (vi) (vii) (viii) (ix) (x) Bidder needs to login first on the tendering portal of SJVN (i.e. Search tender by filling necessary searching criteria after Login. After finding the tender on the screen, click on the Dashboard. Click on Declaration and then click on I Agree. Upload the scanned copy of Tender Fee (if any). Upload the scanned copy of EMD. Click on Prepare Bid and fill necessary Forms (Schedules). After filling Price Bid Form click on Final Encrypt. After filling all Forms & final Encryption of Price Bid click on Final Submission. After Final Submission bidder will get receipt of Final Submission of their Bid The link help manual and vendor help for submission of bids is also available on the website. For any assistance/ clarification for e tendering registration, submission of bid through e-tendering/ procurement, bidder may contact the following persons/ representatives of M/s abcprocure:- i.mr. Rakesh Panwar -M , [email protected] ii. Mr. Vismay Jagad -Ph , [email protected] iii. Ms. Vaishali Soni-Ph , [email protected] iv. Mr. Pradip Parmar-Ph [email protected] v.link Contact us available on the home page of https//:sjvn.abcprocure.com The above persons are to be contacted for help/ assistance related to e tendering registration, submission of bid through e-tendering only. For any other clarifications regarding the tender bidder may contact the following persons/ representatives of M/s SJVN:- (i) Sh. Rajeev Kapoor: Telephone No (E -mail ID : [email protected]) (ii) Sh. Ajay Kumar: Mobile No ( ID: [email protected]/ [email protected]) (iii) Sh. Rajesh Negi: Mobile No ( ID: [email protected]) 2.0 Plant Information The 1500 MW Nathpa Jhakri Hydroelectric Power Plant is located between Nathpa (Distt. Kinnaur) and Jhakri (Distt. Shimla) in the State of Himachal Pradesh. 3.0 Communication and Transport Limitation The Plant Site is located in the interior of Himachal Pradesh. The dam is located on the Sutlej River near village Nathpa in District Kinnaur. The underground power house is located near village Jhakri in District Shimla. Shimla, the capital of the State of Himachal Pradesh is enroute about 150Km ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 3 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
16 South-West from Jhakri. The distance by road from Jhakri to Nathpa upstream is about 45 Km (Approx.). The rail head (broad gauge) is at Kalka (NR). (Approx.) from Jhakri. Kalka is about 235 Km Approximate Distance from Kalka To Mumbai To Kolkata (i) By Rail (ii) By Road To Chennai The distance from Kalka to Delhi by road is 285 Km (approx.). From the Kalka rail head, the Project is approachable by the following roads/routes:- (i) Kalka - Dharampur - Solan - Shimla - Narkanda - Rampur - Jhakri (NH- 22). (ii) Kalka - Dharampur - Solan - Shimla - Dhalli - Basantpur - Rampur Jhakri. (iii) Kalka - Dharampur - Sabathu - Arki - Shalaghat - Dhami - Basantpur - Rampur - Jhakri. : 235 Km (Approx.) : 252 Km (Approx.) : 337 Km (Approx.) Transport Limitation The transport limitation by road from Kalka to the Plant Site at Jhakri would be the governing factor in respect of the permissible package size and weight. Bidder should consider all factors as can be envisaged for transportation of equipment to avoid and overcome the hindrances/ limitations on existing road on account of weather conditions and any other reasons without affecting the schedule. The project area is situated in earthquake zone IV as per BIS 1893(1984). Hence, the equipment shall have to be suitable to withstand safely and not to maloperate under earthquake forces corresponding to zone IV. 4.0 Minimum Qualifying Requirement 4.1 As per the Pre-Qualifying Requirements for the vendors who are not enlisted/ registered for Repair of Runners under Package-043 (O&M)/2009. These vendors will have to submit and upload all the documents as required in the PQR. 4.2 NIL for the vendors who are enlisted/ registered for Repair of Runners under Package-043 (O&M)/2009. These vendors will have to upload the copy of the registration letter issued by NJHPS, SJVN, Jhakri against the documents as asked in the PQR. 5 Scope of Proposal ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 4 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
17 5.1 Scope of work covers Repair of 01 (One) No. of Francis runner dismantled during annual maintenance at 6 x 250 MW NJHPS, Jhakri.The reference of the Runner to be repaired is as under:- Sr. Unit No. from which the Runner was Runner Remarks No. Dismantled during APM No. 1. Unit#2 201 Un Coated 30x Runners 5.2 The details of the work is elaborated in the Technical specifications and scope of work. The repair procedure for the runners is also enclosed. Bidder should note that one number of runner is available for their inspection to assess the extent of repair at Jhakri. 5.3 For co-ordination regarding inspection of the runner the bidder(s) are requested to contact DGM (P/H Mech. Mtc.), NJHPS, SJVN, Jhakri, Distt Shimla (H.P.), PIN Phone No , Fax No Mobile No The total price of the repair work should be quoted considering repair work as job work under works service contract and splitting of the prices between material & services is not allowed as no C form shall be issued by SJVN against this job. 5.5 The service tax should be quoted as per the service tax notification 24/2012 dated 6/6/12 & notification no.30/2012 dated 20/6/2012 i.e. the service tax shall be quoted on 70% of the total amount quoted for carrying out repair of each Runner. Total cost means repair cost excluding static balancing and transportation charges. Service tax on static balancing and transportation charges is to be quoted as per applicable rate. 5.6 No sub-contracting for complete work shall be permitted. 5.7 The bidder is advised to visit and examine the site of the work and its surroundings and obtain for himself, on his own responsibility all information that may be necessary for preparing the bid and entering in to contract. The cost of visiting the site shall be at bidder s own expenses. 6 Quality Assurance Programme 6.1 The Quality Assurance Program is provided in the Technical Specification clause no The detailed QAP is attached. 6.2 Any other activities, not mentioned above, but necessary for rebuilding / reclaiming the runners shall be carried out as per the directions of SJVN. 7 Cost of Bidding The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Owner will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 5 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
18 8 The Bidder is expected to examine all instruction, forms, terms, specifications, and other information in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidder's risk and may result in rejection of its bid. 9 Amendment of Bidding Documents 9.1 At any time prior to the deadline for submission of bids, the Owner may, for any reason, whether at its own initiative, or in response to a clarification requested by a prospective Bidder, amend the bidding documents. 9.2 The amendment will be notified in writing or by cable or through website (on and to all prospective Bidders that have received the bidding documents and will be binding on them. Bidders are required to immediately acknowledge receipt of any such amendment, and it will be assumed that the information contained therein has been taken into account by the Bidder in its bid. 9.3 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid, the Owner may, at its discretion, extend the deadline for the submission of bids. 9.4 After publishing of NIT in Newspaper, any amendment/ corrigendum shall not be published in any Newspaper. The amendment(s) of the NIT shall be put on our web-sites directly. The bidders who have not informed us about the download would be required to regularly visit our website for updating themselves about any amendments which may arise from time to time. It will be assumed that all the information contained/updated in the website has been taken into account by the Bidder in its bid. 10 Language of Bid The bid prepared by the Bidder and all correspondence and documents related to the bid exchanged by the Bidder and the Owner shall be written in English language. Any printed literature furnished by the bidder may also be written in English language. 11 Bid Security / Earnest Money deposit (EMD) 11.1 The bidder shall furnish, as part of its bid, a bid security in a sealed envelope amounting to 54,500/- (Rupees Fifty Four Thousand Five Hundred Only) The bid security shall, at the Bidder's option, be in the form of a crossed demand draft/pay order drawn in favour of the Owner (drawn in favour of NJHPS, SJVN Ltd.)/FDR/TDR (Pledged in the name of NJHPS, SJVN Ltd. under the seal & by the authorized signatory of issuing bank). The DD should be payable at following branches: ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 6 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
19 (i) State Bank of India Jhakri Branch Code (ii) State Bank of India Rampur Bushahar Branch code (iii) Punjab National Bank Rampur Bushahar Branch code (iv) UCO Bank Rampur Bushahar Branch code (v) HDFC Bank Rampur Bushahar Branch code 805 The EMD in the form of Local/ outstation Cheque, outstation Demand Drafts, BG is not acceptable The bid security shall be prepared and scanned copy of the same shall be uploaded at the designated place in web site. The EMD in physical form should reach preferably before the last date and time of submission of bid. If EMD does not reach in physical form within the period of techno commercial evaluation, the bid shall be considered as non responsive and price bid of such firms shall not be opened Micro or Small Enterprises (MSE) and NSIC registered firms are exempted from the submission of the EMD and must enclose (Upload scanned copy of the MSE / NSIC certificate) for the same products as in NIQ above. If the MSE/ NISC certificate does not contain the item/work as listed in our NIQ and no EMD is found enclosed, then SJVN may ask the bidder to submit the EMD as above with in the 10 days from such notifications, otherwise offer shall be rejected. The bidder is to be send the copy of the complete NSIC/MSE certificate by Fax/ /post with reference to the present tender The bid securities of unsuccessful bidders will be returned as promptly as possible, but not later than twenty-eight (28) days after the expiration of the bid validity period The bid security of the successful bidder will be returned when the bidder has furnished the required performance security No interest shall be payable by the Owner on the above Bid security The bid security may be forfeited (a) (b) (c) (d) (e) if the Bidder withdraws its bid during the period of bid validity specified by the Bidder in the Bid Form; if the Bidder does not accept the correction of its Bid Price; if the Bidder does not withdraw any deviations listed in Deviation Schedule at the cost of withdrawal indicated by him; if the Bidder refuses to withdraw, without any cost to the Owner, any deviation not listed in Deviation Schedule but found elsewhere in the bid; or in the case of a successful Bidder, if the Bidder fails within the specified time limit; (i) To accept the Letter of Award or ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 7 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
20 (ii) (iii) To furnish the required performance security. To start activities according to Work Completion Schedule. 12 Deviations Deviations, if any, from the terms and conditions of Bidding Documents or Technical Specifications including drawings shall be listed only in Deviation Schedule of the bid. The Bidder shall also provide the additional price, if any, for withdrawal of the deviations. Bidder may further note that except for deviations listed in Deviation Schedule, the bid shall be deemed to comply with all the requirement in the bidding documents and the bidders shall be required to comply with all such requirements of bidding documents and technical specifications and drawings without any extra cost to the Owner irrespective of any mention to the contrary, anywhere else in the bid, failing which the bid security of the Bidder may be forfeited. 13 Work Completion Schedule The time is the essence of the contract. The completion period for the entire scope of work from the date of placement of the order till handing over of the refurbished runner back at Power house to SJVN is as under:- For Uncoated 01 no. Runner Sr. No. Description Completion period in No. of days 1 Complete Mobilization to site from the 05 days date of placement of LOA 2. Completion of runner refurbishment work 45 days for each runner. Remarks: -. The runner shall be handed over to the contractor as per direction of EIC on the zero date or date of start. The decision of EIC shall be final in this regard. Bidder should Programme the work round the clock, seven (7) days a week including holidays to complete the work in stipulated time period. Bidders offering Work Completion Schedule of more than above mentioned table shall not be considered and their price bid will not be opened. However bidders may offer completion schedule less than as shown above. 14 Price Adjustment Data Not applicable being "FIRM" Price Contract. ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 8 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
21 15 Bid Prices Unless otherwise specified in the Technical Specifications, Bidders shall quote for the entire work on a "single responsibility" basis such that the total bid price covers all the Contractor's obligations mentioned in or to be reasonably inferred from the bidding documents. Bidders are required to quote the price for the commercial, contractual and technical obligations outlined in the bidding documents. Bidders shall give the required details and breakup of their prices as per Schedules specified. The Prices quoted by the Bidder shall be FIRM during the performance of the contract and not subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected. 16 Bid Currencies Bidders shall quote all prices in Indian Rupees only. 17 Period of Validity of Bid Bids shall remain valid for a period of 120 (One Hundred Twenty Days) days after the closing date prescribed by the Owner for the receipt of bids. A bid valid for a shorter period shall be rejected by the Owner as being nonresponsive. In exceptional circumstances, the Owner may solicit the Bidder's consent to an extension of the bid validity period. The request and responses thereto shall be made in writing or by cable/fax. If a Bidder accepts to prolong the period of validity, the bid security shall also be suitably extended. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request will not be required nor permitted to modify its bid. 18 BID PROPOSAL SHEETS (BPS) The Bidder shall furnish / complete all the appropriate Schedules / data required as per the bidding documents available at 19 FORMAT AND SIGNING OF BID The Bid must contain the name, residence and place of business of the person or persons making the Bid and must be digitally signed. The name of all persons signing should also be mentioned at appropriate place. Bid by Corporation / Company must be digitally signed with the legal name of the Corporation / Company by the President, Managing Director, or by the Secretary or other person or persons authorized to bid on behalf of such Corporation / Company in the matter. ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 9 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
22 Bidder's name stated on the proposal shall be the exact legal name of the firm. All the requisite documents shall be scanned & uploaded along with bid. The hard copy of the documents shall also be posted as per details given in clause 32.0 so as to reach on or before the last date and time of submission of bid. If situation so warrants, SJVN Ltd./NJHPS may ask the bidders to produce original documents which were submitted as scanned copies along with bid for verification. 20 Submission of Bids The bids will be submitted electronically at designated places in various schedules. The complete bid document along with the schedules can be downloaded by the bidder through only after registration as explained above in clause 1.9. The bid is to be filled only in the in the schedules available on the web. The price schedules cannot be downloaded as they are to be filled online; however techno-commercial schedules & Bid Proposal sheet etc. are to be downloaded first and are to be uploaded again after filling the same. The bid is called under 02 parts as under:- A. Price Bid Part which consists of the followings schedules: (i) (i) Schedule-1 (Page 1 of 1) - Schedule of Prices Schedule-1(Page 2 of 2) - Schedule of Taxes and Duties B. Techno-commercial Bid Part which consists of the followings:- Bid Proposal Sheet Bid Security / Earnest Money deposit (EMD)/Copy of NSIC/ MSE certificate as per sr. no above. Cost of Tender Document/copy of NSIC/MSE certificate as per sr. no above. Undertaking as per sr. no below. The techno-commercial schedules to be filled are as under (i) Schedule-2 Page 1 of 1 Schedule of Deviations (ii) Schedule-3 Page 1 of 1 General Information and Bank Account Detail. (iii) Schedule-4 Page 1 of 1 Undertaking Remarks:-All above schedule are available in single excel sheet Techno commercial Schedules. The bidders have to fill the required information in the colored boxes only. ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 10 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
23 The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the O/o Dy. General Manager (P&C), SJVN Ltd., Jhakri, Distt. Shimla (H.P.) The Price Part will be opened electronically at same place only for those bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax / through about the time and date of price bid opening. The Owner further, reserves the right to reject any Bid which is not submitted according to the instructions stipulated above. After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax/ post/ as a proof for bid submission through e-tendering. 21 The cost of tender document is 1000/- (Rupees One Thousand Only) in the shape of Demand Draft in favour of owner (SJVN LTD.) payable at banks as per sr. no.11.2 and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid i.e. 12:30 Hrs. of The scanned copy of the cost of bid documents (DD) shall be uploaded in the designated place. The NSIC/MSE units are exempted from the submission of the Cost of Tender Document. 22 Late Bids No bid shall be received after last date and time of bid submission. 23 Withdrawal of Bids No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents. Withdrawal of a bid during this interval may result in the Bidder's forfeiture of its bid security / EMD. 24 Bid Opening and Evaluation The Owner will open all bids electronically in the presence of bidder's representatives who choose to attend the opening at the time, on the date and at the place specified in the NIT / NIQ. Bidder's representatives shall sign a register as proof of their attendance. In the event of the specified date for the opening of bids being declared a holiday for the Owner OR network problem, the bids will be opened at the appointed time on the next working day. No Mobile Phone will be permitted inside the bid opening room. Therefore, bidders should deposit Mobile Phones with Security gate at Reception. Bids will be evaluated for the complete scope of the work for the Repair of 01 No. of the Runner on single responsibility basis and FOR Jhakri basis including all taxes & duties. During the bid evaluation the SJVN liability ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 11 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
24 towards service tax shall also be loaded / considered as per service tax notification no.30/2012 dated 20/06/2012. No price preference shall be given to any bidder during bid evaluation. No cost loading will be carried out on account of lower completion period. However, the bidder can offer lower completion period than the scheduled completion period. Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance. The items for which bidder does not quote his price i.e. leaves the rate / amount column blank or simply puts a (-) mark or (*) mark or indicates NIL / NA no cost shall be considered for bid evaluation for these items, and for the purpose of award the value of such item shall be deemed to have been included in other quoted items. If the bidder does not agree to this consideration, his bid will be rejected and the bid guarantee may be forfeited. No price preference will be given to any bidder in the bid evaluation. 25 Clarification of Bids During bid evaluation, the Owner may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the price or substance of the bid shall be sought, offered or permitted. 26 Correction of Errors (Applicable to extent possible) A. The errors /discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item and/or sub-item and/or in the sub-total of a schedule and/or in the Grand total of a schedule and/or in the lump sum price of the package either due to discrepancy between figures and words and/or simple arithmetical error while adding and/or multiplying and /or due to wrong extension of unit rates etc. the error will be rectified and computed by SJVN as per the following method: (i) (ii) (iii) In case of discrepancy between figure and words the value specified in the words will be considered for computation. Firstly the unit rates in words will be considered for computation. In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents. (iv) In case error is due to wrong extension of quantities, the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount. The amounts will be computed as per the extension of amount on the basis of unit rates of individual item, sub-item, ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 12 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
25 sub-total of a schedule, grand total of a schedule and lump sum price of the package based on the above consideration. B. After computation of the amounts as above, the values as computed shall be considered for evaluation as well as for award. If the bidder does not accept the above consideration, his bid will be rejected and the Bid Security / EMD may be forfeited. C. The Owner's determination of a bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. If a bid is not substantially responsive, it will be rejected by the Owner, and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 27 Influencing the Owner No Bidder shall contact the Owner on any matter relating to its bid, from the time of the opening of bids to the time the contract is awarded. Any effort by a Bidder to influence the Owner in the Owner s bid evaluation, bid comparison or contract award decisions may result in rejection of the Bidder s bid. 28 Award of Contract The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid, further provided that the bidder is determined to be qualified to perform the contract satisfactorily. The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid, at the price shown for the deviation in Deviation schedule. In case the Bidder does not withdraw the deviations proposed by him, if any, at the cost of withdrawal stated in the bid, his bid will be rejected and bid security forfeited. Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule, which are accepted by the Owner, failing which the bid security of the Bidder may be forfeited. Award will be placed on L1 basis for substantially responsive bid on single responsibility basis for entire scope of work for the Repair of 01 (one) no. of the Runner. 29 Owner's Right to Accept Any Bid and to Reject Any Bids The Owner reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or bidders or any ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 13 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
26 obligation to inform the affected Bidder or bidders of the grounds for the Owner's action. 30 Notification of Award Prior to the expiration of the period of bid validity, the Owner will notify the successful Bidder in writing by registered letter or by cable, to be confirmed in writing by registered letter, that its bid has been accepted. The notification of award will constitute the formation of the contract. Upon the successful Bidder's furnishing of the performance security, the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security. 31 Corrupt or Fraudulent Practices A. The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract. In pursuance of this policy, the Owner: (a) defines, for the purposes of this provision, the terms set forth below as follows: (i) (ii) "corrupt practice" means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution; and "fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition; (b) (c) B will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question; will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a contract of the Owner. Furthermore, Bidders shall be aware of the provision stated in the "General Conditions of Contract". 32 Submission of documents by post: ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 14 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
27 The following documents in hard copy/original form sealed in envelop super scribed as Repair of Runner {Package(W)-NJHPS-123 (O&M)/2014} are to be sent through post :- (i) (ii) Documents required as per Qualifying Requirements. Earnest Money Deposit (In original) /Copy of NSIC/MSE certificate as per clause no. 11. (iii) Cost of tender document (In Original) /Copy of NSIC/MSE certificate as per clause no (iv) Undertaking form, duly signed by the bidder shall be uploaded along with the bid, the details of which are as per clause The scanned copies of above documents are to be uploaded on web must reach preferably before closing date and time as per the bidding document i.e. on or before :30 HRS. Any documents as asked or required are to be sent to the following address:- Dy. General Manager (DGM), Procurement and Contract Department, NJHPS, SJVN Ltd., Jhakri, Distt. Shimla (H.P.) Phone No Fax No / Any documents as asked or required like scanned copies of EMD & Cost of tender document (if any), copy of previous orders, dealership certificate etc. are to be uploaded at designated place at https//:sjvn.abcprocure.com. 33 Undertaking: 33.1 We have read carefully all the bidding documents and agreed to the conditions except for deviation taken clause wise in deviation schedule We have not changed the contents of the bidding documents We have quoted the prices after inspection of Runner No. 201 and undertaking (As per Annexure A below) for the same is submitted along with the bid 33.4 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge We have quoted the prices & service tax considering the repair work as job work under work service contract and splitting of the prices between material ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 15 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
28 & services is not allowed as no C form shall be issued by SJVN against this job We have quoted the service tax as per service tax notification no.30/2012 dated 20/6/2012. Further we have quoted the service tax vide notification no. 24/2012 dated 6/6/2012 i.e. in the present repair case the service tax is payable only on 70% of the total amount charged for the work contract i.e. on total cost quoted for carrying out the repair of one Runner. Total cost means repair cost excluding static balancing and transportation charges We have quoted service tax on static balancing and transportation charges as per applicable rate. ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 16 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
29 ANNEXURE-A UNDERTAKING TO BE SUBMITTED BY THE BIDDER BEFORE SUBMISSION OF BID TENDER/NIT NO.: NAME OF BIDDER: Address of the bidder: DATE OF VISIT TO POWER HOUSE NJHPS: I hereby certify that I have inspected the Runner No. thoroughly and have understood the job requirement. We are capable of repairing this runner to the requirement of technical specification Signature Name: Date: ITB-Pkg(W)-NJHPS-123(O&M)/2014-Repair of 01 No. Runner dismantled during APM Page 17 of 17 Registered & Corporate Himfed Building, New Shimla, Shimla (HP) PIN , Tel: ,490,521,741 Fax: Liaison/Coordination SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN , TELE: /17 FAX: /14
30 ANNEXURE BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE (To be stamped in accordance with Stamp Act) To Bank Guarantee No... Date... [Owner's Name & Address] Dear Sirs, In consideration of the SJVN LTD. (hereinafter referred to as the 'Owner,' which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators and assigns) having awarded to M/s... [Contractor's Name].. with its Registered/Head at.. (hereinafter referred to as the 'Contractor', which expression shall unless repugnant to the context or meaning thereof, include its successors administrators, executors and assigns), a Contract by issue of Owner's Notification of Award No... dated.. and the same having been unequivocally accepted by the Contractor, resulting in to a contract bearing No. dated. Valued at.. for and the Contractor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to.. (*).. % (. percent) of the said value of the Contract to the Owner. We.. [Name & Address of the Bank]... Having its Head at.. (hereinafter refer red to as the 'Bank', which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the Owner, on demand any and all monies payable by the contractor to the extent of... (*). as aforesaid at any time upto. (@) [days/month/year] without any demur, reservation, context, recourse or protest and/or without any reference to the Contractor. Any such demand made by the Owner on the Bank shall be conclusive and binding notwithstanding any difference between the Owner and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Owner and further agrees that the guarantee herein contained shall continue to be enforceable till the Owner discharges this guarantee. The Owner shall have the fullest liberty, without affecting in any way the liability of the Bank under this guarantee, from time to time to extend the time for performance of the Contract by the Contractor. The Owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractor, and to exercise the same at any time in
31 any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the Owner and the Contractor or any other course or remedy or security available to the Owner. The Bank shall not be released of its obligations under these presents by any exercise by the Owner of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission of commission on the part of the Owner or any other indulgence shown by the Owner or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the Bank. The Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and notwithstanding any security or other guarantee that the Owner may have in relation to the Contractor's liabilities. Not withstanding anything contained hereinabove our liability under this guarantee is restricted to. (*).. and it shall remain in force up to and including. (@) and shall be extended from time to time for such period (not exceeding one year), as may be desired by M/s.. [Contractor's Name]... on whose behalf this guarantee has been given. Dated this. day of at... WITNESS.. (Signature).. (Name) (Signature). (Name).... (Official Address) (Designation with Bank Stamp) Attorney as per Power of Attorney No Dated. Notes: 1. (*) this sum shall be ten percent (10%) of the Contract Price. (@) This date will be sixty (60) days beyond the guarantee period as specified in the Contract. 2. The stamp papers of appropriate value shall be purchased in the name of Guarantee issuing Bank.
32 THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT, 1934 [Sections 2(e) and 42] SCHEDULED BANKS STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd. Hyderabad Bihar State Co-operative Bank Ltd., Bihar Goa State Co-operative Bank Ltd., Panaji Gujarat State Co-operative Bank Ltd., Ahmedabad Haryana State Co-operative Apex Bank Ltd., Chandigarh Karnataka State Co-operative Apex Bank Ltd., Bangalore Kerala State Co-operative Bank Ltd., Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit, Bhopal Maharashtra State Co-operative Bank Ltd., Mumbai Orissa State Co-operative Bank Ltd., Bhubaneswar Pondicherry State Co-operative Bank Ltd. Pondicherry Punjab State Co-operative Bank Ltd., Chandigarh Rajasthan State Co-operative Bank Ltd., Jaipur Tamil Nadu State Apex Co-operative Bank Ltd., Chennai Uttar Pradesh Co-operative Bank Ltd., Lucknow West Bengal State Co-operative Bank Ltd., Kolkata
33 Urban Co-operative Banks A P Mahesh Co-operative Urban Bank Ltd., Hyderabad Abhyudaya Co-operative Bank Ltd., Mumbai Ahmedabad Mercantile Co-operative Bank Ltd., Ahmedabad Akola Janata Commercial Co-operative Bank Ltd., Akola Amanath Co-operative Bank Ltd., Bangalore Bassein Catholic Co-operative Bank Limited, Vasai Bharat Co-operative Bank (Mumbai) Ltd., Mumbai Bharati Sahakari Bank Ltd., Pune Bombay Mercantile Co-operative Bank Limited, Mumbai Charminar Co-operative Urban Bank Ltd., Hyderabad Citizen Credit Co-operative Bank Ltd., Mumbai Dombivli Nagari Sahakari Bank Ltd., Dombivli Greater Bombay Co-operative Bank Limited, Mumbai Indian Mercantile Co-operative Bank Ltd., Lucknow Jalgaon Janata Sahakari Bank Ltd., Jalgaon Janakalyan Sahakari Bank Ltd., Mumbai Janalaxmi Cooperative Bank Ltd., Nashik Janata Sahakari Bank Ltd., Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd., Ichalkaranji Kalupur Commercial Co-operative Bank Ltd., Ahmedabad. Kalyan Janata Sahakari Bank Ltd., Kalyan Kapol Cooperative Bank Ltd., Mumbai Karad Urban Co-operative Bank Ltd., Karad Madhavapura Mercantile Co-operative Bank Ltd., Ahmedabad Mahanagar Co-operative Bank Ltd., Mumbai Mapusa Urban Co-operative Bank of Goa Ltd., Mapusa Mehsana Urban Co-operative Bank Ltd., Mehsana N K G S B Co-operative Bank Ltd., Mumbai Nagar Urban Co-operative Bank Ltd., Ahmednagar Nagpur Nagrik Sahakari Bank Ltd., Nagpur New India Co-operative Bank Ltd., Mumbai Nutan Nagrik Sahakari Bank Ltd., Ahmedabad Parsik Janata Sahakari Bank Ltd., Thane Pravara Sahakari Bank Ltd., Loni Punjab & Maharashtra Co-operative Bank Ltd., Mumbai Rajkot Nagrik Sahakari Bank Ltd., Rajkot Rupee Co-operative Bank Ltd., Pune Sangli Urban Co-operative Bank Ltd., Sangli Saraswat Co-operative Bank Ltd., Mumbai Sardar Bhiladwala Pardi People's Co-operative Bank Ltd., Killa Pardi Shikshak Sahakari Bank Ltd., Nagpur Solapur Janata Sahakari Bank Ltd., Solapur Surat People's Co-operative Bank Ltd., Surat Thane Bharat Sahakari Bank Ltd., Thane Thane Janata Sahakari Bank Ltd., Thane The Akola Urban Co-operative Bank Ltd., Akola The Cosmos Co-operative Bank Ltd., Pune The Goa Urban Co-operative Bank Ltd., Panaji The Khamgaon Urban Co-operative Bank Ltd., Khamgaon The Nasik Merchant's Co-operative Bank Ltd., Nasik The Shamrao Vithal Co-operative Bank Ltd., Mumbai The Zoroastrian Co-operative Bank Ltd., Mumbai Vasavi Co-operative Urban Bank Limited, Hyderabad
34 State Bank of India State Bank of Bikaner & Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank SBI AND ASSOCIATES NATIONALISED BANKS OTHER PUBLIC SECTOR BANKS Industrial Development Bank of India Ltd. PRIVATE SECTOR BANKS Bank of Rajasthan Ltd. Catholic Syrian Bank Ltd. City Union Bank Ltd. Development Credit Bank Ltd. Dhanalakshmi Bank Ltd. Federal Bank Ltd. HDFC Bank Ltd. ICICI Bank Ltd. IndusInd Bank Ltd. ING Vysya Bank Ltd. Jammu and Kashmir Bank Ltd. Karnataka Bank Ltd. Karur Vysya Bank Ltd. Kotak Mahindra Bank Ltd. Lakshmi Vilas Bank Ltd. Nainital Bank Ltd. Ratnakar Bank Ltd. SBI Commercial International Bank Ltd. South Indian Bank Ltd. Tamilnad Mercantile Bank Ltd. Axis Bank Ltd. Yes Bank Ltd.
35 FOREIGN BANKS ABN Amro Bank N.V. Abu Dhabi Commercial Bank Ltd. American Express Banking Corporation Antwerp Diamond Bank N.V. Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait B.S.C. Bank of Ceylon Bank of Nova Scotia Bank of Tokyo Mitsubishi Ltd. Barclays Bank Plc. BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank N.A. Calyon Bank Deutsche Bank DBS Bank Ltd. The Hongkong and Shanghai Banking Corporation Ltd. J.P. Morgan Chase Bank N.A. Krung Thai Bank Public Company Ltd. Mashreq Bank p.s.c. Mizuho Corporate Bank Ltd. Oman International Bank S.A.O.G. Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd.
36 GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank, Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank, Kadapa (Andhra Pradesh) Aryavart Gramin Bank, Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank, Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank, Guwahati (Assam) Baitarani Gramya Bank, Baripada (Orissa) Ballia Kshetriya Gramin Bank, Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank, Berhampore (West Bengal) Baroda Gujarat Gramin Bank, Bharuch (Gujarat) Baroda Rajasthan Gramin Bank, Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank, Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank, Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank, Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank, Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank, Chikmagalur (Karnataka) Deccan Grameena Bank, Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank, Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank, Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank, Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank, Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank, Bhatinda (Punjab) Gurgaon Gramin Bank, Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank, Kota (Rajasthan) Haryana Gramin Bank, Rohtak (Haryana) Himachal Gramin Bank, Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank, Jaipur (Rajasthan) Jammu Rural Bank, Jammu Jhabua-Dhar Kshetriya Gramin Bank, Jhabua (Madhya Pradesh) Jharkhand Gramin Bank, Ranchi (Jharkhand) Kalinga Gramya Bank, Cuttack (Orissa) Kamraz Rural Bank, Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank, Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank, Varanasi (Uttar Pradesh) Khasi J Bank, Shillong (Meghalaya) Krishna Grameena Bank, Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank, Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank, Dhiphu (Assam) Lucknow Kshetriya Gramin Bank, Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank, Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank, Patna (Bihar) Mahakaushal Kshetriya Gramin Bank, Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank, Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank, Pali (Rajasthan) Manipur Rural Bank, Imphal (Manipur) Marathwada Gramin Bank, Nanded (Maharashtra) Mewar Aanchalik Gramin Bank, Udaipur (Rajasthan) Mizoram Rural Bank, Aizawl (Mizoram) Nagaland Rural Bank, Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank, Nainital (Uttaranchal) Narmada Malwa Gramin Bank, Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank, Kannur (Kerala) Pallavan Grama Bank, Salem (Tamil Nadu)
37 Pandyan Grama Bank, Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank, Howrah (West Bengal) Parvatiya Gramin Bank, Chamba (Himachal Pradesh) Pragathi Gramin Bank, Bellary (Karnataka) Prathama Bank, Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank, Kapurthala (Punjab) Purvanchal Gramin Bank, Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank, Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank, Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank, Rewa (Madhya Pradesh) Rushikulya Gramya Bank, Berhampur (Orissa) Samastipur Kshetriya Gramin Bank, Samastipur (Bihar) Saptagiri Grameena Bank, Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank, Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank, Rajkot (Gujarat) Sharda Gramin Bank, Satna (M.P.) Shreyas Gramin Bank, Aligarh (Uttar Pradesh) Solapur Gramin Bank, Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank, Ambikapur (Chhattisgarh) Tripura Gramin Bank, Agartala (Tripura) Triveni Kshetriya Gramin Bank, Orai (Uttar Pradesh) Utkal Gramya Bank, Bolangir (Orissa) Uttaranchal Gramin Bank, Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank, Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank, Muzaffarpur (Bihar) Vananchal Gramin Bank, Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank, Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank, Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank, Mandya (Karnataka) Wainganga Kshetriya Gramin Bank, Chandrapur (Maharashtra)
38 Special Condition of Contract 1. The work shall be carried as per procedure mentioned in the technical specification (Code M -001-S-001), repair procedure by GE Hydro, (Runner repair procedure), QAP, drawings D1-1 & D 1-2 and WPS (WPS 309Mo15, No: ) for 30 blade eroded runner to achieve nearly original profile/ contour as per drawings. The sketch of eroded runner showing area to be repaired is attached for reference. 2. For repair of broken blade of runner, the contractor shall supply blade segments made from martensite stainless steel (Cr16 5 Ni) and shall meet the material properties as per DIN Standard No. W (G-X5 Cr Ni Mo 165). The material will be heat treated to obtain a homogeneous and fine grained micro structure. The profile of runner blade segment shall be achieved through die forging or Plano milling machining and ground to correct shape as per existing runner profile. Material certificate /Test Certificate of the blade segment to be submitted for review. 3. Before & After reclamation of runner the contractor shall take weight of the runner at site in presence of authorised representative of SJVN. The necessary arrangements for weighing shall be made by the contractor. 4. Experienced manpower shall be deployed for completion of work with in completion schedule given in the contract. 5. For repair of inaccessible areas the special equipment, Tools & Plant as required shall be arranged by the contractor. 6. Fabrication/ Manufacturing of all required templates ( for weld deposits & finished contours) to ensure the required profile of runner & runner blades. Material for template fabrication or fixtures shall also be brought by the contractor. Also contractor needs to submit these templates for SJVN approval before start of repair work. 7. Before start of work the welding electrode sample shall be got tested from NABL /Govt. approved lab. And test certificate shall be submitted for review. 8. Balancing procedure to be submitted by contractor along with details of balancing equipments. 9. Hardness analysis to be carried out after repair. Hardness tester shall be made available by the contractor throughout the repair progress. 10. Pre-heat temperature and inter-pass temperature are to be maintained. Sufficient arrangement for measurement is to be made available by the contractor throughout the repair progress. 11. Post heat treatment to be carried out (if required) in consultation with SJVN. 12. The bidder before submitting the bid is advised to inspect the eroded runners to understand and acquaint himself for the extent of repair work and equipment requirement for the same. Undertaking in this regards shall be submitted with the bid in the enclosed format.
39 Code M-001-S-001 Sr. No. Documents Pages 1 Technical Specification 2-8 (TS) 2 Procedure Drawings D 1-1 & D WPS WPS 309Mo15 Page#1 &2/ QAP QA/NJ/R/1 Runner Reclamation at Site NJHPS, SJVN Ltd. Jhakri Prepared by Reviewed by Approved by
40 Code M-001-S-001 Technical Specifications Code M-001-S Scope of Work 1.1 Complete reclamation (Repair & Refurbishment) of Francis Turbine Runner each weighing approx 37 Tons of 250 MW of Nathpa Jhakri Hydroelectric Power Station including determination of the erosion/damage, NDT of the Runner including Die Penetration (DPT) testing to ascertain the extent of cracks / undercuts / pitting defects, welding and pre-heating as required, grinding of vital surface of the runner and runner full & half blades to achieve nearly original profile/contour, NDT (such as RT, UT and DPT as and where required as per the requirement of QAP), machining, testing & static balancing. 1.2 Transportation to designated place of repair and back to service bay. In case, no transportation of the runner is involved nothing shall be payable on account of the charges as mentioned for transportation in BOQ / in the break up of the contract price. 1.3 Static balancing of the runner at site including providing of additional weights of the identical material as required. 1.4 Sufficient manpower for reclamation of the runner shall be deployed for completing the work within the completion schedule. 1.5 Having all required tools, tackles, equipment etc. for repair, refurbishment and to carry out all required tests at site. 1.6 Fabrication/Manufacturing of all required templates to ensure the required profile of runner & runner blades. Sheets for template fabrication shall also be brought by the contractor. 1.7 If any problem is faced by SJVN during erection of runners or its trial run due to repair, the contractor shall rectify the defects noticed at his own cost at site. 1.8 Any other activities, not mentioned above, but necessary for rebuilding / reclaiming the runners shall be carried out as per the directions of EIC. 1.9 Dismantling of upper and lower rotating labyrinths and transportation of the same to O&M store in the facilities provided by SJVN.
41 Code M-001-S Relevant Documents: The following technical documents shall be the part of the contract and need to be followed: 2.1 Detail of material and drawing: S. No. Component Material Description International Standard Drawing No. 1. Runner *Stahl Eisen Werkstroffblatt Cr Ni 16.5 SEW* 410 W SEW* 400 W D 1-1 & D Documents: S. No. Document Reference No. 1 Procedure for Runner Repair WPS WPS 309Mo15 Page#1 &2/ QAP QA/NJ/R/1 3.0 Time Schedule: 3.1 The time is the essence of the contract. The completion period of the work shall reckon from the date of placement of order till handing over of the refurbished runner back at Power house: Sr. no. Description Completion period in No. of days 1 Complete Mobilization to site Within 5 days from the date of placement of LOA 2 Completion of runner 45 days for each runner refurbishment work 3 Total no. of days for completion of work 5 days+ 45 days = 50 days 4.0 Indemnity Bond and Insurance:
42 Code M-001-S The repair of the Runner (s) is to be undertaken within the project area and project premises. Indemnity bond and insurance for the runner shall not be required. 5.0 Technical Requirements: 5.1 For eroded Runner Repair, the procedure by GE Hydro, (runner repair procedure) shall be followed and WPS for 309 Mo-15 as a part of this specification shall be followed for the weld repair. 5.2 For repair of runners, welding electrodes shall be of grade 309 Mo15, vacuum packed of any of the following brands: (i) (ii) (iii) (iv) (v) (vi) (vii) (viii) D&H Scheron Electrodes Ltd. ESAB India Larsen & Toubro Ltd. (EUTECTIC) Advani Oerlikon Ltd.(ADOR) Philips India Ltd. Weld Alloy Products Ador Fontech Bohler 5.3 The use of Electrodes to be used in the work as mentioned as Clause No. 5.2 above are permitted if each dispatch lot is supported with satisfactory test / inspection report from any of the following independent test agencies in addition to manufacturer s own test reports :- (i) (ii) (iii) (iv) (v) (vi) Bureau Veritas Det Norske Veritas Indian Registrar of Shipping American Bureau of Shipping National Test House Llyods Register Asia 5.4 The following is also inclusive in the scope of work which is required to be carried out for complete reclamation a. Building up of outlet edge by preheating, welding and finally grinding to required profile/contour. If the blades are excessively thinned out /worn out/missing piece, in these areas, the contractor has to make replacement of the blade segments of the same profile & material of construction. Contractor shall achieve desired thickness in repaired blades. It must be ensured that after final grinding and finishing after weld repair there shall not be any unevenness in the contour and also surface transition shall be
43 Code M-001-S-001 smooth of same profile as in drawings. The finished repaired runner needs to be finally polished by the contractor. b. Rectification of cracks by gouging / grinding /welding/ NDT / Pre heating / post weld heat treatment (if required). c. Repair of internal surface of the skirt by weld deposits, grinding and polishing to achieve near design dimensions. d. Repair of water path surface of crown, skirt & of blades by welding and grinding or by grinding as required. e. Repair of eroded top surface of crown to achieve near design dimensions. f. Build up of skirt and crown to achieve fitting dimensions of the labyrinths. g. Build up of eroded / damaged blades near skirt. h. Grinding and polishing of water path surfaces. i. Machining of runner crown & skirt diameter by grinding to drawing dimensions. j. After repair, NDT and removable of defects to the satisfaction of representative of the EIC or to third party deputed by SJVN. k. Static balancing of runner, all necessary equipment, weights & welding etc. shall be provided/arranged by the contractor. The contractor shall also submit balancing procedure and details of the balancing equipment he intends to use. l. Metal chips generated during the machining of shall be the property of the contractor. 6.0 Quality Assurance Programme 6.1 The work shall be carried as per procedure mentioned in the technical specification. 6.2 The equipment, specified materials and works are subject to inspection by the representative of EIC or/and third party inspection agency deputed by EIC on the expenses of SJVN. 6.3 The in process works shall be carried in the surveillance of the representative of EIC. He will assess the quality of repair work being carried out and review the test reports as well as witnessing of tests. 6.4 The tests/inspections shall be conducted as per the relevant standards and approved QAP.
44 Code M-001-S The contractor needs to maintain relevant documents/standards and he should make them available to the representative of EIC or their third party inspection agency for inspection/ review etc. 6.6 Two copies of completed test reports / records/ documents as per the requirement of TS and QAP shall be furnished by the contractor in the bound folders. They should be duly marked with contract order number and contractor identification no. 6.7 Sampling & Testing of Electrodes i. At least 8 Nos. of Electrodes will be sampled from 5 Nos. of vacuum packed boxes at random out of each batch of electrodes as received at work place jointly by representative of EIC and contractor s representative. ii. iii. From the above sampled 8 Nos. Electrode, 4 Nos. of Electrodes will be selected by the Contractor and get tested in Govt approved/nabl lab and submit his report within a week and remaining 4 Nos. will be kept by representative of EIC for future testing if required. In case, any discrepancy is observed in the above reports, the use of these electrodes will be immediately stopped and matter will be referred to QA&I Department, Shimla for further instructions in this matter. 7.0 Basic Requirements: 7.1 The contractor has to observe all site norms applicable for the contractor and his deployed personnel s at worksite. (Employees; regular/ daily wages/ contract basis etc.). 7.2 NJHPS is ISO 9001:2000 Quality Management Systems, ISO Environment Management Systems and ISO Occupational Health and Safety Management System certified project. In line with the requirements of same, the Contractor needs to follow health, safety and environmental norms strictly while working within the premises of the company during the whole currency of the contract. 7.3 The contractor and/ or supervisor engaged by the contractor for the supervision of the work should be well aware of the safety & health practices and effective implementation. 7.4 The contractor should have sufficient variety and stock of suitable safety gears and its use by workmen should be ensured on all occasion.
45 Code M-001-S All the equipment deployed for the job should have proper safety guards. 7.6 Contractor needs to maintain an accident insurance policy for his workmen. In case of any accident, fatal or non fatal, he shall only be sole responsible. Any incident of accident in the workplace need to be intimated to EIC and project safety officer immediately. 7.7 The contractor and his employees shall follow Industrial/Project Security Norm strictly. The contractor or his authorized representative shall arrange all requisite documents for himself and for his employees or the machinery deployed by him from the Project Security Wing (P& A deptt. /CISF). Such documents are liable for scrutiny at any time. 7.8 All workmen deployed by contractor should be identifiable. Contractor workmen are required to bear identical dress / overall (except green) with the company name and logo on it. 7.9 All the requisite registers/ documents required under the labour / workmen law shall be maintained by the contractor and need to be produced if required. The list of such documents, provided along with the bid, needs to be maintained by the contractor. Failure to maintain such records and documentation, the contractor shall only be sole responsible. When desired by the EIC or his representative, contractor shall produce the same No drunken personnel shall be allowed to perform duties or approach the worksite. Such defaulters shall be taken seriously and dealt severely Cleanliness at and around the workplace need to be maintained through a good housekeeping. The contractor is required to use the bins for collection & disposable of the waste and sacks for storing metal chips outside work place. No littering at and around the worksite shall be permitted. If the contractor fails to do so he is liable to be penalized. The token penalty of Rs can be imposed by the EIC on such defaults. The representative of the EIC may record such default in the progress register. The EIC have sole discretion for imposing and recovery of token penalty Maintaining clean environment: i. The Contractor shall use exhaust blowers/ fans of suitable capacity for effective ventilation of the workplace.
46 Code M-001-S-001 ii. The environmental pollution due to welding fumes needs to be minimized by using Fume extractors of suitable capacity. 8.0 Facilities to be provided by SJVN Ltd. free of charges: 8.1 Electricity. Electricity at work site at single point for the reclamation (Repair & Refurbishment) of runner under the scope of works shall be made available. 8.2 EOT Crane facility within power house as well as transformer hall cavern shall be provided. If repair to be taken at workshop outside MAT the overhead gantry of 40 T can be used by the contractor. 8.3 Working space and space for storage of tools & tackles and other material etc. shall be made available. However, sheds may be required to be built up by contractor at his cost. 8.4 Shared accommodation for working personnel of the contractor (20 Nos.) will be provided by SJVN on chargeable basis subject to its availability as per terms & conditions of SJVN otherwise contractor has to arrange his own accommodation. For allotment of such accommodation from SJVN, contractor has to furnish written request to AGM (P&A), NJHPS through concerned EIC. Charges towards electricity consumed in the allotted accommodation are to be borne by the contractor. The damaged items by the contractor default shall be made good by the contractor. 8.5 Any damages to appliances /switch board/ sockets, machine & equipment including working space etc. or any item handed over to contractor in the working condition shall be repaired /replaced by the contractor at his cost. 8.6 Contractor has to remove his all machineries, tools etc. from the premises of the SJVN after completion of the work. Contractor has to furnish the certificate to EIC along with the final bill that damaged items on his faults have been made good and machineries and tools etc. has been removed from the SJVN premises.
47
48
49
50 g GE Hydro NATHPA JHAKRI Dokumenttype / Document Procedure Dok. nr. / Doc. No. Rev Procedure for Runner Repair due to Silt Erosion Side / Page 1 Sign. dato / Date av / of Retten til utnyttelse av denne beskrivelse tilhører GE Energy (Norway) AS og må ikke kopieres, utleveres eller forelegges uvedkommende uten tillatelse fra GE Energy. This document and the design is the property of GE Energy (Norway) AS and must not be used nor disclosed to any part without GE Energy's permission. 0 Ordre nr. / Order No Indeks / Index A150 Kunde / Customer SJVNL Anlegg / Site Nathpa Jhakri Prosj. dok. nr. / Proj. Doc. No. Filnavn / File Name (runner repair procedure).doc 1 OBJECTIVE The objective of this procedure is to give guidelines for repair of the silt eroded runners for the Nathpa Jhakri turbines. This procedure applies to repair of non-coated runners with partly extensive silt erosion. The procedure can also be used for coated runners provided the remaining coating is stripped off before start of repair work. 2 REPAIR PROCEDURE 2.1 General requirements Welders and welding operators shall be qualified according to NS-EN or other equivalent standards. Qualified welders shall carry out all welding on the guide vanes according to an approved WPS. WPS shall be qualified according to NS-EN or ASME IX. Recording of welders and welding operators shall be carried out. NDT-operators shall generally be qualified according to EN 473/NORDTEST - Level 2 or other equivalent standards (EN 473 /NORDTEST is equivalent to ASNT SNT-TC-1A). NDT shall be carried out according to a written procedure compatible with an internationally recognized standard such as ASME V, and the acceptance criteria specified. Full traceability for NDT records is required. Handling of welding consumables shall be according to procedure no , see Enclosure C. GEH Rev Microsoft Word Issued for use H.Aun 364 Rev. Dato / Date Beskrivelse / Description Sign. Avd. / Dept. Godkj. / Appr. R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\ (runner repair procedure).doc
51 g GE Hydro NATHPA JHAKRI Dokumenttype / Document Procedure Dok. nr. / Doc. No. Rev Procedure for Runner Repair due to Silt Erosion Side / Page 2 Sign. dato / Date av / of Retten til utnyttelse av denne beskrivelse tilhører GE Energy (Norway) AS og må ikke kopieres, utleveres eller forelegges uvedkommende uten tillatelse fra GE Energy. This document and the design is the property of GE Energy (Norway) AS and must not be used nor disclosed to any part without GE Energy's permission. 2.2 Silt eroded areas The areas with major silt erosion are shown in Figure 1 below. 0 Inlet cut back Eroded areas Figure 1: Areas with major silt erosion. GEH Rev Microsoft Word 2.3 Procedure Repair at inlet section The repair work shall be carried out according to the following procedure: 1. Map the extent of repair required (i.e. areas to be repair welded) for the crown, band and blade inlet edge. The inlet of blade against the crown does not require any repair welding as the intended cut back will remove the eroded areas. 2. Remove extrusions and other irregularities on the silt eroded areas to make the surface suitable for welding. Clean all surfaces to remove dust, grease etc. 3. Welding shall be carried out according to WPS , see Enclosure A. All eroded surfaces shall be rebuilt by welding to exceed the original surface. Welding sequence R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\ (runner repair procedure).doc
52 g GE Hydro NATHPA JHAKRI Dokumenttype / Document Procedure Dok. nr. / Doc. No. Rev Procedure for Runner Repair due to Silt Erosion Side / Page 3 Sign. dato / Date av / of Retten til utnyttelse av denne beskrivelse tilhører GE Energy (Norway) AS og må ikke kopieres, utleveres eller forelegges uvedkommende uten tillatelse fra GE Energy. This document and the design is the property of GE Energy (Norway) AS and must not be used nor disclosed to any part without GE Energy's permission. and method shall be selected to limit distortions. In general low heat input will limit distortions. 4. After welding all surfaces shall be checked if they have sufficient working allowance for the following finish grinding/machining. This shall be carried out by special templates. Moreover, all as welded surfaces shall be checked by PT and according to standard Acceptance criteria shall be according to standard , Class III.. 5. Finishing of the weld-repaired areas shall be carried out by grinding using special templates. For the outer diameter of the crown and band a special measurement tool shall be used for dimensional checking. Dimensions shall be according to drwg. no All finished surfaces shall be checked by PT and according to standard Acceptance criteria shall be according to standard , Class III. Repair at outlet section The repair work shall be carried out according to the following procedure: 1. If the runner has suffered from blade cracking, the missing blade part shall be welded first, see procedure no Map the extent of repair required (i.e. areas to be repair welded) for the blade and outlet area on the band, see Figure 1 above. For the blades special templates or alternatively thickness measurements shall be used. 3. Remove extrusions and other irregularities on the silt eroded areas to make the surface suitable for welding. Clean all surfaces to remove dust, grease etc. 4. Welding shall be carried out according to WPS , see Enclosure A. All eroded surfaces shall be rebuilt by welding to exceed the original surface. Welding sequence and method shall be selected to limit distortions. In general low heat input will limit distortions. This is especially important for repair of the blades due to their relatively low stiffness. For the blade repair welding the welding shall hence be carried out alternately on the pressure and suction side. Moreover, peening of each layer shall be done. Start/stop pieces shall preferably be used at the blade outlet against the band to limit risk for weld defects at the outlet edge. 5. All as welded surfaces shall be checked by PT and according to standard Acceptance criteria shall be according to standard , Class III. 6. Finishing of the repaired areas shall be done by grinding and using special templates to check the geometry. 7. All finished surfaces shall be checked by NDT as specified below: 0 GEH Rev Microsoft Word R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\ (runner repair procedure).doc
53 g GE Hydro NATHPA JHAKRI Dokumenttype / Document Procedure Dok. nr. / Doc. No. Rev Procedure for Runner Repair due to Silt Erosion Side / Page 4 Sign. dato / Date av / of Retten til utnyttelse av denne beskrivelse tilhører GE Energy (Norway) AS og må ikke kopieres, utleveres eller forelegges uvedkommende uten tillatelse fra GE Energy. This document and the design is the property of GE Energy (Norway) AS and must not be used nor disclosed to any part without GE Energy's permission. A. Blade area from outlet edge against the band and 125 mm inwards along the blade. The area is limited from the band surface to a distance 80 mm from the band surface. See blue area marked in Figure 1. Scope: 100% visual inspection (VI), dye penetrant inspection (PT) and radiographic testing (RT). Procedure: See standard , chapter 5.2. Acceptance criteria: VI: According to standard , Class I PT: According to standard , Class I for pressure side and Class II for suction side RT: According to standard , Class I B. Remaining part of the weld repaired areas Scope: 100% visual inspection (VI) and dye penetrant inspection (PT). Procedure: See standard , chapter 5.2. Acceptance criteria: VI: According to standard , Class III PT: According to standard , Class III 0 ENCLOSURES Enclosure A: WPS Enclosure B: Standard , rev. B Enclosure C: Procedure no GEH Rev Microsoft Word R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\ (runner repair procedure).doc
54 Prod.by: Project: Location: GE Hydro Nathpa Jhakri India CrNi L AC/DC 1G/PA See sketch Grinding Degreasing Base Metal G/PC 3G/PF K1 EN AWS A5.4 E 309L QT DC+ DC+ DC+ DC DC DC ASME IX Exam.body: Molab as 5,0 20, Rev.: 0 Welding processes SMAW(111) GTAW(141) FCAW(136) Shielding gas types 1 2 ARGON 3 Secure18(18%C02/82%A Weaving (yes/no) NO NO NO Purging gas type Welding positions Joint type Joint preparation Cleaning method Backing Single/double Back gouging Flux designation Flux handling Tungsten electrode Torch angle Stand off distance Nozzle diameter(s) Tack welding proc. Identification of parent metal Part I II Identification of filler metal Index L Welding parameters Pass no. 1 n 1 n 1 n 1 n 1 n 1 n 309LSi A A A B B C Heat treatment Preheat min: PWHT min: Remarks: Index 20 N/A Name/Grade Dia. [mm] Trade name o N/A AWS A.5.22 E309LT Ref.WPAR: /1 A AWS A ER 309LSi 2,50 SMAW ,20 SMAW ,00 SMAW ,00 GTAW ,40 GTAW ,20 FCAW o C o C Welding process max.: N/A 7121/0 5 One of the welding process or combination may be used. I WELDING PROCEDURE SPECIFICATION (WPS) Rev. mm mm V11350/012A C max: CE max: PCM max: II C max: CE max: Method: o Interpass temp. max.: C Heat treatment proc.: Temp. control: max.: mm max.: mm max.: mm TYPICAL REPAIR Wire feed speed [m/min] Client: Ref. spec.: Standard Current [A] Classification Voltage [V] Group o Min. 50 Current / Polarity Delivery cond. Equipment: Group Welding speed [mm/min] WPS no: Ref.: Date: Ref.stand.: Ref.Procedure Run out length [mm] Thickness range [mm] Filler handling Gas [l/min] ODD BUSCHMANN Approved PCM max: Diameter range [mm] 0,8 0,9 0,8 0,7 0,7 0,7 o o o C Soaking: min/mm Heating rate: C/h Cooling rate: C/h OB Heat Input [kj/mm] Additional info enclosed (Yes/No): Date/signature: 2,2 2,1 1,8 2,0 2,0 1,3 Index no: Page 1 of 1 Produced by WeldEye
55 g GE Hydro Dokumenttype/Document SVEISTE LØPEHJUL/ FABRICATED RUNNERS SVEISING OG NDT/ WELDING AND NDT Procedure Nr./No Side/Page av/of 1 14 Sign. dato/date Utført av/written by Godkjent av/approved by Rev. Bent Aspeli Hans Aunemo B INNHOLDSFORTEGNELSE 1.0 GENERELT 1.1 Omfang 1.2 Formål 1.3 Referanser 1.4 Forkortelser og definisjoner 1.5 Ansvar 2.0 PERSONELL 2.1 Sveisere og sveiseoperatører 2.2 NDT - operatører 3.0 SVEISEFUGER 4.0 SVEISING 4.1 Generelt 4.2 Sveisemetoder og tilsettmaterialer 4.3 Heftsveiser 4.4 Midlertidig påsveiste detaljer og løfteører 4.5 Forvarming og mellomstrengstemperatur 4.6 Produksjonssveising og rengjøring 4.7 Sveisereparasjoner 5.0 NDT 5.1 Kontrollomfang 5.2 Prosedyrer 5.3 Akseptkriterier Sveisens geometri Akseptklasser Retningslinjer 5.4 Rapportering og kontrollklasser 6 ENDRINGER 7 VEDLEGG TABLE OF CONTENTS 1.0 GENERAL 1.1 Scope 1.2 Purpose 1.3 References 1.4 Abbreviations and definitions 1.5 Responsibility 2.0 PERSONNEL 2.1 Welders and welding operators 2.2 NDT - operators 3.0 WELDING GROOVES 4.0 WELDING 4.1 General 4.2 Welding methods and consumables 4.3 Tack welds 4.4 Temporary attachments and lifting lugs 4.5 Preheating and interpass temperature 4.6 Fabrication welding and cleaning 4.7 Weld repairs 5.0 NDT 5.1 Extent of inspection 5.2 Procedures 5.3 Acceptance criteria Weld geometry Acceptance classes Guide-lines 5.4 Reporting and inspection classes 6 CHANGES 7 ENCLOSURE doc
56 g GE Hydro Dokumenttype/Document SVEISTE LØPEHJUL/ FABRICATED RUNNERS SVEISING OG NDT/ WELDING AND NDT Procedure Nr./No Side/Page av/of 2 14 Sign. dato/date GENERELT 1.0 GENERAL 1.1 Omfang 1.1 Scope Denne spesifikasjonen definerer krav til sveising og NDT av sveiste Francis- og pumpeturbin løpehjul i martensittisk rustfritt stål av type CrNiMo eller CrNi 13-4,og austenittisk rustfritt stål av type CrNi Løpehjulene er oppsveist av støpt boss og ring (alternativt oppsveist av plater/støpegods) og skovler av varmformede plater eller alternativt støpte skovler. Spesifikasjonen gjelder for boss og ring med og uten maskinerte stubber. 1.2 Formål Spesifikasjonen skal benyttes ved produksjon av løpehjul og som informasjon for kunde. 1.3 Referanser Dokumentet oppfyller, for alle relevante detaljer, følgende standarder: This specification defines requirements for welding and NDT of fabricated Francis- and pump turbine runners in martensitic stainless steel type CrNiMo or CrNi 13-4, and austenitic stainless steel type CrNi The runners are fabricated from cast crown and band (alternatively fabricated from plates/castings) and blades made from hot formed plates or alternatively cast blades. This specification applies to runner crown and -band with and without machined "stubs". 1.2 Purpose The specification is to be used for fabrication of runners and as information for customer. 1.3 References The document complies for all relevant details, with the following standards: ASME V ASME IX NS-EN NS-EN ASME Boiler and Pressure Vessel Code, Section V: "Non Destructive Examination". ASME Boiler and Pressure Vessel Code, Section IX: "Qualification Standard for Welding and Brazing Procedures, Welders, Brazers, and Welding and Brazing Operators". Godkjenning av Sveisere. Smeltesveising, Del 1: Stål Spesifisering og Godkjenning av Sveiseprosedyrer for Metalliske Materialer, Del 3: Sveiseprosedyreprøving for Buesveising av Stål. ASME V ASME IX NS-EN NS-EN ASME Boiler and Pressure Vessel Code, Section V: "Non Destructive Examination". ASME Boiler and Pressure Vessel Code, Section IX: "Qualification Standard for Welding and Brazing Procedures, Welders, Brazers, and Welding and Brazing Operators". Approved Testing of Welders. Fusion Welding, Part 1: "Steels". Specification and Approval of Welding Procedures for Metallic Materials, Part 3: "Welding Procedure Tests for the Arc Welding of Steels." R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\ doc
57 g GE Hydro Dokumenttype/Document SVEISTE LØPEHJUL/ FABRICATED RUNNERS SVEISING OG NDT/ WELDING AND NDT Procedure Nr./No Side/Page av/of 3 14 Sign. dato/date NS-EN 473 EN473/ NORDTEST Qualification and Certification of NDT Personnel, General Principles. Nordtest Doc Gen 010, Fourth Edition, Approved : "Scheme for Examination and Certification of Non Destructive Testing Personnel". NS-EN 473 EN473/ NORDTEST Qualification and Certification of NDT Personnel, General Principles. Nordtest Doc Gen 010, Fourth Edition, Approved : "Scheme for Examination and Certification of Non Destructive Testing Personnel". CCH Cahier Des Charges, Specification for Inspection of Steel Castings for Hydraulic Machines, edition 3, June CCH Cahier Des Charges, Specification for Inspection of Steel Castings for Hydraulic Machines, edition 3, June STANDARD Francis- and Pump Turbine Fabricated Runner Requirements STANDARD Francis- and Pump Turbine Fabricated Runner Requirements 1.4 Forkortelser og definisjoner 1.4 Abbreviations and definitions - WPS : Sveiseprosedyrespesifikasjon - WPS : Welding Procedure Specification - NDT : Ikke - destruktiv kontroll - NDT : Non - Destructive Testing - VI : Visuell kontroll - VI : Visual Inspection - PT : Penetrantprøving - PT : Dye Penetrant Testing - RT : Radiografisk prøving - RT : Radiographic Examination - UT : Ultralydprøving - UT : Ultrasonic Examination - SAW: Pulverbuesveising - SAW: Submerged Arc Welding - SMAW : Sveising med dekkede elektroder - SMAW : Shielded Metal Arc Welding - FCAW : Rørtrådsveising - FCAW : Fluxed Cored Arc Welding - GTAW : TIG sveising - GMAW : MIG - sveising - GTAW : Gas Tungsten Arc Welding - GMAW : Gas Metal Arc Welding - T : Maksimal skovltykkelse. - T : Max. runner blade thickness - t : Skovltykkelse i tynnet del av skovl, (variabel parameter), se Fig.A - t : Runner blade thickness in thinned part of blade (variable parameter), - t 2 : Skovltykkelse ved avløp, se Fig. A. - D 12 : Innløpsdiameter for løpehjul, ved krysningspunktet mellom skovl og ring, se fig. A. - D 22 : Avløpsdiameter for løpehjul, ved krysningspunktet mellom skovl og ring, se fig. A. see Fig.A - t 2 : Runner blade thickness at outlet, see Fig. A - D 12 : Runner inlet diameter at blade-toband intersection, see Fig. A - D 22 : Runner outlet diameter at blade-toband intersection, see Fig. A R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\ doc
58 g GE Hydro Dokumenttype/Document SVEISTE LØPEHJUL/ FABRICATED RUNNERS SVEISING OG NDT/ WELDING AND NDT Procedure Nr./No Side/Page av/of 4 14 Sign. dato/date Boss/ Crown Profilsnitt av skovl/ Profile section of blade Avløpskant, skovl/ Outlet edge, blade Ring/ Band Fig. A : Sveist løpehjul (skissen viser et mellomtrykks løpehjul)/ Fabricated runner (the sketch shows a medium head runner) 1.5 Ansvar - Det er konstruktørens ansvar at spesifikasjonen gjenspeiles i aktuelle tegninger og tabeller. - NDT-personell og sveise/slipe- operatører er ansvarlige for å utføre arbeidet i henhold til denne spesifikasjonen. - CoE er ansvarlige for å revidere dette dokumentet. 1.5 Responsibility - It is the responsibility of the engineer to make sure that all relevant drawings and tables are corresponding to this specification. - NDT-, welding- and grinding personnel are responisble for perfoming the work according to this specification. - CoE is responsible for revision of this document. R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\ doc
59 g GE Hydro Dokumenttype/Document SVEISTE LØPEHJUL/ FABRICATED RUNNERS SVEISING OG NDT/ WELDING AND NDT Procedure Nr./No Side/Page av/of 5 14 Sign. dato/date PERSONELL 2.0 PERSONNEL 2.1 Sveisere og sveiseoperatører 2.1 Welders and welding operators Sveisere og sveiseoperatører skal være godkjent i henhold til NS-EN 287 eller andre ekvivalente standarder. Welders and welding operators shall be qualified according to NS-EN 287 or other equivalent standards. 2.2 NDT - operatører 2.2 NDT - operators NDT - operatører skal generelt være godkjent i henhold til EN 473/NORDTEST - Level 2 eller andre ekvivalente standarder (EN 473 /NORDTEST er ekvivalent til ASNT -TC-1A). For radiografisk prøving gjelder dette for personell som tolker filmer. Ansvarlig person for all NDT skal være godkjent i henhold til EN 473/NORDTEST - Level 3 eller andre ekvivalente standarder. NDT - operators shall generally be qualified according to EN 473/NORDTEST - Level 2 or other equivalent standards (EN 473 /NORDTEST is equivalent to ASNT -TC-1A). For radiographic testing this applies to personnel responsible for film interpretation. Responsible person for all NDT shall be qualified according to EN 473/NORDTEST - Level 3 or other equivalent standards. 3.0 SVEISEFUGER 3.0 WELDING GROOVES Skovlene skal ha maskinerte eller slipte fuger. Fugenesen bør utformes slik at senter av ferdig sveis blir liggende i skovlens senter. Fugevinkelen skal tilpasses skovlens vinkel mot boss/ring. The blades shall have machined or ground grooves. The groove landing should be shaped so that the centre of the finished weld is positioned in the centre of the blade. The groove angle shall be adjusted to the angle between the blade and crown/band. 4.0 SVEISING 4.0 WELDING 4.1 Generelt 4.1 General Sveising skal utføres av kvalifiserte sveisere og i henhold til godkjent WPS. Dette gjelder også heftsveiser, midlertidig påsveiste detaljer og løfteører. WPS skal kvalifiseres i henhold til NS- EN 288 eller ASME IX. Welding shall be carried out by qualified welders according to approved WPS. This apply to tack welds, temporary attachments and lifting lugs as well. WPS shall be qualified according to NS-EN 288 or ASME IX. R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\ doc
60 g GE Hydro Dokumenttype/Document SVEISTE LØPEHJUL/ FABRICATED RUNNERS SVEISING OG NDT/ WELDING AND NDT Procedure Nr./No Side/Page av/of 6 14 Sign. dato/date Registrering av sveisere og sveiseoperatører skal utføres. Recording of welders and welding operators shall be carried out. 4.2 Sveisemetoder og tilsettmaterialer 4.2 Welding methods and consumables SMAW, FCAW, GMAW, GTAW og SAW er betraktet som likeverdige metoder og kan brukes om hverandre avhengig av tilkomst etc. GTAW skal fortrinnsvis benyttes til små sveisereparasjoner. Følgende typer tilsettmaterialer kan benyttes : - Artslike tilsettmaterialer (Dvs. tilsettmaterialer som gir et avsett med tilsvarende mikrostruktur og mekaniske egenskaper som grunnmaterialet) SMAW, FCAW, GMAW, GTAW and SAW are regarded as equal methods and can be used alternatively dependent on access etc. GTAW shall preferably be used for small weld repairs. The following types of consumables can be used : - Matching consumables (I.e. consumables giving a deposit with comparable microstructure and mechanical properties as the base material) - Austenittiske tilsettmaterialer - Austenitic consumables Hvilke type tilsettmateriale som skal benyttes avhenger av type løpehjul og skal være iht. interne retningslinjer (se Standard 31101) eller iht. krav i kontrakt. Which type of consumable to be used depend on the type of runner and shall be according to internal guide - lines (see Standard 31101) or according to contractual requirements. 4.3 Heftsveiser 4.3 Tack welds Heftsveiser (tosidige sveiser) kan inngå i den ferdige sveisen forutsatt at de er av samme størrelse som rotstrengen, sveist iht. WPS for produksjonsveis og at endene slipes jevne. Heftsveiser skal kontrolleres med 100 % PT og akseptkriteriet skal være i henhold til CCH 70-3, klasse 3. Tack welds (double sided welds) can be included in the production weld provided they are of the same size as the root pass, welded according to WPS for production weld and their ends are ground and feathered. Tack welds shall be inspected by 100 % PT and the acceptance criteria shall be according to CCH 70-3, class 3. R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\ doc
61 g GE Hydro Dokumenttype/Document SVEISTE LØPEHJUL/ FABRICATED RUNNERS SVEISING OG NDT/ WELDING AND NDT Procedure Nr./No Side/Page av/of 7 14 Sign. dato/date Midlertidig påsveiste detaljer og løfteører 4.4 Temporary attachments and lifting lugs Midlertidige påsveiste detaljer og løfteører skal være av samme type materiale som det de sveises til. Dog tillates austenittiske rustfritt stål hvis belastningen tillater det. Både austenittiske- og artslike tilsettmaterialer tillates brukt. For sveiser som skal belastes før spenningsgløding, f.eks. løfteører, tillates derimot bare austenittiske tilsettmaterialer. Midlertidige påsveiste detaljer skal fjernes helt og sveiseområdet skal slipes rent og kontrolleres med 100 % PT. Akseptkriteriet skal være i henhold til CCH 70-3, klasse 3. Temporary attachments and lifting lugs shall be of the same type of material as that to which they are attached. However, austenitic stainless steel can be used if the loading is acceptable. Both austenitic- and matching consumables are allowed. However, for welds to be loaded prior to stress relieving, e.g. lifting lugs, only austenitic consumables are allowed. Temporary attachment shall be completely removed by grinding and the rectified area shall be inspected by 100 % PT. The acceptance criteria shall be according to CCH 70-3, class Forvarming og mellomstrengstemperatur 4.5 Preheating and interpass temperature Forvarming og mellomstrengstemperatur skal være som spesifisert i WPS Preheating and interpass temperature shall be as specified in WPS. 4.6 Produksjonssveising og rengjøring 4.6 Fabrication welding and cleaning Rotåpningen skal være 0-3 mm. Fugeflater rengjøres godt før sveising. Bunnstrengen skal legges fra den siden med vanskeligst tilkomst. For sveiser med full gjennomsveis (klasse I, II og III) skal rotfuring av bunnstreng med påfølgende sliping utføres. Sliping kan erstattes med blåserensing (ikke-metallisk type) ved vanskelig tilkomst. Området kontrolleres med 100 % PT før sveising fra motsatt side. For sveiser med delvis gjennomsveis (klasse IV og V) skal rotområdet sjekkes og rengjøres før sveising fra motsatt side. The root gap shall be 0-3 mm. Weld bevels shall be properly cleaned prior to welding. The root pass shall be welded from the side with most difficult access. For full penetration welds (class I, II and III), back gouging of root pass with subsequent grinding is required. Grinding can be substituted with blast cleaning (non-metallic abrasive) if difficult access. The area to be inspected by 100 % PT prior to welding from the opposite side For partial penetration welds (class IV and V) the root area shall be checked and cleaned prior to welding from opposite side. R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\ doc
62 g GE Hydro Dokumenttype/Document SVEISTE LØPEHJUL/ FABRICATED RUNNERS SVEISING OG NDT/ WELDING AND NDT Procedure Nr./No Side/Page av/of 8 14 Sign. dato/date Sveisingen skal organiseres slik at det blir minst mulig deformasjoner. Dersom det er praktisk skal det sveises vekselvis : - på skovler diametralt ovenfor hverandre - mot boss og ring - på skovlenes trykk- og sugeside Tennsår utenfor fugen er ikke tillatt og skal fjernes og kontrolleres som for midlertidige påsveiste detaljer. Etter sveising skal sveisen og området rundt rengjøres for all sprut, slagg, fluks og andre urenheter. The welding shall be organised in a way to minimise deformations. If possible, the welding shall be carried out alternately : - on blades diametrically opposite each other - against crown and band - on the blades pressure- and suction side Arc strikes outside the welding groove are not allowed and they shall be removed and inspected as for temporary attachments. After welding, the weld and the adjacent area shall be cleaned free from all spatters, slag, flux and other impurities. 4.7 Sveisereparasjoner 4.7 Weld repairs Før spenningsgløding skal det benyttes tilsettmateriale som angitt i WPS for produksjonssveising. Sår i skovlenes overflate oppstått før speningsgløding skal imidlertid alltid sveises med artslikt tilsettmateriale Sveisereparasjoner etter spenningsgløding skal forelegges prosjektet for godkjenning. Dog ved mindre overflate reparasjoner i sveiseavsettet der det opprinnelige tilsettsmaterialet er av austenittisk art, behøver man ikke godkjenning av prosjektet. Normalt kan mindre reparasjoner utføres med austenittiske tilsettmaterialer. Denne type reparasjoner skal fortrinnsvis utføres med GTAW for å redusere nødvendig opptak og sveisevolum. Ved større reparasjoner etter spenningsgløding skal ny spenningsgløding vurderes. Consumables as specified in WPS for fabrication welding shall be used prior to stress relieving. Any damages on blade surfaces occurred prior to stress relieving, shall in any case be welded with matching consumables Weld repairs after stress relieving shall be submitted to the project for approval. However if minor surface defects are detected in the weld area and the ordinary weld material is austenitic, is there no need for project approval. Normally, minor repairs can be carried out by austenitic consumables. GTAW shall preferably be used for this type of repairs in order to minimise the required excavation and volume of weld. For major repairs after stress relieving a new stress relieving shall be considered 5.0 NDT 5.0 NDT R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\ doc
63 g GE Hydro Dokumenttype/Document SVEISTE LØPEHJUL/ FABRICATED RUNNERS SVEISING OG NDT/ WELDING AND NDT Procedure Nr./No Side/Page av/of 9 14 Sign. dato/date Kontrollomfang 5.1 Extent of inspection VI : 100 % VI : 100 % PT : 100 % PT : 100 % PT skal utføres som følger : PT shall be carried out as follows : - etter behov under oppsveising (intern kontroll). - as required during welding (internal control). - alle sveiser før spenningsgløding(intern kontroll). - all welds prior to stress relieving (internal control). - alle sveiser etter spenningsgløding. - all welds after stress relieving. UT : 100 % (Bortsett fra når klasse V er spesifisert) UT : 100 % (Except when class V is specified) Følgende regler skal gjelde : The following rules shall apply : - kontrollen skal uføres både før (intern kontroll) og etter spenningsgløding - kontrollomfanget kan reduseres pga. tilkomst og/eller materialtykkelse. Dette vurderes i hvert enkelt tilfelle. RT : 100% (kun av buttskjøt B1/B2 og hvis klasse I er spesifisert). RT utføres som følger: - kontrollen skal uføres både før og etter spenningsgløding 5.2 Prosedyrer VI : Prosedyre "Visuell kontroll av sveiste konstruksjoner" PT : Prosedyre Penetrantprøving UT : Prosedyre Ultralydprøving av Sveiste Francis løpehjul RT : Prosedyre Radiografiskprøving, generelt - the inspection shall be carried out both prior (internal control) and after stress relieving. - the extent of inspection can be reduced due to access and/or material thickness. This will be assessed in each case. RT : 100 % (for buttweld B1/B2 if acceptance class I is specified only) RT shall be carried out as follows: - the inspection shall be carried out both prior (internal control) and after stress relieving. 5.2 Procedures VI : Procedure "Visual inspection of welded structures" PT : Procedure Penetrant testing UT : Procedure Ultrasonic testing of Welded Francis Runners RT : Procedure Radiographic testing, general R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\ doc
64 g GE Hydro Dokumenttype/Document SVEISTE LØPEHJUL/ FABRICATED RUNNERS SVEISING OG NDT/ WELDING AND NDT Rapportering: Prosedyre Sveising og NDT, Rapportering Procedure Nr./No Side/Page av/of Sign. dato/date Reporting: Procedure Welding and NDT, Reporting 5.3 Akseptkriterier 5.3 Acceptance criteria Geometri av sveis Weld geometry Hulkilradius Hulkilradius er gitt på tegning. Toleransen skal være + 15/- 15 %. Der skovlen på den tynnede delen har en vinkel mindre enn 90 mot boss/ring kan hulkilradiusen reduseres. Hulkilradiusen reduseres jevnt mot avløp til minste tillatte hulkilradius som er R 0,6 * t, min. 5 mm. Undersliping Fillet radius Fillet radius is specified on the drawing. The tolerance shall be + 15/- 15 %. Where the angle between the blade on the thinned part and crown/band is less than 90, the fillet radius can be decreased. The fillet radius shall be gradually decreased towards the outlet to the minimum allowable radius which is R 0,6 * t, min. 5 mm Grinding below nominal surface Følgende krav til undersliping av skovler skal gjelde : The following requirements for grinding below the nominal surface of blades shall apply : - Innløp : Maks. 2,5 % av T. - Inlet : Max. 2,5 % of T - Avløp : Maks. 5 % av t respektive t 2 - Outlet : Max. 5 % of t respectively t 2 For boss og ring skal følgende gjelde: For crown and band the following shall apply: - Maks. 2,5 % av T - Max. 2,5 % of T Undersliping av skovler bør unngås. Det må også ved eventuell undersliping tas hensyn til bølgethet langs sveisen. Grinding below the nominal surface for blades should be avoided. For a possible grinding below the nominal surface, the waviness along the weld shall be taken into account Akseptklasser Acceptance classes Følgende fem akseptklasser er definert, i henhold til Standard 31101: The following five acceptance classes are defined, according to Standard 31101: Acceptance VI PT UT 4) RT class I Standard CCH 70-3, Se beskrivelse Se beskrivelse R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\ doc
65 g GE Hydro Dokumenttype/Document Procedure SVEISTE LØPEHJUL/ FABRICATED RUNNERS SVEISING OG NDT/ WELDING AND NDT Nr./No Side/Page av/of Sign. dato/date Klasse A Klasse 1 nedenfor nedenfor Standard Class A II Standard Klasse A. Dog tillates lineære, enkeltstående feil 1), med maks. dimensjon 1,0 * 2,0 mm 2) III Standard 30103, Class A. However, single, linear defects 1) of max. size 1,0 x 2,0 mm 2) are acceptable " CCH 70-3, Class 1 CCH 70-3, Klasse 2 CCH 70-3, Class 2 CCH 70-3, Klasse 2 See definition below ASME VIII, Div. 1, App. 12 ASME VIII, Div. 1, App. 12 Pros , Klasse 1 See definition below ASME VIII, Div. 1, Para. UW-51 (hvis krav om RT) ASME VIII, Div. 1, Para. UW-51 (if required) Pros , Klasse 1 (Hvis krav om RT) IV Standard 30103, Klasse A. Dog tillates lineære, enkeltstående feil 1), med maks. dimensjon 1,5 * 3,0 mm 2) CCH 70-3, Class 2 CCH 70-3, Klasse 3 Proc , Class 1 Pros , Klasse 1. Dog tillates feil med plassering og størrelse som beskrevet nedenfor Proc , Class 1 (if required) Ikke aktuelt Standard 30103, CCH 70-3, Class 3 Class A. However, single, linear defects 1) of max. size 1,5 x 3,0 mm 2) are acceptable V CCH 70-3, Klasse " CCH 70-3, Class 3 Fig. D : Tabell for NDT- akseptklasser / Table for NDT acceptance classes Proc , Class 1. However, defects with location and size as defined below are acceptable Ikke aktuelt 3) Not applicable 3) Not applicable Ikke aktuelt Not applicable R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\ doc
66 g GE Hydro Dokumenttype/Document SVEISTE LØPEHJUL/ FABRICATED RUNNERS SVEISING OG NDT/ WELDING AND NDT Procedure Nr./No Side/Page av/of Sign. dato/date Anmerkninger til Tabell D: 1) Kantsår er ikke tillatt. 2) Dybde x lengde. 3) Krav til sveis som for klasse IV. 4) UT kan sløyfes eller begrenses på grunnlag av tilkomst og/eller tykkelse. Notes for Table D: 1) Undercuts are not acceptable. 2) Depth x length. 3) Welding requirements as for acceptance class IV. 4) UT may be omitted or limited based on access and/or section thickness. Definisjoner og kommentarer til Tabell D: Definitions and comments to Table D: Akseptklasse I for UT Indikasjoner som overskrider 20 % av referansekurven skal undersøkes mht. form, indentitet og beliggenhet og evalueres iht. følgende akseptkriterier : Indikasjoner karakterisert som sprekker, bindefeil eller rotfeil er uakseptable uansett lengde. Andre indikasjoner som overskrider 60 % av referansekurven er uakseptable uansett lengde. Indikasjoner i denne gruppen med ekkohøyde som overskrider 40 % av referansekurven kan aksepteres hvis lengden er maks. 5 mm. Ved tvilstilfeller ved bedømmelse av UT skal akseptkriteriene for RT gjelde. Akseptklasse I for RT Akseptkriteriene skal være som følger : Lineære feil (lengde/bredde forhold større eller lik 3) er ikke akseptable. Runde feil (lengde/bredde forhold mindre enn 3) med hoveddimensjon større enn 1,0 mm er ikke akseptable. Konsentrasjoner av runde feil eller runde feil på linje med maks. størrelse mindere enn akseptkriteriet ovenfor er generelt ikke akseptable. Aksept kan gis etter egen vurdering. Acceptance class I for UT Indications exceeding 20 % of the reference curve shall be investigated with respect to shape, identity and location and evaluated according to the following acceptance criteria : Indications characterized as cracks, lack of fusion or incomplete penetration are unacceptable regardless of length. Other indications exceeding 60 % of the reference curve are unacceptable regardless of length. Indications within this group which produce a response exceeding 40 % of the reference curve can be accepted if the length is max. 5 mm. If any doubt in the interpretation of the UT response, the acceptance criteria for RT shall apply. Acceptance class I for RT The acceptance criteria shall be as follows: Linear defects (length/width - ratio greater or equal than 3) are not acceptable. Rounded defects (length/width - ratio less than 3) with a main dimension greater than 1,0 mm are not acceptable. Concentration of rounded defects or aligned rounded defects with a max. dimension less than the acceptance criteria above are generally not acceptable. Acceptance can be given after a separate assessment. R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\ doc
67 g GE Hydro Dokumenttype/Document SVEISTE LØPEHJUL/ FABRICATED RUNNERS SVEISING OG NDT/ WELDING AND NDT Procedure Nr./No Side/Page av/of Sign. dato/date Akseptklasse II og III for UT Akseptkriterier for UT er sammenlignbare for klasse II og klasse III. Klasse III er strengere i området nær overflaten (T/3, t/3 fra hver overflate)og litt mer liberal i midten av sveisen sammenlignet med klasse II. Akseptklasse IV for UT Iht. prosedyre , klasse 1. Dog tillates feil med ubegrenset lengde i miderste tredjedel (T/3, t/3) av sveisen med maks. bredde på 7,0 mm eller T/3, t/3 avhengig hva som er minst. Acceptance class II and III for UT The acceptance criteria for class II and class III are comparable. Class III is more stringent in the area adjacent to the surface (T/3, t/3 from each surface) and slightly more liberal in the midsection of the weld compared to class II. Acceptance class IV for UT According to procedure , Class 1, except that defects located in the mid third (T/3, t/3) of the weld with max. depth of 7,0 mm or T/3, t/3, whichever is lesser, are acceptable regardless of length Retningslinjer Guide - lines Hvis ikke annet er spesifisert i kontrakt, skal akseptklassene for NDT velges i.h.h.t kravene i Standard Disse er basert på bruddmekaniske vurderinger og erfaringer. Klassene skal angis på sveisetegning av ingeniør. If not otherwise specified in contract, the acceptance classes for NDT shall be chosen according to the requirements in Standard These are based on fracture mechanics assessments and experiences. The classes are to be stated on the welding drawing by the engineer. 5.4 Rapportering og kontrollklasser 5.4 Reporting and inspection classes Prosedyre Sveis og NDT, Rapportering dekker følgende: Rekvirering og rapportering av NDT Registrering av sveisere og WPS på ordre Kontrollklasser som som skal angis på tegning for hver enkelt sveis Procedure Welding and NDT, Reporting covers the following: Requisition and reporting of NDT Registration of welders and WPS on order Inspection classes to be specified on the drawing for each weld. R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\ doc
68 g GE Hydro Dokumenttype/Document SVEISTE LØPEHJUL/ FABRICATED RUNNERS SVEISING OG NDT/ WELDING AND NDT 6 ENDRINGER Prosedyren endret nummer fra A015-1 rev. B til rev. 0. Fjernet kapittel 1.6 i rev A Flyttet alle referanser til 1.3 i rev. A Rev.B: Lagt til materiale CrNi 18-8 i kap. 1.1 Endret fra Third to Fourht edition i kap 1.3 Lagt til tekst:buttskjøt B1/B2 i kap. 5.1 Rettet opp til i kap.5.2 Endret fra til i kap Endret tekst etter gløding i kap. 4.7 Procedure Nr./No Side/Page av/of Sign. dato/date CHANGES Procedure number changed from A015-1 rev. B to rev. 0 Deleted section 1.6 in rev. A Moved all references to 1.3 in rev. A Rev.B Added to material CrNi 18-8 in sec.1.1 Changed from Third to Fourth edition in sec.1.3 Added to text:buttweld B1/B2 in sec.5.1 Changed from to in sec.5.2 Changed from to in sec Changed text after stress relieving sect VEDLEGG Ingen 7 ENCLOSURE Non R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Runner cracking\ doc
69 BEHANDLING AV TILSETTMATERIALER HANDLING OF WELDING CONSUMABLES Dokumenttype/Document PROSEDYRE/PROCEDURE Nr./No (Erstatter I.004 og 006) Side/Page 1 8 Sign. dato/date av/of autført av/written by Godkjent av/approved by Rev. Tom Fjeld / Hans Julsgaard Knut Bratsberg 0 INNHOLD CONTENT 1. HENSIKT 1. PURPOSE 2. DEFINISJONER 2. DEFINITIONS 3. ANSVAR 3. RESPONSIBILITY 4. BESKRIVELSE 4. DESCRIPTION 4.1 Behandling 4.1 Handling Elektroder Electrodes Rørtråd Flux cored wire Massiv tråd, MIG Solid wire, MIG Massiv tråd, SAW Solid wire, SAW Pulver Flux 4.2 Identifikasjon 4.2 Identification Generelt General Elektroder Electrodes Rørtråd Flux cored wire Massiv tråd, MIG Solid wire, MIG Massiv tråd, SAW Solid wire, SAW 5. REFERANSER 5. REFERENCES 6. VEDLEGG 6. ENCLOSURES 1. HENSIKT 1. PURPOSE R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\ welding consumables.doc
70 BEHANDLING AV TILSETTMATERIALER HANDLING OF WELDING CONSUMABLES Dokumenttype/Document PROSEDYRE/PROCEDURE Nr./No (Erstatter I.004 og 006) Side/Page 2 8 Sign. dato/date av/of Hensikten med denne prosedyren er å sikre at tilsettmaterialer og pulver blir behandlet og lagret på forskriftsmessig måte for å sikre god kvalitet på sveisearbeidet. Denne prosedyren omfatter alle elektroder, tråd og fluxpulver som blir benyttet under Kværner Energy, Sørumsand`s produksjonsområde. The purpose of this prosedure is to ensure that welding consumables and flux are handled and stored correctly to ensure good welding quality. This procedure covers all electrodes, wire and flux for use in Kværner Energy, Sørumsand`s production area. 2. DEFINISJONER 2. DEFINITIONS 3. ANSVAR 3. RESPONSIBILITY Arbeidsleder har ansvar for å informere sveiseren/operatøren om de til enhver tid gjeldende prosedyrer/rutiner. Arbeidsleder er også ansvarlig for at elektroder blir tørket/varmebehandlet før bruk i.h.t. denne prosedyren. Hver enkelt sveiser/operatør er ansvarlig for å gjøre seg kjent med rutinene og å følge disse. Personalet i verktøybur i plateverksted er ansvarlig for at kun merket tilsettmateriale blir lagret og utlevert for sveising. Arb.leder i plateverkstedet og den enkelte sveiser er ansvarlig for at riktig tilsettmateriale benyttes. The foreman in the fabrication workshop is responsible for informing the welders/ welding operators about this procedure. The forman is also responsible for heat treating the electrodes before use according to this procedure. Each welder/welding operator is responsible for knowing the actual routines and to follow them. The tool store staff in the fabrication workshop is responsible for that only clearly marked consumables are stored and delivered for welding. The forman and each individual welder are responsible for using the right cunsumables. 4. BESKRIVELSE 4. DESCRIPTION R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\ welding consumables.doc
71 BEHANDLING AV TILSETTMATERIALER HANDLING OF WELDING CONSUMABLES Dokumenttype/Document PROSEDYRE/PROCEDURE Nr./No (Erstatter I.004 og 006) Side/Page 3 8 Sign. dato/date Alle tilsettmaterialer, inkl. pulver All welding consumables, incl. flux, shall be skal behandles forsvarlig og beskyttes handled carefully and protected against dampness, mot fuktighet, fett, olje og andre grease, oil and other impurities. urenheter. Tilsettmaterialene lagres i eget rom i The welding consumables are stored in a separate plateverkstedet ved min. 20 C og room in the plateshop, where the temperature is relativ fuktighet max. 40%. min. 20 C, and the relativ humidity is max. 40%. Tilsettmaterialer og pulver som ikke Welding consumables and flux which are kan identifiseres, eller som er unidentificable or damaged by humidity, grease, beskadiget ved fuktighet, fett, olje oil or other detrimental impurities, shall not be eller andre skadelige urenheter, used. skal ikke brukes. NB! Fuktige elektroder må ikke blandes NOTE! Damp electrodes must not be mixed sammen med tørkede elektroder i skap with dried ones i cabinet or boxes. eller bokser. av/of 4.1 Behandling 4.1 Handling Elektroder Electrodes Ulegerte og lavlegerte elektroder med basiskt dekke. Unalloyed and low alloyed electrodes, basic coated. Elektrodene tørkes før bruk ved Before use the elektrodes must be dried C i 2-4 timer. at C for 2-4 hours. Overføres deretter til oppbevaringsskap After drying, the electrodes shall be med temperatur C. På transferred to holding ovens at C. arbeidsplassen skal elektrodene opp- On site, the electrodes shall be kept in bevares i elektrodebokser ved min 70 C. electrode ovens at a temperature of min. 70 C. Ved arbeidstidens slutt skal gjenværende At the end of working hours, remaining elektroder overføres fra elektrodeboks electrodes shall be transferred from the til oppbevaringsskap. electrodeboxes into holding ovens. Avvik fra dette medfører at elektrodene Deviation from this routine involves a må omtørkes ved C før bruk. redrying at a temperature of C Denne rutine er vist i vedlegg nr.1. before use. This procedure is shown in encl. no. 1. Elektroder i vakuumforpakning. Electrodes in vacuum package. R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\ welding consumables.doc
72 BEHANDLING AV TILSETTMATERIALER HANDLING OF WELDING CONSUMABLES Dokumenttype/Document PROSEDYRE/PROCEDURE Nr./No (Erstatter I.004 og 006) Side/Page 4 8 Sign. dato/date Elektrodene kan benyttes direkte fra Electrodes may be used directly from the pakningen, forutsatt at de er beskyttet package, providing they are protected mot fuktighet som regn, e.l. against humidity as rain or similar. Når pakningen åpnes skal den merkes The package shall be marked with the med dato, klokkeslett og sveiserens date, opening time and the actual welders identifikasjon. Etter åpning av forpakning identification. kan elektrodene oppbevares max. The electrodes can be out of the packag 8-9 timer uten noen form for varmebeh. for max. 8-9 hours after opening of the Ubrukte elektroder skal tørkes ved package. Unused electrodes shall be redried C i 2 timer. at C for 2 hours. av/of Ulegerte elektroder med surt eller rutilt dekke. Elektrodene oppbevares i emballasjen på arb.plassen ved utførelse av jobb. Unalloyed electrodes with acidic or rutile coating. The electrodes are stored in the packing on site while performing the spesific job. Rustbestandige elektroder. Høy nikkel-legerte elektroder og sveising av herdbare stål. Ved sveising av herdbare stål (f.eks.: 13Cr-stål, 16Cr/5Ni-stål, 5-9% Ni-stål) og ved bruk av høy-nikkel elektr. skal elektr. tørkes før bruk ved C i 2 timer. Deretter skal de overføres til oppbev.skap med temp C. På arb.plassen skal elektrodene oppbevares i elektr. ved ca. 70 C. Ved arb.tidens slutt kan gjenværende elektroder overføres fra elektrodeboks til oppbev.skap. Avvik fra denne rutine krever omtørking ved C. Rutinen er vist i vedlegg nr. 2. Stainless steel electrodes. High nickel-alloyed electrodes and welding of hardenable steel. By welding of hardenable steel (e.g. 13Cr-steel 16Cr/5Ni-steel, 5-9% Ni-steel) the electrode shall be dried at C for 2 hours. Then they are transferred to holding ovens at C. On site the electrodes shall be stored in electrodeboxes keeping appr. 70 C. at the end of working hours, the remaining electrodes shall be transferred from the electrodeboxes into holding ovens. Deviations from this routine involves a redrying at a temperature of C before use. This routine is shown in enclosure no.2. Ikke herdbare stål. Ved sveising av ikke herdbare stål, Non hardenable steel. By welding of non hardenable steel R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\ welding consumables.doc
73 BEHANDLING AV TILSETTMATERIALER HANDLING OF WELDING CONSUMABLES (f.eks.: Austenittiske 18Cr8Ni-stål or eller ulegerte stål til austenittiske stål) forlanges normalt ikke tørking av elektrodene. Elektrodene skal oppbevares i original forpakning på arbeidsplassen. Dokumenttype/Document PROSEDYRE/PROCEDURE Nr./No (Erstatter I.004 og 006) Side/Page 5 8 Sign. dato/date (e.g. Austenitic 18Cr8Ni-steel av/of unalloyed steel to austenitic-stainless steel) no drying of electrodes is normally required. On site the electrodes shall be kept in their original packing. Elektrodene kan også lagres i oppbevaringsskap ved C før bruk. Fuktige elektroder kan gi porer i sveisen. Avvik fra denne rutinen skal medføre retørking ved C før bruk. The electrodes can also be stored in holding ovens at C. Damp electrodes can cause welding pores. Deviations from this routine involves a redrying at a temperature of C before use. Andre elektroder. Behandling etter spesielle anvisninger. Other types of electrodes. Handling according to special instructions Rørtråd Flux cored wire Tråden lagres på hovedlager ved temperatur C og max. 40% relativ fuktighet. Det taes ut mindre kvanta fra hovedlager. Emballasjen åpnes umiddelbart før bruk og settes på maskinen. Generelt gjelder at trådspolen ved lengre pauser enn 8 timer skal beskyttes mot fuktighet, skitt o.l. ved tildekking. NB! Tørking har ingen effekt på beskadiget rørtråd. The wire is to be stored in the main store with temperature between C, and max. 40% relative humidity. Small quantities are taken from the store to the workshop. The wire is unpacked directly before use. Generally at stops (pauses) exeeding 8 hours, the reel shall be protected against humidity, dirt e.t.c. by cover. NOTE! Drying will have no effect on damaged flux cored wires Massiv tråd, MIG Solid wire, MIG Taes ut ifra lager i mindre kvanta. The wire is taken from store in smaller R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\ welding consumables.doc
74 BEHANDLING AV TILSETTMATERIALER HANDLING OF WELDING CONSUMABLES Emballasjen åpnes umiddelbart før quantities. The packing is opened bruk. Spolen kan sitte på maskinen immidiately before use. til den er oppsveist. Dokumenttype/Document PROSEDYRE/PROCEDURE Nr./No (Erstatter I.004 og 006) Side/Page 6 8 Sign. dato/date av/of Massiv tråd, SAW Solid wire, SAW Tråd lagres i hovedlager. Emballasjen åpnes umiddelbart før bruk, og tråden monteres straks på trådtrommel. For hver trådtype benyttes spesielle trådtrommler merket med trådtype og fargekode. Alle trådtrommler som ikke benyttes skal oppbevares i hovedlager. Wire is stored in the main store. The packing is opened immidiately before use, and the wire is mounted on the wiredrum. For every wiretype special wiredrums marked with type and colour code shall be used. All unused wiredrums are to be stored in the main store Pulver Flux Pulver lagres på hovedlager, etter åpning av emballasjen skal pulver oppbevares i pulverbeholdere ved C inntil bruk. Pulveret hentes til sveiseautomaten i åpne beholdere ved max. 15 liters innhold. Pulveret skal ikke oppbevares i åpne beholdere eller i maskinens pulverboks etter arbeidstid. Unntatt er pulver i tette trykkbeholdere på maskinen NB! Ved bruk av trykkluft til resirkulasjon skal kun tørr luft benyttes. Flux is stored in the main store. After opening of the packing the flux shall temprarely be stored in flux containers keeping a temperature of C. The flux is transferred to the welding machines in open containers, containing max. 15 litres. Flux shall not be kept in open containers or in the fluxhoppers on the machin after working hours. Excepted is flux in sealed pressurised containers on the machine. Note! Compressed air in this process, only dried air is usable. 4.2 Identifikasjon 4.2 Identification R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\ welding consumables.doc
75 BEHANDLING AV TILSETTMATERIALER HANDLING OF WELDING CONSUMABLES Generelt General Dokumenttype/Document PROSEDYRE/PROCEDURE Nr./No (Erstatter I.004 og 006) Side/Page 7 8 Sign. dato/date av/of Tilsettmaterialet er merket fra leverandør. Alle tilsettmaterialer som ikke kan identifiseres skal kastes. Consumables are marked by the supplier. All welding consumables which can not be identified shall not be kept Elektroder Electrodes Elektrodetypen er stemplet på dekket, i tillegg kan enden være merket med fargekode. The electrodes are stamped on the coat, in addition one end may be marked with a colour code Rørtråd Flux cored wire Trådtype fremgår av merking på trådspole. Wiretype is marked on each wirecoil Massiv tråd, MIG Solid wire, MIG Trådtype fremgår av merking på trådspole. Wiretype is marked on each wirecoil Massiv tråd, SAW Solid wire, SAW Lagres ved min. 15 C i hovedlager. Type er merket på emballasjen. Når emballasjen fjernes er tråden identifisert ved at det benyttes spesielt merkede trådtrommler med følgende farge/tråd kombinasjoner for standardtråder. Solid wire is stored at min. 15 C in main store. Type is marked on the packing. After removing the packing, the wire is identified by using wiredrums specially marked with the wire/colour combination. TRÅDKVALITET FARGE WIRE QUALITY COLOUR OK (316L) Grønn OK (316L) Greeen OK (309L) Rød OK (309L) Red R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\ welding consumables.doc
76 BEHANDLING AV TILSETTMATERIALER HANDLING OF WELDING CONSUMABLES Dokumenttype/Document PROSEDYRE/PROCEDURE Nr./No (Erstatter I.004 og 006) Side/Page 8 8 Sign. dato/date OK (Uleg.) Svart OK (Unall.) Black 248SV (16/5) Gul 248SV (16/5) Yellow OK (17%) Blå OK (17%) Blue OK (Uleg.) Svart OK (Unall.) Black av/of 5. REFERANSER 5. REFERENCES Prosedyren er i vesentlig grad This procedure is in general according to i samsvar med KENO prosedyre KENO procedure no.: , nr.: , bortsett fra elektrode- exept electrode supplier and colour codes. merke og fargekoder. 6. VEDLEGG 6. ENCLOSURES 1. Behandling av ulegerte og lavlegerte 1. Handling of nonalloyed and lowalloyed elektroder med basiskt dekke. electrodes, basic coated. 2. Behandling av rustbestandige og 2. Handling of stainless steel and high-ni-alloyed høy-nikkel-legerte elektroder. electrodes. R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\ welding consumables.doc
77 VEDLEGG 1 ENCLOSURE 1 Angår/Subject Dato/Date Nr./No. BEHANDLING AV TILSETTMATERIALER / HANDLING OF WELDING CONSUMABLES /0 R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\ welding consumables.doc
78 VEDLEGG 2 ENCLOSURE 2 Angår/Subject Dato/Date Nr./No. BEHANDLING AV TILSETTMATERIALER / HANDLING OF WELDING CONSUMABLES /0 R:\Kjeller\Projects\Nathpa Jhakri.fra\Order\V12800\_Techdoc\Silt erosion\ welding consumables.doc
79
80
81
82 ANNEXURE Basic Requirements: 1. The contractor has to observe all site norms applicable for the contractor and his deployed personnel s at worksite. (Employees; regular/ daily wages/ contract basis etc.) 2. NJHPS is ISO 9001:2000 Quality Management Systems, ISO Environment Management Systems and IS Occupational Health and Safety Management System certified project. In line with the requirements of same, the Contractor needs to follow health, safety and environmental norms strictly while working within the premises of the company during the whole currency of the contract. a) The contractor and/ or supervisor engaged by the contractor for the supervision of the work should be well aware of the safety & health practices and effective implementation. b) The contractor should have sufficient variety and stock of suitable safety gears and its use by workmen should be ensured on all occasion. c) All the equipment deployed for the job should have proper safety guards. d) Contractor needs to maintain an accident insurance policy for his workmen. In case of any accident, fatal or non fatal, he shall only be sole responsible. Any incident of accident in the workplace need to be intimated to EIC and project safety officer immediately. e) The contractor and his employees shall follow Industrial/Project Security Norm strictly. The contractor or his authorized representative shall arrange all requisite documents for himself and for his employees or the machinery deployed by him from the Project Security Wing ( P&A deptt. /CISF). Such documents are liable for scrutiny at any time. f) All workmen deployed by contractor should be identifiable. Contractor workmen are required to bear identical dress / overall (except green) with the company name and logo on it. g) All the requisite registers/ documents required under the labour / workmen law shall be maintained by the contractor and need to be produced if required. The list of such documents, provided along with the bid, needs to be maintained by the contractor. Failure to maintain such records and documentation, the contractor shall only be sole responsible. When desired by the EIC or his representative, contractor shall produce the same. Page 1 of 2
83 h) No drunken personnel shall be allowed to perform duties or approach the worksite. Such defaulters shall be taken seriously and dealt severely. i) Cleanliness at and around the workplace need to be maintained through a good housekeeping. The contractor is required to use the bins for collection & disposable of the waste and sacks for storing metal chips outside work place. No littering at and around the worksite shall be permitted. If the contractor fails to do so he is liable to be penalized. The token penalty of Rs can be imposed by the EIC on such defaults. The representative of the EIC may record such default in the progress register. The EIC have sole discretion for imposing and recovery of token penalty. j) Maintaining clean environment: i. The Contractor shall use exhaust blowers/ fans of suitable capacity for effective ventilation of the workplace. ii. The environmental pollution due to welding fumes needs to be minimized by using Fume extractors of suitable capacity. Note: - Non-adherence of the above shall attract suitable penalties on first & subsequent observation. Page 2 of 2
NOTICE INVITING QUOTATION
NIT (PPR-NJHPS-1453) एसज व एन व व ट ड (SJVN Limited) (भ रत सरक र ए व च प रद श सरक र क एक स य क त उपक र ) एक व न रत न और स ड य - A क पन (A Mini Ratna and Schedule A Company) (6X250MW न थप झ कड ज व द य त
एसज व एन लरलभट ड SJVN Ltd. E-mail ID: [email protected] NOTICE INVITING TENDER (Domestic Competitive Bidding)
एसज व एन लरलभट ड SJVN Ltd. (ब यत सयक य तथ ह भ चर प रद श सयक य क स झ उऩक रभ) (A Mini Ratna and Schedule A Company) (6X250MW न थऩ झ कड़ जर ववद म त स ट शन) प र ऩण एव स ववद ववब ग, झ कड़, जजर लशभर, ह प र -. 172201
(भ रत सरक र एव हम चल द श सरक र क एक स य उप!म) एक मन र# और स %य ल- A क पन (A Mini Ratna and Schedule A Company)
एस. ज. व. एन. ल मट ड (SJVN Limited) (भ रत सरक र एव हम चल द श सरक र क एक स य उप!म) एक मन र# और स %य ल- A क पन (A Mini Ratna and Schedule A Company) (6X250MW न थप झ कड़+ जलव, त -ट शन) पण एव स वद वभ ग झ कड़+.
NOTICE INVITING TENDER (NIT) Bid Notification No.: CWC/MIS-CWC-Payroll/2014-15 THROUGH e-tendering PROCESS
NOTICE INVITING TENDER (NIT) Notification No.: CWC/MIS-CWC-Payroll/2014-15 THROUGH e-tendering PROCESS 1.0 The open enquiries through e-tendering are herewith invited for Outsourcing of Payroll Services
HIRING OF ACCOUNTANTS
HIRING OF ACCOUNTANTS Sealed tenders are invited from experienced and reputed Manpower Agencies for outsourcing of the services of 2 (two) Accountants for work in the Ministry as detailed below: Requirement
SOFTWARE TECHNOLOGY PARKS OF INDIA
SOFTWARE TECHNOLOGY PARKS OF INDIA Block DP, Plot-5/1, Sector-V, Salt Lake, Kolkata 700091 www.kol.stpi.in NOTICE INVITING QUOTATION FOR SUPPLY OF MS OFFICE 2013 SOFTWARE AT STPI KOLKATA Ref. No. STPI/KOL/PUR-16/2015/QTN-68
Consultants Services, Lump-Sum Remuneration
1 S T A N D A R D F O R M O F C O N T R A C T FOR Consultants Services, Lump-Sum Remuneration CONTRACT FOR CONSULTANTS SERVICES Lump-Sum Remuneration Between [name of the Procuring Entity] and 2 [name
E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016
~~ Government of India Ministry of ExternaL Affairs (Haj Division) E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016 Tender No: M/Haj/1183/09/2016
HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01.
HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01.15 Online E-tenders are invited in Two-Bid System for
TENDER FOR TRAVEL SERVICES
Cost of the Tender Form - Rs.500/- (Rupees Five Hundred only) Tender Form No.MCI/TS/2011 TENDER FOR TRAVEL SERVICES NOTICE INVITING TENDERS & TERMS AND CONDITIONS OF TENDER MEDICAL COUNCIL OF INDIA POCKET
No: NGRI/23/Rewa field/2014-gl Date: 19-02-2014 NOTICE INVITING TENDERS
CSIR-NATIONAL GEOPHYSICAL RESEARCH INSTITUTE (Council of Scientific & Industrial Research) Uppal Road, Hyderabad 500 007, (A.P), India Phone No. 27012000-27012369, Fax No. 040-27171564 email: [email protected]
NOTICE INVITING e-tender (3 BOT -3 Envelopes Open Tender) (E-Bid No. 1000013789)
Ref: AAI /VNS/AGM (E-E)/e-NIT-16/2015-16/ Date: 13/01/2016 NOTICE INVITING e-tender (3 BOT -3 Envelopes Open Tender) (E-Bid No. 1000013789) 1. Item rate(s) tenders are invited through, the e-tendering
Development of application Software for Election Commission
M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking.) Tender Document For Development of application Software for Election Commission (Tender no. MPSEDC/MKT/2010/190) (All pages
Limited Tenders for the work of : Web Hosting Space for UGVCL s website.
Limited Tenders for the work of : Web Hosting Space for UGVCL s website. 1 INSTRUCTION TO BIDDER & CONDITIONS OF CONTRACT Web Hosting Space for our website. LIMITED TENDER ENQUIRY NO. :-02/2006 UTTAR GUJARAT
FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS
FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS SOUTHERN ELECTRICITY SUPPLY COMPANY OF ORISSA LTD. CORPORATE OFFICE: COURTPETA: BERHAMPUR- 760004. DISTRICT: GANJAM. TENDER NOTICE NO: 02/07-08
Ref. REC/Adm. (Estate)/2013-14/ Dated 21.02.2014
RURAL ELECTRIFICATION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) Registered Office: Core-4, Scope Complex,7-Lodi Road, New Delhi-110003 Ph. 011-24363613, Fax. 0114309-1515 Ref. REC/Adm. (Estate)/2013-14/
TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012. : 08.02.2008 ( upto 1500 hrs.)
Ref No.:Advt. No.1/2008 Price :Rs.2000.00 ISSUED TO : Date : TENDER DOCUMENT FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012 LAST DATE AND TIME FOR SALE OF TENDER DOCUMENTS
NOTICE INVITING e-tender NOTICE (3 BOT -3 Envelopes Open Tender) (Bid Invitation No. 1000011060)
Ref: AAI /VNS/AGM (E-E)/e-NIT-9/2015-16/ Date: 19/08/2015 NOTICE INVITING e-tender NOTICE (3 BOT -3 Envelopes Open Tender) (Bid Invitation No. 1000011060) 1. Item rate(s) tenders are invited through, the
SPECIAL CONDITION OF CONTRACTS
SPECIAL CONDITION OF CONTRACTS i) The contractors should quote the rate in figures as well as in words, and amount tendered by them. The amount for each item should be worked out and the requisite totals
Tender Notice. Tender no. : NTSC (O)/EM/F&F/2015-16 Date: 8th June, 2015
Tender Notice NSIC Technical Services Centre Okhla Industrial Estate, Phase-III, Near Govindpuri Metro Station, New Delhi-110020 Tel: +91-11-26826796/26826801/26826848 Email: [email protected] Tender no.
Notice Inviting Quotation for HIRING OF VEHICLES
1 F. No. Procurement-6-2010/PGIMER GOVERNMENT OF INDIA POST GRADUATE INSTITUTE OF MEDICAL EDUCATION & RESEARCH DR. RAM MANOHAR LOHIA HOSPITAL, NEW DELHI Notice Inviting Quotation for HIRING OF VEHICLES
National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone: 011-26927059
National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone: 011-26927059 NOTICE INVITING TENDER FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND TESTING
Oracle Financial Services Applications
Small Industries Development Bank of India REQUEST FOR PROPOSAL FOR RENEWAL OF ANNUAL TECHNICAL SUPPORT (ATS) Oracle Financial Services Applications (ALM & FTP components) Tender No.: 400/2012/815/BYO/ISD
Sub: Tender Enquiry for Sale of Condemned Items.
PUBLIC ENTERPRISES SELECTION BOARD Department of Personnel & Training (Ministry of Personnel, Public Grievances and Pension) 5 th Floor, Block No.14, CGO Complex, Lodhi Road, New Delhi-110003. No.4/8/2010-PESB
(A K Chatterjee ) Sc. F & Head, BIS-DSBO
BUREAU OF INDIAN STANDARDS (Durgapur Sub Branch Office) Our Ref: DSBO/CA Tender/2014 NOTICE INVITING QUOTATIONS FOR HIRING TAX CONSULTANCY/OUTSOURCING OF ACCOUNTS WORK THROUGH TALLY PACKAGE & MANUAL BASIS
LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP)
Tribal Cooperative Marketing Development Federation of India Ltd.(TRIFED) (Ministry of Tribal affairs, Govt. of India), NCUI Building, 2 nd Floor, 3, Siri Institutional Area, August Kranti Marg, New Delhi-110016.
Invites Offers from Consulting Actuary
Invites Offers from Consulting Actuary The Chief General Manager, Postal Life Insurance, Chanakyapuri P.O. building, New Delhi-110021 invites offers from interested fellow members of the Actuarial Society
TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE
TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE NIT No. 2659/DCFS/JPG/NFSA/15, Dated : 24/08/2015 1 Section-I District Magistrate, Jalpaiguri, Government of West Bengal Invites
E-Tender. Service Description. Time CGG 3851 P15 25-07-2014
OIL INDIA LIMITED (A Government of India Enterprise) Pipeline Headquarters P. O. Udayan Vihar, Guwahati-781171, Assam, India E mail: [email protected] E-Tender OIL INDIA LIMITED invites Competitive
ICC UNIFORM RULES FOR CONTRACT BONDS
ICC UNIFORM RULES FOR CONTRACT BONDS issued as ICC publication No. 524, adopted by the ICC Executive Board on 23 April 1993, come into effect on 1 January 1994 Copyright 1993 International Chamber of Commerce.
NOTICE INVINTING QUOTATION
Agricultural Produce Marketing Committee (Market of National Importance) (Govt. of NCT of Delhi) Office Complex, NFM Phase-II, Sarai Pipal Thala, Azadpur, Delhi-110033. Ph. (O): 27691602, Fax: 27691762,
Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer
Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland
REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI
REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI CONTACT PERSON: SH. B.P. MEENA Room no. 327, C.R. BUILDING I.P. ESTATE, NEW
HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LIMITED RITZ ANNEXE, SHIMLA-171 001 TEL.: (0177) 2652704 FAX: (0177) 2652206 TENDER NOTICE
HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LIMITED RITZ ANNEXE, SHIMLA-171 001 TEL.: (0177) 2652704 FAX: (0177) 2652206 TENDER NOTICE Sealed bids are hereby invited from reputed Contractors/Co-operative
भ रत य कप स नगम ल मट ड
भ रत य कप स नगम ल मट ड THE COTTON CORPORATION OF INDIA LTD. (भ रत सरक र क उप म) (A Government of India Undertaking) कप स भवन, ल ट न. 3/ए, स टर-10, स.ब.ड. ब ल प र, नव म बई-400614 Kapas Bhavan, Plot No.3-A,
REQUEST FOR QUOTATIONS
ROMANIA NATIONAL AGENCY FOR FISCAL ADMINISTRATION REVENUE ADMINISTRATION MODERNIZATION PROJECT REQUEST FOR QUOTATIONS FOR PROJECT MANAGEMENT SOFTWARE RAMP/9 Country: ROMANIA Name of the Project: Revenue
E-Mail:- [email protected] NOTICE INVITING TENDER
West Bengal State Electricity Distribution Company Limited (A Govt. of West Bengal Enterprise) Office of the PM Purulia R. E. Project N.R.E.P. Building, 2 nd. Floor, PO & Dist.- Purulia,Telephone Fax No.03252
Re-Tender. for. Supply and Installation of the. Student Biometric Attendance System. Indian Institute of Technology Jodhpur
Re-Tender for Supply and Installation of the Student Biometric Attendance System at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/CC/2014-15/1/57 NIT Issue Date : 26 November 2014 Last Date
SHORT TERM TENDER NOTICE
NIELIT Headquarters, New Delhi File No.1 (55)/2000 NIELIT/Vol-I Date: 01.04.2015 SHORT TERM TENDER NOTICE For AMC of Air Conditioners (ACs). 1. Competitive offers in sealed covers super scribed with the
Service Level Agreement for providing Annual Maintenance Services for STPI.in Project
Annexure SLA Service Level Agreement for providing Annual Maintenance Services for STPI.in Project This SERVICE LEVEL AGREEMENT is made on this the between Director, STPI Bangalore, Bangalore 560 100 (hereinafter
Modification works in Hydrazine plant (F-8) at RFF, VSSC, Thumba [Civil works]
GOVERNMENT OF INDIA, DEPARTMENT OF SPACE, CONSTRUCTION & MAINTENANCE DIVISION-CPH, VIKRAM SARABHAI SPACE CENTRE, THIRUVANANTHAPURAM -695 022 Tender Notice No. VSSC/CMD-CPH/CS/4092/4093/HLS/183/184/15 Dated.
TENDER DOCUMENT FOR DIGITIZATION OF PUBLICATIONS OF BIS
TENDER DOCUMENT FOR DIGITIZATION OF PUBLICATIONS OF BIS Bureau of Indian Standards (BIS), the National standards body of India, working under the aegis of Ministry of Consumer Affairs and Public Distribution,
BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA - 800015 BIHAR (INDIA)
BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA - 800015 BIHAR (INDIA) SHORT-TERM TENDER NOTICE Tender Ref. No.: 23 02-3 3 / 01-- BRDS invites
Address for Communication :
For printing and supply of Calendar, 2014 AXOM SARVA SIKSHA ABHIYAN MISSION ASSAM KAHILIPARA, GUWAHATI-781019 Tender No. SSA/MDM/Calendar/2014-15/95/2014/8148 Date : 18.02.2014 INVITATION FOR TECHNICAL
Tender Title : LOAD TESTING OF STARTER GENERATORS
Type of Organisation : SERVICE PROVIDER (AVIATION INDUSTRY) Tender Title : LOAD TESTING OF STARTER GENERATORS Tender Ref. No. : 1314/PHL/WR/MAT/LP/TE-044 Product Category : AMC Sub Category : Tender Value
TENDER DOCUMENTS FOR SUPPLY INSTALLATION AND COMMISSIONING OF BIOMETRIC DEVICE FOR FINGERPRINT ATTENDANCE SYSTEM
NORTH A Grade NAAC-Reaccredited (3 rd Cycle) ÓŸÖ üß Öê ü¾öæ ÖÖ Ö µööêÿö NORTH MAHARASHTRA UNIVERSITY P.B.NO. 80,UMAVI NAGAR, JALGAON-425001 Telephone No- (0257) 2257239,240,241 Fax No.(0257) 2258406 Website
OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN-786602, ASSAM ------------------------------------------ NOTICE OF INVITING TENDER
OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN-786602, ASSAM ------------------------------------------ NOTICE OF INVITING TENDER OIL INDIA LIMITED (OIL) invites sealed tenders under single
2-5/2005/FIU(Admn) Government of India Ministry of Finance Department of Revenue Financial Intelligence Unit-India
2-5/2005/FIU(Admn) Government of India Ministry of Finance Department of Revenue Financial Intelligence Unit-India To 6th Floor, Hotel Samrat, Kautilya Marg, Chanakyapuri New Delhi 110021: Dated: 30 th
Ref No: 110003/2011-12/91/IT/Dir/ Date: 02/02/2012.
GOVERNMENT OF INDIA ELECTRONICS TEST AND DEVELOPMENT CENTRE Department of Information Technology Ministry of Communications & Information Technology, Govt. of India ETDC, Ring Road, Peenya Industrial Estate,
Tender for Comprehensive A.M.C. for Air-conditioning Systems at Sub Regional Office Employees' State Insurance Corporation, Bibvewadi, Pune.
TENDER NO : 05/2014-15 SUB-REGIONAL OFFICE EMPLOYEES STATE INSURANCE CORPORATION PANCHDEEP BHAVAN, S.NO. 689/690. BIBWEWADI PUNE - 411 037. (ISO-9001:2008 Certificate Phone:020-2421-1138,-1139, Fax:020-24215153
Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software
NATIONAL HEALTH SYSTEMS RESOURCE CENTRE NIHFW Campus, Baba Gangnath Marg, Munirka, New Delhi - 110067 TENDER DOCUMENT UNDER TWO BID SYSTEMS NAME OF WORK Tender Document for Supply, Implementation & Maintenance
INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR
INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR Ground Floor, Block A, Vishwakarma Government Engineering College Campus Visat-Gandhinagar Highway, Chandkheda, Ahmedabad-382424. Fax No. +91 79 2397 2583 Website:
Wanted Plot at Bavla. Advertisement for purchase of plot at Bavla under Ahmedabad DO.
Life Insurance Corporation of India Estate Deptt., 7th floor, Jeevan Prakash bldg., Tilak road, Ahmedabad- 380001. Tel.No. 25508832 [email protected]. Wanted Plot at Bavla LIC of India
e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of 2015-16
U.T. ADMINISTRATION OF DAMAN & DIU O/o THE ASSISTANT DIRECTOR OF EDUCATION / DISTRICT PROJECT OFFICER, SARVA SHIKSHA ABHIYAN MISSION, DISTRICT PANCHAYAT, DHOLAR, MOTI DAMAN 396 220. Tender Notice No. ADE/EE/SSA/Biometrics/2015-16/617
SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS
ISO 9001:2008 TENDER FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS Tender Inquiry No. NTSC/OK/CM/37/2012-13 NSIC- Technical Services Centre (A Government of India Enterprise)
School of Open Learning University of Delhi
` School of Open Learning University of Delhi REQUEST FOR PROPOSAL FOR RENEWAL OF ORACLE ANNUAL TECHNICAL SUPPORT Dated:25/10/12 Cost: Rs.500/- Last Day of Submission:9/11/2012 Request for Proposal (RfP)
TENDER FOR AMC OF LAN NODES & SWITCHES
TENDER FOR AMC OF LAN NODES & SWITCHES Comprehensive Annual Maintenance Contract of 4250 + 100 nos. of LAN Nodes & 233 nos. of LAN Switches (Nortel 350-24T & 425-24T, CISCO, INTEL, DAX, BAYSTACK & NETMAX,(8
Tender No. CWC/RO-CNI/H&T-MDU I & II (Adhoc) /2015-16/ Date: 09.01.2016. Tender notice
CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) Regional Office : No.4 North Avenue,Srinagar Colony,Saidapet, Chennai 15. Phone : 22201216/0350 Fax. 22200068. E-Mail :[email protected]
Earnest Money In (Rs) Rs 4,900 (Rupees Four Thousand Nine Hundred only)
No. SJVN/P&C/PPR-NJHPS-1389(O&M)/2016- एसज व एन ल मट ड (भ रत सरक र तथ हम चल द श सरक र क स झ उपबम) (A Mini Ratna and Schedule A Company) (6X250MW न थप झ कड़ जल वद य त ट शन) पण एव स वद वभ ग, झ कड़, जल शमल,
NOTICE INVITING PROPOSAL
NOTICE INVITING PROPOSAL Sl. Pg. 1 1. CIDCO of Maharashtra Limited through the process of e-tendering invites On-line Proposal from single business entities fulfilling the eligibility criteria for PMIC
TENDER NOTICE FOR SOCIAL MEDIA MONITORING SERVICES (TWITTER) FOR THE EXTERNAL PUBLICITY AND PUBLIC DIPLOMACY DIVISION, MINISTRY OF EXTERNAL AFFAIRS
TENDER NOTICE FOR SOCIAL MEDIA MONITORING SERVICES (TWITTER) FOR THE EXTERNAL PUBLICITY AND PUBLIC DIPLOMACY DIVISION, MINISTRY OF EXTERNAL AFFAIRS THROUGH ADVERTISED TENDER TENDER NOTICE External Publicity
Tender for setting up and operation of a domestic inbound call centre as a helpdesk for providing information
TOURISM CORPORATION OF GUJARAT LIMITED Tender No: TCGL/MR/ Document and processing Fee: Rs 5000/- Name of the Agency Tender for setting up and operation of a domestic inbound call centre as a helpdesk
REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO
REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO TENDER NAME: ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO REFERENCE NUMBER: CBL/FNC/8/C/TC/03/20I5
Following terms and conditions may be kept in view while submitting the bids :-
No.1/19/2013-DCH/Genl.. Government of India Ministry of Textiles Office of the Development Commissioner for Handlooms. ****** Udyog Bhavan, New Delhi Dated the 23 rd May, 2014 TENDER NOTICE Subject: Installation
100 mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) connectivity through optic fiber Leased Line at given location:
Technical Requirement and Specifications for Hiring of 100 Mbps Dedicated Uncompressed Symmetric Internet Bandwidth (1:1) Connectivity through Optic Fibre Leased Line for CSIR-CIMFR, Digwadih Campus, Dhanbad-828108
Subject : Annual Contract for Pest Control, Rodent Control and Termite Control to the Commission for the year 2014-1 5.
National Human Rights Commission Manav Adhikar Bhawan, C-Block, GPO Complex, INA, New Delhi-110023 INDIA Fax : 91-01 1-24651329 E-mail : nhrcga@
JHARKHAND STATE ELECTRICITY BOARD
JHARKHAND STATE ELECTRICITY BOARD NIT for Supply of Oracle e- Business Suite Application User Software Licenses and Annual Technical Support Tender Ref. No.: NIT 714/PR/JSEB/13-14 JHARKHAND STATE ELECTRICITY
(Through E-procurement Portal Only) https://www.eproc.karnataka.gov.in
Shivamogga, Davanagere & Chitradurga Co-operative Milk Producers Societies Union Ltd. Machenahalli, Nidige Post Shimoga. (KARNATAKA)-577 222 Tender Document for Bi-Annual Maintenance contract (AMC) for
STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES
STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES Table of Contents Page INTRODUCTION.. 3 Section I INVITATION FOR TENDERS... 4 Section II INSTRUCTION TO TENDERERS Appendix to instructions
Corrigendum Document. For. Selection of Agency
Corrigendum Document For Selection of Agency To Establish Comprehensive Call Centre for Department of Health & Family Welfare, Govt. of Himachal Pradesh Mission Director, National Health Mission Department
TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.
Government of India Directorate of Film Festivals Ministry of Information & Broadcasting Siri fort Auditorium Complex August Kranti Marg New Delhi-110049 Dated:-17.05.2013 TENDER FOR ANNUAL MAINTENANCE
Software Technology Parks of India
OTICE I VITI G TE DERS FOR PROVIDI G OUTSOURCI G & HOUSEKEEPI G STAFF Sealed tenders are invited under Two-Bid system from reputed agencies, either by themselves or as a joint venture/consortium/partnership
LIMITED TENDER ENQUIRY FOR RODENT CONTROL SERVICES IN AAAGH
GOVT OF NCT OF DELHI OFFICE OF THE MEDICAL SUPERINTENDENT ARUNA ASAF ALI GOVT HOSPITAL 5, RAJPUR ROAD, DELHI-110054 No. E-13013/1/2015/AAAGH/Misc-PestControl/ Dated: LIMITED TENDER ENQUIRY FOR RODENT CONTROL
TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON
Services Deptt., Head Office, Gurgaon Services Dept., Head Office, Gurgaon TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON APPLICATION
Request For Proposal (RFP) for Empanelment of IT Consultants for Bank
RFP Reference No : OBC/HO/DIT/RFP-CONS/03 / 2010-11 Request For Proposal (RFP) for Empanelment of IT Consultants for Bank Oriental Bank of Commerce Department of Information Technology Head Office New
STATE BANK OF INDIA LOCAL HEAD OFFICE CHENNAI-600006
1 P a g e STATE BANK OF INDIA LOCAL HEAD OFFICE CHENNAI-600006 APPLICATION FOR SALE OF SALVAGED STEEL & OTHER METAL SCRAP ON AS IS WHERE IS CONDITION AT STATE BANK OF INDIA, 84 RAJAJI SALAI, CHENNAI 600001
Selection of Digital Promotion & Marketing Consultant. for. the Ministry of Tourism, Government of India
1 MINISTRY OF TOURISM GOVERNMENT OF INDIA Request For Proposal (RFP) Selection of Digital Promotion & Marketing Consultant for the Ministry of Tourism, Government of India File No.:11.IT(1)/2015 Date :
Form No. DOS:PM:19 PROFORMA FOR TERMS AND CONDITIONS OF TENDER GOVERNMENT OF INDIA DEPARTMENT OF SPACE MVIT / VSSC PURCHASE DIVISION Tele No: 0471 2567507/02567335/Fax No: 0471 2567207 e-mail ID : [email protected]
No. 11-264 / 2015 16 / CICT / CCTV / AMC Date: 18.12.2015
CENTRAL INSTITUTE OF CLASSICAL TAMIL (An autonomous Institution under Ministry of Human Resource Development, Government of India, New Delhi) LMV Building, Institute of Road Transport Corporation Campus,
TENDER APPLICATION FORM
NEIGRIHMS North Eastern Indira Gandhi Regional Institute of Health and Medical Sciences, Shillong (An Autonomous Institute, Ministry of Health and Family Welfare, Government of India) Director s Block,
1.1 The tendering process is online at Airports Authority of India s e-portal URL address https://etender.aai.aero/irj/portal or www.aai.aero.
Ref. No.: AAI/BBSR/AGME (E)/eNIT-12/EE-54/2013-14 Date: 28.11.2013 NOTICE INVITING e-tender (enit) 1. Online Item rate e-tenders are invited through the Airports Authority of India s e-tendering portal
Consultant s Services Small Assignments, Lump-Sum Payments
STANDARD AND SAMPLE CONTRACT FOR Consultant s Services Small Assignments, Lump-Sum Payments Public Procurement Authority Accra, Ghana April, 2014 Table of Contents SECTION I: CONTRACT FORM... 1 Services...
Terms and Conditions of Sale
Broadberry Data Systems Limited ("The Company") Terms and Conditions of Sale 1. General a) Unless otherwise expressly agreed in writing by a Director (or authorised executive) of the Company all goods
Income Tax Settlement Commission Principal Bench, New Delhi. Tender for award of contract for providing the services of Multi-Tasking Staff Reg.
Income Tax Settlement Commission Principal Bench, New Delhi 4 th Floor, C Wing, Room No 20 Lok Nayak Bhavan, New Delhi-110 001 Sub: Tender for award of contract for providing the services of Multi-Tasking
How To Write A Contract In The European
(Form-9) Agreement with Contractor for THIS AGREEMENT (hereinafter, together with the appendices and all the documents annexed hereto and forming an integral part hereof, referred to as the Contract )
TENDER DOCUMENT. For SUPPLY OF TWO OMR SCANNER WITH BAR CODE READER
TENDER DOCUMENT For SUPPLY OF TWO OMR SCANNER WITH BAR CODE READER Rs. 200/- THE PUNJAB STATE BOARD OF TECHNICAL EDUCATION AND INDUSTRIAL TRAINING 23/08/2010 CONDITIONS GOVERNING THE TENDER For suppy of
GENERAL CONDITIONS OF CONTRACT MINOR WORKS AND SERVICES
GENERAL CONDITIONS OF CONTRACT MINOR WORKS AND SERVICES GENERAL CONDITIONS OF CONTRACT FOR MINOR WORKS PAGE 1 BASE D ON WA LOCAL GOVERNMENT ASSOCIATION MODEL 2010 TABLE OF CONTENTS 1 INTERPRETATION 2 RISE
FOR INFORMATION PURPOSES ONLY
On December 23, 2013, the debtor Metropolitní spořitelní družstvo v likvidaci, having its registered office at Balbínova 404/22, Prague 2, Postal Code 120 00, Identification Number: 255 71 150, registered
Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Ministry of Women and Child Development
F. No. 4-1/2010-Genl. GOVERNMENT OF INDIA MINISTRY OF WOMEN AND CHILD DEVELOPMENT GENERAL SECTION Shastri Bhawan, New Delhi Dated: 8.11.2010 NOTICE INVITING TENDER Subject: Annual Maintenance Contract
SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES
SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES Ramanujan Computing Centre Anna University, Chennai 600 025. 1 A. TENDER NOTICE Invitation to Bid for Supply and installation of Internet Bandwidth
ICWA/IT/AMC/872/21/2013 Dated: 5-08-2013 NOTICE INVITING TENDER
ICWA/IT/AMC/872/21/2013 Dated: 5-08-2013 NOTICE INVITING TENDER Subject: Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Indian Council of World Affairs Sealed
2) For display on the Notice Board.
GOVERNMENT OF INDIA OFFICE OF THE COMMISSIONER OF INCOME TAX, DELHI.' R(X)M NO.-906, gttfloor PRATYAKSH KAR BHAWAN, DR. SHYAMA P MUKHERJEE, CIVIC CENTER, J.L.N. MARG. NEW DELHI F. No./CIT/D-VII/Contract
CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise) for the
FORMAT NO. : CEL/FR/MMD/03(01) CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise) TENDER DOCUMENT for the AMC support for Microsoft Dynamics Navision 2009 ERP System in CEL for one year Tender Notice
न द र य सम र म त स यय अन स ध न स यथ न
न द र य सम र म त स यय अन स ध न स यथ न CENTRAL MARINE FISHERIES RESEARCH INSTITUTE (भ रत य ष अन स ध न ऩरर द ) (INDIAN COUNCIL OF AGRICULTURAL RESEARCH) न द र य सम र म त स यय अन सन द ध न सन द यथ न मण डऩम
PRASAR BHARATI ( INDIA S PUBLIC SERVICE BROADCASTER ) NEWS SERVICES DIVISION : ALL INDIA RADIO NO. 17(10)/2013-14/G/
PRASAR BHARATI ( INDIA S PUBLIC SERVICE BROADCASTER ) NEWS SERVICES DIVISION : ALL INDIA RADIO NO. 17(10)/2013-14/G/ Dated 2 nd April 2014 Subject:- Quotation for Annual Maintenance Contract (AMC) of Window,
Supplier prequalification Document
Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control
Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 TENDER NOTICE FOR INTERNET CONNECTIVITY
Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 No. RSTV/TKSA/Technical/2014 Admn 07 April, 2014 TENDER NOTICE FOR INTERNET CONNECTIVITY Sealed tenders
CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT
CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT REQUEST FOR PROPOSAL For Scanning, Digitization of Documents/Files along with software facility for
A. Qualifying Criteria
1 F. No. 17(9)/2010 PL/NGT Government of India Ministry of Environment and Forests (PL Division NGT Cell) Paryavaran Bhawan, CGO Complex, Lodhi Road, New Delhi 110003 Dated : 17/12/2012 Subject:- Open
Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016
Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016 A. BRIEF PROJECT REQUIREMENT Bank of Baroda has a
