gujarat state electricity corporation ... office/ukai...dual float cum boost charger including...
TRANSCRIPT
Tender ET- Page 1 of 32
GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED
Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257
Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in CIN: U40100GJ1993SGC019988
TECHNICAL BID
WT–3177 (E-Tender I.D. No. _____________)
Subject: Design, Manufacture, Supply, Installation, Commissioning, Testing of 220V/200 A
DC Dual Float cum Boost charger suitable for 220 V DC, 1300 AH Battery Set for
200 MW Unit No.3&5 at Ukai TPS.
Due on Date : ________________________ At 3.30 P.M. (if Possible)
EMD paid YES / NO
EMD D. D. No._________________________ Date : _____________________
OR
SSI / NSIC Certification Number : __________________________________________
_____________________________________________________________________
Duly Notarized : YES / NO
Notes :
(1) The party has to submit latest and valid SSI / NSIC Certificate. Photocopy of SSI / NSIC
Certificate is not acceptable. It must be duly notarized. It should not be more than 3 years old.
(2) Tenders submitted without Tender Fee and Earnest Money Deposit (E.M.D.) will not be
accepted .
Tender ET- Page 2 of 32
GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED
Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257
Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in CIN: U40100GJ1993SGC019988
Tender No. WT – 3177
Tender for :- Design, Manufacture, Supply, Installation, Commissioning, Testing of 220V/200
A DC Dual Float cum Boost charger suitable for 220 V DC, 1300 AH Battery Set
for 200 MW Unit No.3&5 at Ukai TPS.
Sr. No. Index Page No.
1. Tender Notice
2. Detail Specifications (Technical Bid)
3. Technical Specifications, Scope of Work and General Terms & Conditions
4. Schedule of Guaranteed Technical Particulars
5. Tender & Contract for works (Booklet)
6. Labour & Safety Rules
7. Schedule 'B' (Price Bid)
Issued to ____________________________________________________________
__________________________________________________________________
Demand Draft No. for Tender Fee: __________________ & Date: __________ Demand Draft No. for Earnest Money Deposit : ______________ & Date: __________ IMPORTANT NOTE :
This tender should be submitted duly signed without removing a single page. Otherwise the
tender is liable to be rejected.
For SUPPLY TENDER, TIN / PAN Number should be invariable mentioned in their technical bid
otherwise your offer will be ignored and price bid will not be opened.
Gujarat State Electricity Corporation Limited
Tender ET- Page 3 of 32
Ukai Thermal Power Station THERMAL POWER STATION, UKAI DAM, DIST - TAPI - 394680
TECHNICAL BID Reference No. : WT – 3177
Subject : Design, Manufacture, Supply, Installation, Commissioning, Testing of 220V/200
A DC Dual Float cum Boost charger suitable for 220 V DC, 1300 AH Battery
Set for 200 MW Unit No.3&5 at Ukai TPS.
Sr. No. Description of Material Qty. Required Unit
Part -I : Supply
1 Dual Float Cum Boost Charger For 220 V DC, 1300 AH Battery Bank 2 Number
Part -II : Works
2
Complete Erection, testing and commissioning of 220V/200A DC Dual Float cum Boost Charger including dismantling of existing battery charger, all related power & control cables and reconnection of related power & control cables to new panels.
2 Number
[i] While filling-up various taxes through On-line Price Bid , the party has to mention the tax in
Rupees instead of percentage. [ii] Test Certificate should be submitted along with supply of material for item Sr. No.1. [iii] Part-I [Supply] - Please quote the rates by indicating taxes & duties, P & F, freight etc. [iv] Part-II [Works] - Please quote the rates exclusive of Service tax. [v] GSECL prefers to place the order on Overall L1 basis [Part-I + Part-II]. Technical Specification and Scope of Works: Attache d herewith
Tender ET- Page 4 of 32
Special Notes :
(1) It is mandatory for all bidders to submit their ten der documents by both forms viz. online (e-tendering) and physically in schedule time. I f t ender documents submitted in only any one form, say either by on-line or physically, in t hat case the same tender will not be considered.
Further bidders are requested to submit Price bid (Schedule-B) online only and not to submit the Price bid in Physical form. This is mandator y. If price bid is submitted in physical form, the same will not be opened and only on-line submitted Price bid will be considered for evaluation. Further, if the quantity quoted differs in the any of the technical bid forms and in price bid forms, it is at the discretion of CE Committee / ED Committee - GSECL to consider the quoted quantity.
(2) Please submit photocopy of Schedule-B duly signed by you, along with TECHNICAL BID, without stating prices.
(3) Tender shall not be opened without payment of E MD & Tender Fee. Please furnish details of EMD & Tender Fee paid on cover.
(4) If any deviation in your offer with respect to Tender specification, then please mention clearly in separate deviation sheet , otherwise we will consider your offer is exactly as per our Enquiry / Tender specification.
(5) GSECL prefers to place the order on Overall L1 basis [Part-I + Part-II]. Bidder should quote their rates for all the items of the tender.
(6) Repeat Order: GSECL reserves right for the placement of repeat order @ 50 % of the order quantity / value within 4 (Four) months of the order as per the Clause No. 24 of Commercial Terms and Conditions instead of 25 %. Other condition of Clause No. 24 remains same.
(7) It is to be noted that GSECL, Ukai TPS is establishing and implementing occupational Health & Safety Management System complying with OHSAS 18001:2007. You as a part of the GSECL Ukai team and as defined by the scope of mentioned standard, all contractors are required to comply with and participate to prevent the occupational Health and Safety hazards and risks including observation of safety rules. Further you are also to comply with all applicable legal requirements while executing the supply / work, in case the job is assigned to you.
(8) Party has to accept Payment Term as per GSECL’s standard terms & conditions: Payment Conditions as per Tender Clause No. 1.16 [C ] [12].
(9) Delivery Period : Delivery period & Time limit for Works Portion is as per Tender Clause No. 1.16[ C] [13]
(10) While filling-up various taxes through On-line Price Bid , the party has to mention the tax in Rupees instead of percentage.
(11) Tender Fee / Earnest Money Deposit (E.M.D.) / Security Deposit (S.D.) will be accepted by Demand Draft / RTGS / NEFT also. The bank details are as under,
Beneficiary Name : M/s. Gujarat State Electricity Corporation Ltd. Address : Urja Nagar, GEB Colony, Taluka : Songadh. Dist. : Tapi., Pin Code - 394680. Bank Name : Bank of Baroda Ukai. Nature of A/C : Current Accounts., Branch : Ukai. Account No. : 02640200000002 IFSC CODE No. : BARB0UKAIXX ( 0 = ZERO) MICR CODE No. : 394012529.
After net banking transaction, please inform to our Account Section regarding payment details along with tender number on their e-mail id of [email protected] and [email protected]
CHIEF ENGINEER (GEN.) GSECL, Ukai TPS.
Contractor's Signature With date and seal RFQ No. : 37627
Tender ET- Page 5 of 32
IMPORTANT :
All the bidders are requested to read and verify the documents of Commercial Terms & Condition of Tender & Supply (i.e. Clause No.1 to 83) of GSECL, UKAI, TPS and confirm that all the above documents are verified & certify by you as below.
“I / we read the above documents and agree for the Conditions of Tender & Supply (i.e. Clause
No.1 to 83) of GSECL, UKAI, TPS and accordingly submitted my / our offer.”
(1) For Page No. 1 to 21 of terms & condition : Party can give acceptance of clause No.1 to 83 on a single paper instead of all 21 pages.
(2) For Page No. 25 to 37 : Please note that you have to furnish the details in all Annexure-1 to 13,
Certificate-A & Integrity Pact i.e. dully fill, stamped and signed otherwise your offer is likely to be ignored out rightly.
(3) In case of Ex-works Prices, you have to mention item wise Pkg. & Fwd., Freight, insurance charges in Annexure-10 otherwise it will be considered as per GSECL procedure for evaluation.
(4) Clause No. 12 of Commercial Terms & Condition a t Page No.6 of 46 : Kindly read clause No. 12 i.e. Security Deposit of Commercial terms & Condition as below.
SECURITY DEPOSIT :
The successful Tenderer will be required to pay an amount equivalent to 10 % of the value of the Order (End Cost) against letter of intent as per GOG guideline as a Security Deposit for satisfactory execution of the contract. Such security deposit will be payable either in D.D./Bank Guarantees. Bank Guarantees will be acceptable if issued by Bank of Baroda and State Bank of India. The Bank Guarantees will be executed on the standard form prescribed by the GSECL. In case of the Bank Guarantees furn ished / submitted, they should have clear one time validity till the completion of the order in all respects and up to the expiry of guarantee period f rom the date of receipt of the last consignment. Bank Guarantees for interim period will not be allo wed. If by any reasons the supply period is extended then supplier should undertake to renew th e Bank Guarantee at least 01 Month before the expiry of the validity failing which GSECL will be at liberty to encash the same. CORPORATE BANK GUARANTEES NOT ALLOWED.
If S.D. Exemption is claimed against NSIC Certificate, then the NSIC Certificate / Competency Certificate more than 03 years old will not be considered. If the validity of the certificate expires prior to completion of the order, then it has to be got revalidated from NSIC by the Tenderer and submitted immediately; otherwise bidder shall have to arrange for payment of Security Deposit. S.D. should be paid within 07 (Seven) days after re ceipt of the LOI. Security Deposit is to be paid @ 6 % of the Order End Cost for Small, Cottage & tiny industrial unit of Gujarat State registered under Small Scale industries of Gujarat State and holding subsequent registration with CSPO / NSIC / DGS&D Registration Certificates for the item under tender. (Applicable Only of Gujarat base Parties)
Contractor's Signature With date and seal
R.F.Q. No. : 37627
Tender ET- Page 6 of 32
Gujarat State Electricity Corporation Limited
Ukai Thermal Power Station THERMAL POWER STATION, UKAI DAM, DIST - TAPI - 394680
TECHNICAL SPECIFICATIONS
FOR
BATTERY CHARGER (FOR 220 V, 1300 AH BATTERY SETS OF UKAI TPS)
Tender ET- Page 7 of 32
SPECIAL INSTRUCTIONS TO BIDDER
Please read following instructions carefully before submitting your bid-
1. All the drawings, i.e. elevation, side view, plan, cross sectional view etc., in AutoCAD
format and manuals in PDF format, for offered item shall be submitted. Also the hard
copies as per specification shall be submitted.
2. The bidder shall submit Quality Assurance Plan for manufacturing process and Field
Quality Plan with the technical bid.
3. The bidder shall have to submit all the required type test reports for the offered item. In
case of non-submission of the type test reports with the offer, the bid shall be liable to be
rejected.
4. The bidder must fill up all the point of GTP for offered item/s. Instead of indicating “refer
drawing, or as per IS/IEC”, the exact value/s must be filled in.
5. All the points other than GTP, which are asked to confirm in technical specifications must
be submitted separately with the bid.
6. The bidder is required to impart training in view of manufacture, assembly, erection,
operation and maintenance for offered item, at his works, to the person/s identified by
GSECL, in the event of an order, free of cost. The cost of logistics will be bear by GSECL.
7. Please note that the evaluation will be carried out on the strength of content of bid only.
No further correspondence will be made.
8. The bidder shall bring out all the technical deviation/s only at the specified annexure.
9. The bidder should indicate manufacturing capacity by submitting latest updated
certificate of a Chartered Engineer (CE).
SEAL OF THE FIRM SIGNATURE OF THE TENDERER
Tender ET- Page 8 of 32
QUALIFYING REQUIREMENT DATA
Bidder to satisfy all the following requirements-
1. The bidder shall be Original Equipment Manufacturer (OEM). The offered equipment
have to be designed, manufactured and tested as per relevant IS/IEC with latest
amendments.
2. The minimum requirement of manufacturing capacity of offered type, size and rating of
equipment shall be 7 times tender / bid quantity. The bidder should indicate
manufacturing capacity by submitting latest updated certificate of a Chartered
Engineer (CE).
3. Equipment proposed shall be of similar or higher rating and in service for a minimum
period of THREE (3) years and satisfactory performance certificate from utilities like State
Electricity Corporations, NTPC, PGCIL etc in respect of this should be submitted. The
details for “Performance and Experience Detail” shall be submitted.
4. The bidder should clearly indicate the quantity and Single Value Contract executed
during last FIVE (5) years, for the offered equipment. Bidder should have executed one
single contract during last five years for the quantity equivalent to tender / bid.
The details are to be submitted in following format:
Sr.
No
ITEMS
SUPP-
LIED
TO
ORDER
REFEREN
CE No.
and
DATE
ITEMS QUANTITY ORDER
FULLY
EXECUTED.
YES/NO
STATUS, IF
ORDER
UNDER
EXECUTION
REMARK
5. Equipment offered shall have Type Test Certificates from accredited laboratory
(accredited based on ISO/IEC Guide 25 / 17025 or EN 45001 by the National
accreditation body of the country where laboratory is located), as per IEC / IS /
technical specification, valid for a period of FIVE years from the expiry date of validity of
technical bid.
SEAL OF THE FIRM SIGNATURE OF THE TENDERER
Tender ET- Page 9 of 32
TECHNICAL SPECIFICATION OF BATTERY CHARGER
FOR 220V, 1300 AH LEAD ACID TYPE BATTERY SETS
1.1. SCOPE :
This specification covers Design, Manufacture, Supply, Installation, Commissioning,
Testing of the complete Dual Float Cum Boost Charger for 220V, 1300 AH Battery sets
at works and site.
1.2. APPLICABLE STANDARDS:
1.2.1. The design, manufacture and performance of the equipment shall comply with all
currently applicable standards, regulations and safety codes. Nothing in this
Specification shall be construed to relieve the Bidder of their responsibility.
1.2.2. Unless otherwise specified, the battery charger shall conform to the latest applicable
Indian / IEC standards and in particulars to the following standards.
1 IS-3895 Specification for rectifier equipment in general
2 IS-2208 Specification for HRC fuses.
3 IS-1248 Specification for Indicating Instruments.
4 IS-2147 Degree of protection for cubicles
5 IS-375 Specification for wiring
6 IS-4540 Mono crystalline semiconductor rectifier Assemblies and
equipment
7 IS-6619 Safety code for semi conductor rectifier equipment.
8 IS-2026 Transformers
9 IS-2959 A.C contactor for voltages not exceeding 1000V
10 IS-6005 Code of practice for phosphating of Iron and Steel.
11 IS-5921 Printed circuit boards.
12 IS-249 Printed circuit boards
1.2.3. The bidder shall clearly state the Standards to which the equipment offered by him
conforms.
1.3. CONSTRUCTION:
(i) It will be indoor, freestanding, floor mounting and forced (fan) air cooled type, and
designed for continuous operation in the ambient temperature of 50 º C. Good
ventilation shall be made through side louvers made with fine wire mesh. Degree of
Protection of cubicle is IP 42.
(ii) Each charging equipment offered shall be housed in a sheet steel cubicle reinforced by
angle iron frame and shall be mechanically strong. The cubicle shall be dust and vermin
proof. The rear and front door cover of the cubicle shall be hinged and shall have
locking arrangement. Thickness of sheet steel (frame structure) shall be 2 mm and 1.60
mm for other sides.
Tender ET- Page 10 of 32
(iii) All the accessories and equipment shall be of adequate rating to suit the above
requirements. All components should be accessible from front and rear.
(iv) Gland plate: Gland plate, undrilled, of 3 mm thickness for incoming / outgoing cables
shall be provided. Earthing with two separate earthing terminals shall also be provided.
Cable entry shall be decided by mutual discussion during site visit.
(v) Dimensions of the charger shall be decided by mutual discussion during site visit.
(vi) All the door mounted equipments as well as equipment mounted inside the cabinet
shall be provided with individual riveted / life lasting adhered labels with equipment
description engraved.
(vii) Electrical indicating instruments shall be flush mounted on the panel with only flange
projecting. The dial shall be white with black numbers and lettering.
(viii) The electronic control circuitry should have built in feature of soft start so that
whenever the charger is switched on, the output voltage should increase gradually.
(ix) Noise Level should be < 65 dB.
1.3.1. FINISH:
Each cubicle will undergo a through process of de-rusting, cleaning, application of red
oxide primer paint followed by two coats of light grey synthetic enamel paint shade 631 of
IS: 5.
1.3.2. WIRING:
All chargers will be complete with internal wiring and input and output terminals. The
components shall be liberally rated. Standard colour code practice shall be followed, with
the use of ferrule for numbering and identification of wires. 1.1 KV grade FR and C1 type
copper conductor of suitable size shall be used. All hardware such as screws nuts, studs,
washers shall be of brass and no ferrous parts shall be used in electrical circuitry control /
power.
1.3.3 RATINGS:
The charger for 220V batteries consisting of 110 Nos., 2.0 Volts Tubular Lead Acid battery set
shall have following output ratings:
(a) 220 V, 1300 AH Battery charger (Three phase), Output Current = 200 A.
(b) Float charging and load current ratings: 200 Amp at 220 V to 247 V D.C.
(c) Boost charging current rating: 200 Amps at 203 V to 303 V D.C.
1.3.4 POWER CONVERSION:
AC to DC conversion should be by means of Three Phase Full Wave Full Controlled Bridge
consisting of Thyristors.
1.3.5 SWITCHGEAR:
(1) Input Side : Input ON/OFF Switch Fuse Unit / Circuit Breaker
(2) Output Side : Input ON/OFF Switch Fuse Unit / Circuit Breaker
(3) Battery Side : Input ON/OFF Switch Fuse Unit / Circuit Breaker
Tender ET- Page 11 of 32
1.4. DUTY:
1.4.1. The composite charger shall consist of two Float Cum Boost Chargers. The charger
shall be required to cater the following requirements:
1.4.2. The Battery Charger System basically consists of Two Float Cum Boost Chargers with
an Interlocking Circuit (Common Circuit for FCBC-1 and FCBC-2). Each Float cum
Boost Charger is capable to supply the Load and Battery Charging requirements. In
normal mode of operation, the Battery Assembly is Float Charged by both the
Chargers while feeding the DC Load thus operating in parallel and sharing the total
Load. When FCBC-1 fails, the other Charger, FCBC-2 comes into operation and
supplies to the Load and Battery Bank. Interlocking circuit is the main circuit which
controls entire charger system by communicating with FCBC-1 and FCBC-2 and
activating them as per the requirement. It performs the operations like when FCBC-1
has to work; when FCBC-2 has to work and in which mode; when both FCBC-1 and
FCBC-2 has to work etc. Also, Interlocking circuit measures the load and battery
parameters like load voltage, load current, battery voltage, battery
charge/discharge currents etc.
1.4.3 Both FCBC-1 and FCBC-2 are connected in parallel to Battery and Load through
Power Contactors. During normal operation, both these chargers are kept in FLOAT
mode, so that they supply load current as well as trickle charging current to Battery
Bank through contactors. Whenever battery requires boost charging, any one of the
chargers either FCBC-1 or FCBC-2 will switches over to boost mode where it’s
respective Power Contactor gets opened automatically thereby separating the
battery path and load path and this makes the charger in float mode to get
connected to the load and the other (in boost mode) to the battery. During this
changeover, there should be no interruption to load. The charger should be
designed in such a way that boost voltage never reflects on the load and there will
no interruption to the load at any point of time. During normal Boost mode operation,
if both chargers fail, then the total Battery Bank will be connected across the load,
through contactors. The changeover of FCBC-1/ FCBC-2 from float mode to boost
mode and vice versa will be made automatic and manually selectable through
mode selection.
Each Charger will be provided with mode selection to select the charger mode of
operation:
Mode 1: AUTO
2: MANUAL FLOAT
3: MANUAL BOOST
One can independently select any of the chargers to the required mode and that
charger will operate in the selected mode, when the other charger is ON and
supplying the load requirement. Otherwise it will operate in FLOAT mode. This
interlock is provided to avoid Boost Voltage reflecting on the load bus.
Mode 1: In this mode the Charger will operate in FLOAT mode and also in parallel with the
other charger, supplying both load and battery trickle current. If the Battery charging
current is more than the preset value, then the charger will automatically go into
Boost mode and this will happen when the other Charger is in FLOAT mode.
Mode 2: In this mode, the Charger will operate in parallel with the other charger if that is
also in FLOAT mode and supplies load current and battery current. During this mode
both Output Contactors will be in closed position.
Tender ET- Page 12 of 32
Mode 3: In this mode, the selected charger will go to BOOST mode and supply the
charging current and this happens only when the other Charger is supplying load
current.
1.4.4 Normally the float charger shall operate in parallel with the 220 DC Volts battery and
the load. The float charger shall supply the DC loads of the station and also provide
the trickle charge for keeping the battery floating totaling up to full capacity. For this
condition, the float charger shall be designed to float charge all the cells between
220 V to 247 V and supply DC load of the station, keeping the load bus-bar voltage
between 220 V to 247 V. Hence the float charger shall have adequate capacity to
meet the above demand at constant voltage.
1.4.2.2. The float charger shall supply the DC output voltage as specified in Cl. 1.3.3.a.(i)
with + / - 1% stability of adjusted value for AC fluctuations as specified at Cl. 1.5.2 of
the Specification and for DC load variation from zero to 100% load.
1.4.3. During emergency, when the AC supply fails, the battery shall meet the DC load of
the station and in doing so, will get discharged gradually. The battery will need boost
charging, for which, a separate charger, called the boost charger shall be required.
1.4.3.1. Boost charger shall have adequate rating to quick charge the battery fully within 10
hrs after an emergency during which the complete DC load is met by the battery.
1.4.3.2. While boost charging the battery, the charger may also be called upon to supply
the DC load of the station in case of float charger failure. Based on the condition of
the battery, it shall be possible to set the boost charging voltage between 203 V to
303 V for 110 cells with a total output current between zeros to full load capacity of
the charger with the voltage on the load bus bar not exceeding 247 volts. The
required dropper diodes shall be provided to restrict load bus bar voltage not
exceeding 247.0 volts DC.
1.4.3.3. Float and Boost charger shall incorporate static components comprising Silicon-
Controlled Rectifiers (FWHC/SMPS) with necessary protection. Boost charger, apart
from normal constant current operation shall also be capable of constant voltage
operation which shall enable it to operate as a float charger delivering stabilized DC
output voltage within + / - 1 % from no load to full load in case of float charger
failure.
Suitable electrical circuitry shall be provided for this purpose. In the constant current
mode it shall have a current stability of +/-2% of the set value. The constant current
setting shall have step less range from 10 % to 100 % of full rated current. Further, the
boost charger shall have a provision for manual mode of operation, over and above
auto mode of operation. Required circuitry arrangement with auto / manual selector
switch etc shall also be provided for the purpose.
1.4.3.4. The boost charger and the float charger shall be so interlocked electrically that
during boost charging of the battery, the float charger will supply the DC constant
load without supplying to the battery, and at the same time will be in parallel with the
battery through a reverse current blocking diode at a suitable tapping. One DC
contactor may be incorporated which shall get engaged through N/C contact of
the contactor on AC side of the boost charger. In case of failure of AC supply, this
contactor shall connect the entire battery supply to the load through one of its N/O
contacts automatically without any interruption of DC supply even of a momentary
nature. Under no circumstances the voltage across lower tapped terminals shall
exceed (+) 10% or fall below (-) 15% of the rated voltage.
Tender ET- Page 13 of 32
1.4.4. LOAD LIMITING:
The charger shall be provided with load limiting feature for protection against over
load. The load limiting curves shall be submitted with the offer. The SCRs / Thyristors
shall be protected against voltage surges by providing voltage suppressor devices
and/or other latest method of protection.
1.5. INCOMING SUPPLY:
1.5.1. 220 V, 1300 AH Battery Charger (Three Phase) :
Incoming AC supply of 415 Volts, 50 Hz, Three phase, Three wire for float and boost
charger shall be available.
1.5.2. The variation in the incoming AC supply shall be + 10% and - 15% for voltage and ± 3%
in frequency, which may occur simultaneously.
1.6. CHARGER OUTPUT:
Suitable ripple filtering circuits shall be provided to give a smooth DC output. The
ripple content, without the battery connected shall be limited to less than 2 % RMS on
resistive load. The DC output shall be free from switching surges, transients, etc.
1.7. SPECIFIC PROVISIONS:
As specified in Clause – 1.4.1, each charger shall consist of the following components
and components shall be of the best quality and bill of materials along with rating of
the same shall be submitted invariably with the offer.
1.7.1 Float Charger (Three Phase) :
(1) Three phase AC input on / off main switch (Rotary type)
(2) AC input HRC fuse of required capacity
(3) Fuse fail detector (Solid state type) for above.
(4) Bright LED type Indicator for AC supply ‘ON’ indication (after main AC fuse).
(5) Double wound impregnated naturally air cooled single phase transformer with
taps at normal, -15% and +10 % on primary side with necessary secondary tapes
for achieving required control of DC output voltage.
(6) Full wave controlled Rectifier Bridge comprising of silicon diodes and silicon
controlled rectifiers (SCR) with R/C surge suppressor net work and suitable heat
sink along with freewheeling diodes and semi conductor fuse protection.
(7) Fuse fail detector (Solid state type) for semi conductor fuses as above.
(8) Ammeter (with external shunt) for measuring DC output current of float charger.
(9) Auto / manual mode selector switch.
(10) Potentiometer for controlling DC output voltage in auto and manual modes.
(11) Suitable filter circuit comprising filter choke, filter condenser with HRC fuse
protection and bleeder resistor. Bleeder resistor shall automatically isolated from
the circuit when float charger current reaches to a value which is sufficient to
keep the SCRs ON and it comes back into circuit when float charger current
decreases to a value just above the hold ON current of the SCR.
(12) Blocking diode with suitable heat sink.
(13) DC output ON / OFF switch.
(14) DC output fuse (HRC).
(15) DC ‘ON’ LED type indicating lamp with series resistor.
(16) Any item not specifically mentioned, but which is needed basically for efficient
working of the equipment.
Tender ET- Page 14 of 32
1.7.2 Boost Charger (Three Phase)
(1) Three phase AC input ON / OFF main switch. (Rotary type)
(2) AC input HRC fuse of required capacity
(3) Fuse fail detector (Solid state type) for above.
(4) Bright LED type Indicator for AC supply ‘ON’ indication indicating lamp for AC
supply ‘ON’ indication (after main AC fuse).
(5) Double wound impregnated naturally air cooled single phase transformer with
taps at normal, -15% and +10% on primary side with necessary secondary tapes
for achieving required control of DC output voltage.
(6) Full wave controlled Rectifier Bridge comprising of silicon diodes and silicon
controlled rectifiers (SCR) with R/C surge suppressor net work and suitable heat
sink along with freewheeling diodes and semi conductor fuse protection.
(7) Fuse fail detector (Solid state type) for semi conductor fuses as detector (Solid
state type) for semi conductor fuses as above.
(8) Ammeter (with external shunt) for measuring DC output current of float charger.
(9) Auto / manual mode selector switch.
(10) Constant current constant voltage mode selector switch.
(11) Potentiometer for adjustment of constant current in boost mode.
(12) Potentiometer for controlling DC output voltage in float mode (auto and manual
modes).
(13) Suitable filter circuit comprising filter choke, filter condenser with HRC fuse
protection and bleeder resistor. Bleeder resistor shall automatically isolated from
the circuit when float charger current reaches to a value which is sufficient to
keep the SCRs ON and it comes back into circuit when float charger current
decreases to a value just above the hold ON current of the SCR.
(14) Thermal relay for overload protection.
(15) Blocking diode with suitable heat sink.
(16) Double pole DC output ON / OFF switch.
(17) DC output fuses (HRC).
(18) Float charger and Boost charger DC ‘ON’ LED type indicating lamp with series
resistor.
(19) Dropper diode scheme ON / OFF switch.
(20) Dropper diode selector switch with minimum four positions.
(21) Diodes for diode dropper scheme (minimum 28 nos.).
(22) Any item not specifically mentioned, but which is needed basically for efficient
working of the equipment.
1.7.3 Common Components (Three Phase Charger)
(1) DC Voltmeter, double pole 4 position rotary type to measure DC voltage across
float section, boost section, load and battery with HRC fuse protection.
(2) AC voltmeter to measure the AC input voltage with suitable fuse link and selector
switch arrangement.
(a) Range 0 - 500V for Three phase charger.
(3) DC charge / discharge ammeter with suitable external shunt to read discharge /
charge current of the battery.
(a) Range 300 – 0 – 300 A for Three phase charger.
(4) Ammeter (range 100 – 0 – 100 mA) showing the earth leakage current of the
charger and out going circuit (load side).
(5) Space heater with thermostat and lamp for internal lighting with ON / OFF switch
for each separately and required fuses.
(6) Detachable cable gland plate for cable entry from bottom.
(7) DC contactor interlocked with boost charger AC contactor.
Tender ET- Page 15 of 32
(8) Silicon blocker diode with suitable heat sink to be connected to a suitable
tapping of battery to maintain DC continuity during power failure while batteries
are on boost charge.
(9) Three pin socket with switch and fuse.
1.8.1 PROTECTION AND ANNUNCIATION:
Following protections with alarm incorporating window type Micro controller base
Annunciator each having 1 NO + 1 NC Potential free contact:
(1) Load DC under voltage relay.
(2) DC Earth leakage relay
(3) Charger failure
(4) AC mains failure
(5) DC over voltage relay for battery protection.
(6) HV phase fail/phase sequence reversal protection
(7) Semiconductor Fuse Fail – For FC and FCB
(9) AC Input Fuse Fail – For FC and FCB
(10) Filter Capacitor Fuse Fail – For FC and FCB
(11) DC Input Fuse Fail – For FC and FCB
(12) AC Under/Over Voltage
(13) Battery Tap diode fuse fail
(14) Battery Current Limit
(15) Charger Current Limit
(16) DC Overload
(17) Blocking Diode
Summary Potential Free contact for each charger shall be provided.
1.8.2 INDICATIONS:
For Each Float Cum Boost Charger:
(a) AC Mains ON LED (R,Y,B)
(b) AC Mains Fail LED (R,Y,B)
(c) Charger ON LED
(d) Float Mode ON LED
(e) Boost Mode ON LED
(f) Charger Trip LED
(g) DC ON LED
(h) SCR Fuse Fail LED
(i) Group Alarm LED
1.8.3 LCD DISPLAY:
For Each Float Cum Boost Charger:
(a) AC Input Voltage
(b) AC Input Current
(c) Charger ON/OFF
(d) Charger DC Output Voltage
(e) Charger DC Output Current
(f) Battery Voltage
(g) Battery Discharge / Charge Current
(h) Load Voltage
(i) Load Current
(j) Alarms
Tender ET- Page 16 of 32
1.8.4 Alarm with Buzzer:
(A) For Each Float Cum Boost Charger:
(a) AC Mains Fail
(b) AC Fuse Blown
(c) SCR Fuse Fail
(d) Charger Fail
(e) Filter Fuse Blown
(f) DC Fuse Blown
(g) DC Under Voltage
(h) DC Over Voltage
(i) Fan Fail
(j) DC Over Load
(B) Common for Float Cum Boost Charger:
(a) Battery Fuse Fail
(b) Load on battery
(c) Battery under Voltage
(d) Battery Over Voltage
(e) Battery Earth Fault
(f) Load Over Voltage
(g) Load Under Voltage
1.8.5 SPECIAL FEATURES:
(1) Automatic Float to Boost Changeover based on current drawn by battery
(2) Automatic Boost to Float Changeover based on current or Voltage
(3) It is preferable that the battery bank shall be connecting directly to DCDB/Load during
failure of both FCBC and/or supply failure without any contactors in circuit.
(4) Class F insulation for all Magnetics with 90 degree and above temperature limits.
(5) Insulation breakdown voltage: 2KV for 1 Min.
(6) Power Factor: 0.8 lag at maximum output parameters & at Nominal AC Input voltage.
(7) Efficiency: ≥ 80 % at maximum output parameters & at Nominal AC Input voltage.
1.9 Looking to the detailed description of duty requirements of the charger and the battery,
the manufacturer shall design a circuit which shall be capable of providing complete
protection to various components of the unit and automatic i.e. with automatic
voltage regulator in the float circuit operation of the unit without interruption.
1.10 Necessary product information booklet, drawings, circuit diagrams, operation and
maintenance manuals, all the type test certificates as per applicable standards,
experience certificate etc. should be submitted along with the offer.
1.11 As per terms and conditions of order, the successful bidder shall submit the drawing set
in duplicate for approval.
1.12 TESTS:
TYPE TESTS:
Battery chargers shall confirm to all type tests as per relevant Indian Standard.
Rectifier transformers shall confirm to all type tests specified in IS : 4540 and short
circuit test as per IS : 2026. The following type test reports from NABL approved
laboratory shall be submitted with the offer.
Tender ET- Page 17 of 32
In case of non-submission of the type test reports with the offer, the bid shall be liable
to be rejected.
1. Voltage regulation test
2. Load limiter characteristics test
3. Efficiency tests
4. High voltage tests
5. Temperature rise test
6. Short circuit test at no load and full load at rated voltage for sustained short circuit.
7. Degree of protection test
8. Measurement of ripple by Oscilloscope
9. Temperature compensation feature demonstration
10. Type test reports of Rectifier Transformers - all tests as specified in IS : 4540 and
short circuit test as per IS : 2026
ACCEPTANCE / ROUTINE TESTS :-
The following test shall be carried out by the manufacturer on each battery charger.
(1) Visual inspection and dimensions.
(2) Checking of wiring and continuity of circuits
(3) Insulation resistance.
(4) HV test
(5) Ripple content measurement
(6) No load test
(7) Load test
(8) Efficiency and Power Factor tests
(9) Operational tests for protection, alarm, indication.
(10) Auto/Manual operation test.
(11) Voltage Regulation Test
(12) Heat Run Test at 50º C elevated ambient temperature for 8 hrs.
1.13 Three sets of each of the detailed dimensional drawings, commissioning and operating
instructions manual, literature, write up and test certificates of bought items shall be
supplied with each of the battery charger.
1.14 PACKING AND MARKING:
The equipment shall be dispatched securely packed in wooden crates suitable for
handling during transit by rail / road, so as to avoid any loss or damage during transit.
The crate should be marked with the legible details like Make, Sr. No., Type of Charger
and A/T (purchase order) no. etc.
1.15 TERMS AND CONDITIONS:
[1] Party should submit following documents along with the Technical Bid:
1. General Technical Particular (GTP) of the Charger.
2. GA Drawing along with mechanical dimension.
3. Schematic diagram.
4. Detail catalogue with general features of the equipment.
5. Details of protection and Annunciation. 6. Bill of Material.
7. List of Type Test, Routine Test and Customer Witness Test at the time of Inspection.
Tender ET- Page 18 of 32
[2] The bidder’s offer will be accepted only if they are agreed for installation,
commissioning and testing of battery charger set with supply of new charger set and
job including dismantling, removing and shifting of old charger set. Bidder shall give
confirmation letter for successful installation, commissioning and testing of battery
charger set and job including dismantling, removing and shifting of old battery charger
set along with offer.
[3] If the goods stores and equipments found defective due to bad design material or
workmanship the same should be replaced free of charge if reported within 18 months
from date of supply or within 12 months from date of commissioning of charger
whichever is earlier.
[4] Bidder has to give separate offer for Mandatory spares required along with the offer.
[5] Party has to submit 2 nos. user manual and 6 copies of drawings along with each set.
[6] Materials will be offered for inspection well in advance before the expiry of the Delivery
period. The material will be dispatched after inspection of material at your Works
satisfactorily and issuance of dispatch instruction from this office.
[7] Installation, commissioning and testing of charger will be executed in forthcoming
AOH/COH of 210 MW Unit No. 3 and 4 of UKAI TPS, GSECL.
[8] Bidder shall have to submit the test certificate along with supply.
[9] Bidder shall have to furnish the undertaking duly signed and stamped for extending
technical support along with O&M spares for 10 (Ten) years for the offered chargers.
1.16 SCOPE OF WORK:
[A] DISMENTLING, REMOVING and SHIFTING WORK:
After getting the work permission and necessary shut-down Work will primarily comprise of:
(1) Dismantling, Removing and Shifting of existing charger is to be carried out as per the
instructions of E.I.C. and after necessary isolation of Battery sets and load.
(2) The party shall dismantle charger and shift to main store by his own vehicles. G.S.E.C.L.
shall provide EOT Crane facility for shifting of charger to ground floor at free of cost.
(3) The party shall carry out minor civil and mechanical work if required at his own cost.
(4) Party should take care not to damage existing incoming and outgoing cables.
[B] INSTALLATION, COMMISSIONING AND TESTING WORK:
After getting the work permission and necessary shut-down -Work will primarily comprise of:
(1) Shifting of new charger from main store to location.
(2) Installation of Charger as per the instructions mentioned in OEM with standard
procedure for installation, commissioning and testing of the charger.
(3) Charging as per the instructions mentioned in OEM with standard procedure for
installation, commissioning and testing of the charger.
(4) No Load and Full Load operation of complete Charger on ‘Auto Mode’ and ‘Manual
Mode’
(5) Battery set to be Boost charged as per OEM recommendation and auto charging test
on constant current to be carried out and battery set to be put on Trickle Charging.
(6) Testing of all Annunciation and Protection and checking of status of potential free contacts.
(7) Finally set to be put in service and observing for the satisfactory performance.
(8) Weekly, Quarterly and Yearly inspection and submission of report as per OEM guideline
is to be submitted by the party time to time for observing satisfactory performance.
[C] GENERAL TERMS AND CONDITIONS:
Tender ET- Page 19 of 32
(1) Man power including skilled and semi skilled labour and required other materials and
consumable items is to be arranged by party at his own cost.
(2) Party has to arrange safety PPEs for their personal for the installation and Commissioning
work.
(3) GSECL will provide the accommodation facility to your service personals in Ukai TPS
township during installation, commissioning and testing work of supplied battery Charger
sets and Dismantling, Removing and Shifting of existing battery charger set on
chargeable base if available.
(4) Shifting of all the materials from store to work place shall be arranged by the party.
(5) Party has to submit two copies of operation/ maintenance manuals with A3 SIZE
drawing for each Charger set.
(6) Electrical supply / Air pipe connection will be given for above work free of cost at one
point only by the GSECL.
(7) Contractor shall comply with the factory act / labour laws and safety law in force from
time to Time.
(8) For any ambiguity and conflict the decision of Chief Engineer (C and O), GSECL, Ukai
TPS shall be final and binding to the contractor.
(9) The work has to be done and completed as per full satisfaction of E.I.C. i.e Ex. Engineer
(EMD-II).
(9) Contractor shall take care to prevent any type of accident for safety of his persons.
GSECL in no case shall have any responsibility for any fatal or non fatal accident
occurred to the contractor's person while working at site for installation, commissioning
and testing work and for any legal complications thereafter.
(10) The general tender rules and regulation of the GSECL for contract work shall be
applicable. The contractor is deemed to have gone through it and considered to be
fully of these conditions mentioned in the booklet. All the terms and conditions of work
contract booklet of GSECL shall be applicable to the contractors in general. All the
rules and regulations of former GEB shall be applicable to the contractors of GSECL
also.
(11) Contractor shall arrange for crediting all the scrap of packing material like wooden
box, M.S. packing strip and thermocol to the main store of WTPS at his own cost and
give the scrap receipt to the E.I.C.
(12) Terms of Payment:
(A) Supply Part:
a) 80 % payments of Supply value shall be released within 45 days on receipt of
material at Ukai site and site certification jointly with the successful bidder thereof.
b) 20 % of Supply value shall be released within 30 days on successful commissioning
of the system at respective units.
(B) Erection, Testing and commissioning (Works Part):
a) 100 % Erection, testing & commissioning charges to be paid after one (01) month
of successful erection, commissioning and testing of 220V/200A DC Dual Float
cum Boost charger as certified by Engineer In-charge of GSECL.
(13) Time Limit:
Delivery period for Supply Part:
The Material should be deliver within Three (03) Months from the date of receipt of
clear purchase order.
Time limit for Works Part:
Tender ET- Page 20 of 32
Installation, Commissioning and Testing of new battery charger set and Dismantling,
Removing and Shifting of existing battery charger set work should be completed with
all testing work within 05 (Five) days from date of commencement for each battery set.
M/S GSECL will intimate the date of commencement for work during forthcoming
shutdown of Unit at least 15 days in advance.
(14) Agreement: The Party shall have to execute an agreement with GSECL on non
judicial stamp paper as per GSECL rule. The cost of which is to be borne by the Party.
(15) If at any stage, the party fails to complete the job, the same will be getting done from
other party at the risk and cost of the party. The additional expenditure incurred by
GSECL will be recovered from the Party's bill / security deposit of from any payment
due to you with 15% supervision charges.
(16) The Party shall have to give the P.F. Account No. for the workers working under their
control to carry out the said work.
(17) In case of any dispute, decision of the competent authority of GSECL will be final and
binding to the contractor.
(18) Guarantee:
Party will give Guarantee for satisfactory performance of all Battery charger sets and
all spare parts for 18 months after Installation and Commissioning work or 24 months
from the date of supply whichever is earlier.
(19) Performance Bank Guarantee:
Performance Bank Guarantee payable by you as per the conditions of the GSECL shall
be 10 % of the A/T value. The amount of Performance Bank Guarantee will be released
after guarantee period.
(20) Tools, Tackles and Accessories:
All types of Tools , Tackles and special arrangement required for Installation ,
Commissioning and Testing of new battery set and Dismantling , Removing and Shifting
of existing battery Charger set work shall be arranged by the party.
SEAL OF THE FIRM SIGNATURE OF THE TENDERER
Tender ET- Page 21 of 32
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS
FOR BATTERY CHARGER
(To be filled up by the Bidder along with offer of Battery Charger)
1 Name of Manufacturer and Country:
2 Type of charger:
(a) Float :
(b) Boost :
3 (a) Dimension Width x Depth x Height):
(b) Thickness of sheet steel of Cubicle
(mm):
4 Weight (KG):
5 (a) Rated AC Input supply :
(b) Variation in AC voltage and
frequency:
6 Rated DC volts:
7 Rated output (Ampere):
8 Range of DC voltage variation:
9 Maximum charging current that can be
fed to battery:
(a) Float charging:
(b) Boost charging:
10 Float charging voltage (volts) : Yes/No
11 Whether DC output voltage of Float
charger shall be strictly as Per
specifications or not.
12 Boost charging voltage after 10 Hrs
operations at rated load:
13 Whether automatic voltage Current
regulator is offered: Yes/No.
14 Whether smoothing filter offered:
Yes./No.
15 Ripple content at rated load :
(a) With battery
(b) Without Battery
16 Guaranteed Efficiency :
(a) At 20% load
(b) At 50% load
(c) At rated load
17 Control wiring :
(a) Voltage grade :
(b) Insulation :
(c) Conductor material :
(d) Minimum size of conductor :
(e) PF voltage withstand value (KVrms) :
(f) Colour code :
18 Terminal blocks :
a) Make and Category :
b) Voltage grade (Volts) :
c) Current rating (Amp) :
(d) PF voltage withstand capacity:
Tender ET- Page 22 of 32
(e) Type of connector. :
(f) Whether stud type connector
Provided :
19 No. of outgoing circuits provided:
(a) 10 AMP :
(b) 20 AMP :
(c) 30 AMP :
20 Whether BOM as per Cl. 1.7 is submitted
with this schedule: Yes/No.
SEAL OF THE FIRM SIGNATURE OF THE TENDERER
Tender ET- Page 23 of 32
OTHER TERMS & CONDITION OF CONTRACT
01. LABOUR LAWS :
01 Persons below the age of 18 years shall not be employed for the work. 02 No female workers shall be employed in the night shift between 07.00 PM to 06.00
A.M. 03 Contractor shall maintain valid labour license under the Contractor (Regulation &
Abolition) Act.1972. For employing necessary manpower to be required by him. In the absence of such license the contract shall be liable to be terminated without assigning any reasons thereof.
04 The contractor shall at his own expense comply with all the labour laws and keep the Board indemnified in respect thereof. Some of the major liabilities under various labour and Industrial laws which the contractor shall have to comply with are as under.
05 Payment of contribution of employees (Contractor labour) as well as employer’s (Contractor) contribution towards Provident Fund, Family Pension Scheme, Employee Deposit Linked Insurance Scheme. Administrative charges, Inspection charges etc. at the rates made applicable from time to time by Government of Gujarat / Government of India or other Statutory Authorities.
06 Labour engaged by you shall be entitled for Earn leave as per the provision laid down in factories Act. 1948. Contractor shall extend the facility of E.L. as per the provision laid down in Factories Act and shall also have to maintain leave records in prescribed form under Factories Act.
07 No labours are allowed to enter in power station premises who do not have identity card prescribed under factories Act.
08 Contractor shall have to comply with the Maternity benefit is he happens to engaged female labours as per Maternity benefit Act.
09 Contractor shall have to obtain Insurance of the laborers engaged by him to carry out contractual work before commencement of work under workmen’s compensation Act.
10 P.F. CODE NUMBER : The contractor shall have to submit the details of his own P.F. code number along
with offer from appropriate authorities. Without P.F. Code No., the tender is likely to be disqualified.
11 PROVIDENT FUND AND FAMILY PENSION SCHEME : The contractor shall submit along with his bill (Month wise) a statement regarding
deductions at the rate of 12% of the wages against employees provident Fund & Family pension Scheme in respect of each concerned employee. (Or at the rates made applicable by the Government from time to time) of the wages. The contractor’s contribution and his workers contribution towards Provident fund and Family Pension Scheme shall be deposited by the contractor with Regional Provident Fund Commissioner, Ahmedabad or to the authority prescribed under the Act along with the other charges applicable. Copy of Paid Challan required to attached with every RA bills.
12 If any workman engaged by contractor meets with fatal or non-fatal accident while on duty then contractor shall be liable to pay compensation to the legal heir or to the workman as the case may be as per workman’s compensation Act.
13 EMPLOYEES DEPOSIT LINKED INSURANCE SCHEME : The contractor shall have to deposit ½ % of the rate applicable form time to time of
the wages in respect of employees who are a member of the provident fund against the contribution towards Deposit linked insurance scheme with regional provident Fund Commissioner, Ahmedabad.
14
The Contractor should pay prevailing minimum wages to the labours engaged by him as per the minimum wages Act in presence of the GSECL’s Officer or Representative.
15 The Contractor shall deposit fifteen days salary for every completed one year of
Tender ET- Page 24 of 32
service for each worker for the liabilities of gratuity. 16 ADMINISTRATIVE CHARGES :
Administrative charges for maintaining Provident Fund Account shall be deposited by the contractor with Regional Provident Fund commissioner, Ahmedabad at the rates applicable.
17 LABOUR LICENSE FOR LABOUR CONTRACT : The contractor shall have to obtain the copy of labour contract license under contract labour (Regulation & Abolition) Act from the appropriate authorities before commencement of work.
18 Contractor shall have to issue the appointment letter to their labour engaged during the contract period each & every instance and should be narrated clear cut terms and conditions for the liabilities of the concerned employees.
19 After completion of the contract work, the work completion certificate is required to be produced before the DY. GENERAL MANAGER for the purpose of no due certificate and cancellation of the gate passes issued to the contractor worker at the time of execution of the contract work.
20 The contractor shall have to maintain all the relevant records under labour law as mentioned here in above and kept ready for verification by the Board’s authority as well as the authority of the Government Officials as and when asked for the checking.
21 The contract shall have to produce / submit the original copy of wage register / muster roll and relevant records under labour laws for the contract work as and when demanded by the Corporation for statutory compliance if arise in future.
Yours faithfully,
(For & on behalf of GSECL)
Chief Engineer (Gen)
GSECL, TPS, Ukai
UTPS-SAFETY-001: REF: 00: 15.12.2008: UKAI TPS
“GENERAL SAFETY RULES / NORMS”
TO BE OBSERVED BY THE CONTRACTORS.
All the contractors working at Ukai Thermal Power Station shall have to strictly observe the following
Safety Rules. The Contractors shall be responsible for informing & observing these rules by their
supervisors / employees / labours as well as the supervisors / employees/ labours of their sub-
agencies / sub-Contractors engaged, if any. Prior to commencement of the work, Contractor
shall have to submit a written assurance on their letterhead to the concerned Sectional
Head / Engineer-in-charge that they have thoroughly gone through these Rules, have
educated their employees / employees of their sub contractor and will strictly observe the
said Rules while execution of work under work contract awarded to them. They will have to
indemnify the Corporation for any loss or damage / accident / injury to the Corporation‘s
property / employee or employee of their own in default of non - observing these rules.
Tender ET- Page 25 of 32
01 Persons to be employed for carrying out the work shall possess required qualification,
be fully trained and conversant for works to be done. All persons should have gate pass.
Register consisting the full details (i.e. address, phone no, details of nearest relative, etc.) of
all persons is to be maintained. During the work execution, one trained & competent
supervisor should always remain present at site.
02 The contractor shall take all the required safety measures prior to commencement of
work on dangerous substances, machineries or area at which cautionary notice is
displayed and obtain —Line Clear“ or —Work Permit“ through the concerned Department /
Section.
03 Prior to carrying out welding, gas cutting, furnace heating or any other hot work job, the
contractor shall remove all the inflammable material lying at or nearby worksite or cover it
properly by suitable protective covering. Also, special care shall be taken before carrying out
such job & see that all possible contributing factors to set fire shall be removed /
vanished prior to commencement of the work. Advance intimation shall be given to
concerned section / fire section to commence the work in fire prone areas. They should also
keep ready all the First Aid Fire Extinguishers / equipments & fire extinguishing media
/ material like sand / water buckets or other appropriate equipment at such place.
04 While carrying out work in confined space or inside vessel, the contractor shall obtain
necessary —Confined Space / Vessel Entry Permit“ from concerned department prior to
commencement of the work. For lighting in such areas, only 24-volt (ISI certified & with
proper guard) hand lamp shall be used. For taking care of the persons working inside
the confined space / vessel, a supervisor / person capable to keep continuous watch on
person(s) working inside, assist them incase of emergency or arrange to get
immediate outside help, shall remain present at entry point and shall use full body safety
belt without fail. While working inside sewage, trench or in-depth, a person to warn outsiders /
entrants / passers etc shall remain available near entry point or the entry point shall be
cordoned by a barricaded tape with a cautionary notice. After completion of the works, all
the lids / covers / grills / grits opened, shall be re-fixed / re-placed in the original
position as it were prior to commencement of the work and leave the work place in safe
condition in all respect, so as to prevent accident to fellow workers.
05 The contractor shall see that he / his persons do not block (by stacking material,
spare parts, tools-tackles, equipments etc), any passages / walkways / gangways /
aisles / staircases / ladders / lifts or any other approaches / roads leading to plants
or its auxiliaries, on which there is a traffic movement or possible traffic movements in
Tender ET- Page 26 of 32
case of emergency. Such passages are meant for safe escape in the event of emergency.
If it is utmost necessary to carry out work in such area with blocking of passage, prior
permission of Competent Authority or the Engineer-In-Charge shall be obtained. To
demarcate / declare the area as UNSAFE, cordon it using barricading tape & display suitable
caution notice or keep a person to restrict / divert the traffic on this route through other safe
passage.
06 Prior to use power / electrically operated hand tools / equipments / machines / gadgets like
welding machine, hand grinder, hand drill etc, ensure for its safe operation & use it only if
it is found safe to use. Do not use defective, unsafe or improperly maintained equipments.
The electrical power supply required to run such equipments shall not be taken directly
at their own but shall be obtained through concerned Electrical Maintenance
Departments or their authorized persons or under their observations / guidance only.
The Electrical Section shall provide temporary electrical connection up to contractor‘s
Mains Board on which it is compulsory to install mains switch, ELCB & fuses of adequate
capacity. All such equipments shall invariably be earthed adequately to prevent
electrical shock, sparking, short circuit etc. Power cord to be used shall be of
adequate capacity, without any joint & shall consist of earth wire also. Hence, it is
necessary to use adequate capacity 3-wire power cord for single & 5-wire power cord for
three phase power connections. The plugs, receptacles, pins, holders etc shall be of
adequate capacity & safe to use. All electrical & mechanical equipments / tools-tackles viz.
welding machine, cutting machine, Grinder, Drill, Chain Pulley Blocks, Hook chooks etc
required to be used during work execution shall be of standard make & bear ISI
certification mark on it. The consumables like welding electrodes, grinding wheels / discs
etc which has specific prescribed life span shall not be used in any case if its expiry
date is over.
07 It is compulsory to use standard make Personal Protective Equipments (P.P.Es.) as per the
job requirement. Do not work without use of required P.P.Es. Contractor is responsible to
provide standard make (ISI approved) Personal Protective Equipments / Safety Gadgets
suitable to give sufficient protection against hazards involved in their work / job to their staff,
as per the job requirement and insist / enforce their staff to put on the same while at works.
The ongoing work is liable to be stopped at any time if the contractors‘ staff is found
working without P.P.Es. Following is the list of various P.P.Es. to be used for various works
/ worksites.
List of safety equipments
01 Industrial Safety For protection of head against
falling objects or during fall of
Tender ET- Page 27 of 32
Helmet. person from height.
02 Safety Goggles
(Grinding, Welding,
etc).
For protection of eyes against flying
particles / dust, chemical splash,
spark, arc, flashover etc.
03 Face shield (Half or
full).
For protection of face against flying
particles / dust, chemical splash,
spark, arc, flashover etc.
04 Earplug / Ear muff
For ear / hearing system
protection while working in high
noise level area.
05 Apron (Rubber /
PVC /Asbestos /
Leather / Cotton).
For body protection against chemicals,
oils, sharp edged objects, heat, hot
objects etc.
06 Gloves
(Rubber/PVC,
Asbestos, Leather,
Electrical shock
proof).
For protection of hands against
chemicals, oils, sharp edged objects,
heat, hot metals/objects, electricity
etc.
07 Safety / Leather /
Asbestos shoes,
Gum Boots etc.
For protection of leg/feet against
falling objects, sharp edged objects,
heat, hot metals/objects, electricity
etc..
08 Safety Belt(full
body) / Rope / Life
line / Fall prevention
system etc.
For fall prevention while working at
heights or in depth, working in vessel
or in confined space.
09 Dust Respirator /
Scarf.
Protection of respiratory system
against dust.
Tender ET- Page 28 of 32
10 Chemical Cartridge
Respirator
Protection against chemical fume
/ vapor etc.
11 Canister Gas mask. Protection against
toxic/poisonous fumes/gases.
12 Air supply
respirators.
Working in oxygen deficient
zone.
08 Before using lifting machines / tackles (like C.P.Bs., Hook chooks, winch, forklift,
mobile crane, EOT crane etc) & its attachments (like D-shackles, slings, U-clamps, Eye
bolts or any fixtures), it shall be checked and used only if found safe to use. Also, ensure
that these are tested, examined & certified in form no 9 / 10 by Competent Person
as per the Factory act-1948 and its validity is not expired. Further, it shall be fixed
properly and firmly prior to lifting the weight.
09 Scaffoldings to be used for working at height shall be of adequate size &
capacity. Obtain the work permit when working at height. While climbing on such
scaffolding or working on any structure at height, use of full body safety belt &
Helmet is compulsory. It is also necessary to fasten chinstraps of the helmet.
10 Contractor or their employee shall not interfere in day-today routine plant activities /
works except the work assigned to them, shall not loiter in the areas other than
their work jurisdiction, as well as shall not temper / operate / touch the
machineries / equipments / auxiliaries with which they are not concerned. Also,
the contractor shall strictly instruct their staff not to sit or take rest at / near /
below running plants, auxiliaries, systems or any place which is risky,
hazardous & prone to accident.
11 The cylinders containing poisonous / toxic or inflammable / explosive gas
like Oxygen, Acetylene, LPG, Hydrogen, Ammonia, Chlorine, CO2 etc shall be
handled safely taking due care. To handle / shift such cylinders a special trolley /
cage meant for it must be used but in no case it should be rolled. Domestic
LPG cylinder shall not be used / permitted.
12 On completion of the work, cotton waste, spilled oil / grease, pieces of welding rod
& other waste material shall be removed from work site and the area shall be left
safe, neat & clean.
13 In case of any injury / accident while working, it shall immediately be reported to
Safety Department through concerned Sectional Head / Engineer. The prescribed
Tender ET- Page 29 of 32
Form No. 21 may be obtained from concerned section or Safety Officer. For any incident
occurred but have no injury to any persons should also be informed to Safety Officer
as —Near Miss Incident.“
14 In all risky jobs, before starting the work, contractor should obtain General
Safety Work Permit from concerned section well in advance.
15 In case of noticing smoke or fire during their work execution, they shall make
immediate efforts to extinguish/control it and simultaneously inform the Fire Brigade
on phone No. 4444 or 4344 or 5555 or 02624-290049, shall shift the casualty
to nearby hospital after rendering first aid in case of accident.
16 Over & above these, contractor shall have to follow all the safety requirements /
rules & regulations / norms and legal provisions laid down in various statutes,
particularly the provisions of The Factories Act-1948 & The Gujarat State Factories
Rules-1963 (Amended up to date) shall be followed strictly. The contractor shall
also obey the rules / regulations / instructions of the local Competent Authority for
safety requirements.
17 No women or young person shall be allowed to clean, lubricate or adjust any part
of a prime mover or of any transmission machinery while the prime mover or
transmission machinery is in motion. Examination or operation of motion
machinery shall be made or carried out only by a specially trained adult male
worker wearing tight fitting clothing as per section 22 of factories act 1948.
18 No women or young person shall be employed or permitted to work in Lead-
compound area like battery room etc. as per schedule VI of GFR 1963.
19 All the relevant labour and industrial laws shall also be followed compulsorily.
20 It is felt necessary to deploy safety officers / Safety supervisors by contractors /
Agencies involved in carrying out hazardous activities / operations inside TPS to
have better and constant supervision in terms of Health Safety and Environment
activities.
21 In case, it comes to the notice of GSECL UTPS management that the safety
guidelines / safety rules / safety norms are not being followed then a minimum
sum of Rupees One Thousand shall be penalized on the contractor / Agency
and for subsequent such violation, a severe penalty / action as deemed fit shall
be imposed, which may please be noted.
22 The above rules shall be scrupulously followed and where required, they may contact
Tender ET- Page 30 of 32
the Safety Officer for any ambiguity / further guidance in this regard.
23 For performance evaluation of contractor, safety factors of work accident, fire incident &
near miss accident will be considered. Steps can be taken to review the job assignment
up to cancellation for negligence.
Yours faithfully,
(For & on behalf of GSECL)
Chief Engineer (Gen)
GSECL, TPS, Ukai
Tender ET- Page 31 of 32
GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED
Ukai Dam, Taluka: Fort Songadh, Dist: Tapi – 394680. Ph. 91-2624-233215, 233257
Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in
CIN: U40100GJ1993SGC019988
PRICE BID
WT – 3177 (E-Tender I.D. No.___________)
Subject : Design, Manufacture, Supply, Installation, Commissioning, Testing of 220V/200 A DC Dual Float cum Boost charger suitable for 220 V DC, 1300 AH Battery Set for 200 MW Unit No.3&5 at Ukai TPS.
Please submit price bid duly signed and stamp (with out stating above / below rates)
along with Technical Bid.
Tender ET- Page 32 of 32
GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in
CIN: U40100GJ1993SGC019988 SCHEDULE - B (Price Bid)
Description: Design, Manufacture, Supply, Installation, Commissioning, Testing of 220V/200 A DC Dual Float cum Boost charger suitable for 220 V DC, 1300 AH Battery Set for 200 MW Unit No.3&5 at Ukai TPS.
Reference No.: WT - 3177 (E-Tender I.D. No. _________________ ) Urja RFQ No. : 37627
Sr. No.
Description of materials with details of Specifications
Quantity
Required
UOM
Quantity
Offered
by Tende
rer
Unit Ex-Works In
Rs.
Pkg. & Fwd.
Charges per Unit
in Rs.
Excise
Duty per unit
in Rs.
Sales Tax per unit
in Rs.
Insu- rance Charges per
unit in Rs.
Freight
Charges per unit in
Rs.
Unit End Cost Price in Rs.
Total End Cost Price in Rs.
Part-I : Supply
1 Dual Float Cum Boost Charger For 220 V DC, 1300 AH Battery Bank
2 Number
Part -II : Works
2
Complete Erection, testing and commissioning of 220V/200A DC Dual Float cum Boost Charger including dismantling of existing battery charger, all related power & control cables and reconnection of related power & control cables to new panels.
2 Number
Notes: (1) The party has to refer Technical Bid for Technical Specification of above mentioned item.
(2) While filling-up various taxes through On-line Price Bid , the party has to mention the tax in Rupees
instead of percentage.
Yours Faithfully,
CHIEF ENGINEER (GEN.) (Signature of the Tenderer)
GSECL, Ukai TPS. (With Company`s Round Seal)