Download as pdf or txt
Download as pdf or txt
You are on page 1of 46

ANDHRA PRADESH

POWER GENERATION CORPORATION LIMITED

Tender Specification No.CEG/SEG-I/140/Dr.NTTPS/Stg-II/Plante Battery/29/2015-16

Dr.NTTPS

Supply, Erection & Commissioning of Plante Type Lead Acid


640/660AH Battery Bank for UPS of Unit-IV at Dr.NTTPS under buy
back scheme of existing Batteries

Online Bids invited


On
eProcurement Platform

INSTRUCTIONS TO TENDERERS, CONDITIONS OF CONTRACT,


GENERAL REQUIREMENTS,
TECHNICAL SPECIFICATION & SCHEDULES.

SUPERINTENDING ENGINEER
(GENERATION-I)
VIDYUT SOUDHA, HYDERABAD-82
ANDHRA PRADESH
Ph: (040) 23499 808, 122 & 115 ; Fax: (040) 23499 199
Tender Specification No.CEG/SEG-I/140/Dr.NTTPS/Stg-II/Plante Battery/29/2015-16

Index

SNo. Description No. of


Pages

1 Summary Sheet 2 pgs

2 Section–I: Special Instructions 7 pgs

3 Section–II: Technical Specifications & Requirements 4 pgs

4 Section–III: Instructions to Bidders 5 pgs

5 Section–IV: General Purchase Conditions 7 pgs

6 Section-V: Formats of Bank Guarantees & Schedules


Bank Guarantee Guidelines & Formats 6 pgs
Proforma of Letter of Authority 1 pg
Sch-A: General Details of the Bidder 1 pg
Sch-B: Qualification Requirements - Compliance 1 pg
Checklist
Sch-C: Previous Experience in Similar Supplies 1 pg
Sch-D: Technical Particulars 1 pg
Sch-E: Tests 1 pg
Sch-F: Terms & Conditions 2 pgs
Sch-G: Deviations 1 pg
Sch-H: Summary of Prices 3 pgs

-oOo-
Tender Specification No.CEG/SEG-I/140/Dr.NTTPS/Stg-II/Plante Battery/29/2015-16

SUMMARY SHEET (Pg.2 of 46)


1 Department Name Andhra Pradesh Power Generation Corporation
Ltd (APGENCO)
2 Circle/ Division Superintending Engineer/Generation-I/
APGENCO/Vidyut Soudha/Hyderabad-500
082
3 Tender Number CEG/SEG-I/140/Dr.NTTPS/Stg-II/Plante
Battery/ /2015

4 Tender Subject Supply, Erection & Commissioning of Plante Type


Lead Acid 640/660AH Battery Bank for UPS of
Unit-IV at Dr.NTTPS under buy back scheme of
existing Batteries.
5 Name of Project 210MW Unit-4 of Dr.NTTPS- Stage-II
6 Estimated Contract Value (ECV) -
7 Period Of Contract As per Tender Document
8 Form Of Contract Lumpsum
9 Tender Type Open
10 AMC Not Applicable
11 Tender Category EPC
12 EMD/Bid Security Rs.26,900/- by way of a Demand Draft.
Details are indicated in Section-I.
13 EMD/Bid Security Payable As detailed in this Tender Document.
To
14 Tender Fee Not Applicable
15 Tender Fee Payable To Not Applicable
16 Process Fee Not Applicable
17 Process Fee Payable To Not Applicable
18 Transaction Fee Payable Transaction Fee and Other charges, if any,
Online applicable for Transactions on eProcurement
platform, are payable extra, as per the rules &
guidelines in force.
19 Tender Schedule Sale 20:00 Hrs on 23/07/2015
Opening Date Tender Schedules are available for download, free of cost,
from www.eprocurement.gov.in.
20 Schedule Sale Closing Date 16:00 Hrs on 17/08/2015
21 Bid Submission Online, on eProcurement platform, as detailed in
SECTION-I of the tender document.
(Formats of Pre-Qualification & Technical Bid Schedules
and those of Price Schedule can be downloaded from
www.eprocurement.gov.in)
22 Bid Submission Closing Date 18/08/2015 1:00:00 PM
23 Pre-Qualification & Technical 20/08/2015 3:30:00 PM
Bid Opening Date
24 Samples Required (Yes/No) No
25 Price/Commercial Bid 27/08/2015 3:30:00 PM
Opening Date
26 Place Of Tender Opening O/o.Superintending Engineer (Generation-I),
APGENCO, 3rd Floor, A-Block, Vidyut Soudha,
Khairatabad, Hyderabad – 500082
27 Officer Inviting Bids/ Superintending Engineer (Generation -I)
Contact Person
28 Address/E-mail id AP Power Generation Corporation Ltd,
Vidyut Soudha, A-Block, 3rd Floor, Khairatabad,
Hyderabad - 500082
Email: se-gen1@apgenco.gov.in
29 Contact Details/ Ph: (040) 23499 808, (040) 23499 115, 9490612521
Telephone, Fax Fax: (040) 23499 199.
30 Eligibility Criteria As per tender document
31 Validity of Tender 120 days from the date of Opening of Price Bid.
32 General Terms & Conditions As per tender document

Superintending Engineer (Gen-I)


APGENCO, VS, Hyd
Tender Spec No.CEG/SEG-I/140/Dr.NTTPS/Stg-II/Plante Battery/29/2015-16
Section-I: SPECIAL INSTRUCTIONS (Pg.4 of 46)
APGENCO or CORPORATION or PURCHASER: shall mean Andhra Pradesh Power
Generation Corporation Ltd., (a Govt. of A.P Undertaking), a company incorporated in
India under Companies Act 1956, having its Regd. Office at Vidyut Soudha, Hyderabad–
500082, (AP).
SUPPLIER or CONTRACTOR or VENDOR or SUCCESSFUL BIDDER: shall mean the
Bidder on whom LOI/PO is issued against this Tender Specification.

1.0 APGENCO’s standard terms & conditions are stipulated in the Sections-III&IV.
Requirements specific to this enquiry are stipulated in the remaining sections and
these will take precedence over the standard terms, in case of any ambiguity.

2.0 QUALIFICATION REQUIREMENTS


Only those bidders, who satisfy the following requirements, need to quote.
(a) Bidder is a Manufacturer of Plante type Battery Banks of 645/660AH or
more capacity, with experience in satisfactory execution of Supply,
Installation & Commissioning of Batteries in Generating Units of capacity
210MW or more.
Or
An Authorized Dealer of a Manufacturer satisfying the above requirement.
(b) Bids shall be submitted for the complete Scope stipulated in the Tender.
(c) Equipment of the make and type to that offered against this Tender, must
have performed satisfactorily, in 210MW or higher capacity Units, for at
least Five Years from the date of their installation, in at least two locations.
(Copies of Performance Certificates issued by at least 2 end users, from Public Sector
Power Utilities, shall be furnished)

3.0 DOCUMENTS TO BE SUBMITTED


(a) Documents evidencing the qualification requirements indicated in S.No.(2.0)
above, such as, copies of the following.
 PO/WO, Invoice, Inspection Reports, Work completion reports etc,
evidencing Supplies & Commissionig.
 Performance certificates issued by other customers (preferably PSUs), if
available.
(b) All relevant Bid Schedules, duly filled in, signed & stamped, along with
supporting documentation.
(c) Technical literature, brochures etc pertaining to the offered Materials.

4.0 Tenders received from those not having the past experience, manufacturing capacity,
sufficient field organization will not be considered.

5.0 EARNEST MONEY DEPOSIT(EMD): (To be read with clause No.1 of Section-IV)
5.1 The Tenderer shall pay, without fail, an amount of Rs.26,900/- (Rupees Twenty Six
thousand Nine Hundred only) towards EMD, by way of a crossed Demand Draft
drawn in favour of “The Pay Officer, APGENCO”, payable at Hyderabad, from any
Scheduled Bank..
5.2 Bidders having PEMD Facility accorded by APGENCO, with adequate Validity, are
exempted from submission of separate EMD.
5.3 Waiver in respect of SSI Units:
SSI Units registered with either the NSIC or the Dept of Industries/Govt. of AP, are
eligible for exemption from submission of EMD, subject to the following conditions.
(a) The Items offered must be in the list of Items, for which the Firm is registered.
(b) The quoted price shall be less than the monetary limit stipulated in the
Registration Certificate.
The BIDDERS who fulfil the above conditions apply for EMD exemption duly
submitting a copy of valid Certificate of Registration either with NSIC or Govt. of
AP, indicating details such as Monetary Limit, details of items covered in the
registration, validity period of Certificate etc. They shall obtain approval before
Offer submission itself, failing which their offer will be liable for disqualification.
However, please note that exemption will be issued purely at APGENCO’s
discretion.

6.0 PRICES:
6.1 Firm, Ex-Works Prices for Supply, Erection & Commissioning of of Plante Type Lead
Acid Battery Bank for UPS of Unit-IV at Dr.NTTPS under buy back scheme of
existing Batteries, along with Taxes/Duties applicable and Charges for Packing,
Forwarding, Freight & Transit Insurance etc, shall be indicated in the Price Schedule.
Variable prices will not be accepted.
6.2 It is the responsibility of the Bidder, to ascertain and ensure that all taxes/duties,
charges etc, as applicable on the date of submission of the Bid, have been indicated.
Except for those price components, which are explicitly indicated in the offer, all
others shall be deemed to be in the Bidder’s scope only.
6.3 For material supplies, detailed Bill of Materials, with item-wise prices shall be
furnished, wherever applicable.
6.4 Bidders shall ensure technical suitability and completeness of their offer as per
tender requirements. Otherwise Bidder’s Offer will be deemed to be
incomplete/unresponsive and liable to be rejected.

7.0 Freight & Transit Insurance:


7.1 The Successful Bidder shall be completely responsible for the delivery of the
MATERIALS covered within the scope of this Tender Specification, at Dr.NTTPS site,
in good condition.
7.2 He shall make his own arrangements for transporting the consignment upto
Dr.NTTPS site, duly ensuring that the consignment is adequately insured, to cover
any and all risks during its transport, until it is delivered at Site.
7.3 All inclusive lumpsum Charges towards Freight & Transit Insurance, shall be
quoted without fail, in the Price Schedule.
7.4 For purpose of any legal construction, the supplied MATERIALS shall be deemed to
pass into APGENCO’s ownership only after their delivery & acceptance at site.

8.0 PRE-DESPATCH INSPECTION INCLUDING THIRD PARTY INSPECTION


(TPI):
Third Party Inspection, if necessary, shall be arranged by the SUPPLIER. The Bidders
shall quote separate, lumpsum, all inclusive price, for Pre-dispatch Inspection of the
materials by the Third party inspection agency, viz M/s.Lloyd’s Register Asia.
Requirement of TPI will be confirmed at the time of placement of Order. Charges for
TPI, if opted for by APGENCO, will be reimbursed to the SUPPLIER at actuals,
limited to the lumpsum amount indicated/accepted. Further APGENCO inspection
at firm’s work is applicable. You have to make arrangements for the same at free of
cost.

9.0 DELIVERY/ COMPLETION PERIOD :


9.1 Delivery/Completion period is the essence of Contract, and is subject to
APGENCO’s standard PENALTY Condition. The preferable completion period, for
the supplies & services covered in the scope of this Enquiry are as follows.
i) Supply: THREE months from the date of receipt of detailed Purchase Order.
ii) Erection & Commissioning: 3 to 4 weeks from the date of intimation by the
CE (O&M)/Dr.NTTPS, confirming readiness of Site, in all respects.
This period shall be reckoned from the date of receipt of PO, until the dispatch of the
materials at Dr.NTTPS Site, and shall take the following into consideration.
(a) It shall include the time taken for all activities within the scope of the
Supplier, such as the following.
(i) Submission of Technical Documentation viz., Drawings etc. (Date
reckoned from date of receipt of PO).
(ii) Giving inspection call after completion of manufacturing, as per
approved Drawings etc. (Date reckoned from date of receipt of
approved drawing / QAP).
(iii) Dispatch of the materials, upon receipt of dispatch clearance, road
permit etc. (Date reckoned from date of receipt of dispatch
clearance/Road permit whichever is latter).
(b) It shall exclude the time taken at APGENCO’s end, for issue of approvals,
clearances etc, during the course of execution of the contract.
9.2 For purpose of applying Penalty, the following will be considered.
(a) The total excess period of delay in carrying out the various activities in the
Supplier’s scope over and above the stipulated period, will be converted into
weeks, with duration of less than a week being treated as a whole week.
(b) Materials/Equipment, which are not of acceptable quality, or are not
conforming to the requirements stipulated in the Contract, will be deemed to
be not delivered.

10.0 PAYMENT TERMS:


10.1.1 For SUPPLY Portion:

(i) 70% of the basic price of the equipment, along with 100% taxes/duties &

charges, will be paid within 30 days from the date of receipt of the materials

at site, subject to the submission of an acceptable Performance Bank

Guarantee (See Clause No.12), for 10% of the Total Order value. Balance 30% will

be paid, within 30 days from the date of satisfactory commissioning of the

equipment.

(ii) The CONTRACTOR may claim 100% payment (ie., including 30% retention

amount, indicated above), by submitting a Bank Guarantee for equivalent

amount, with validity covering the commissioning of the equipment, and

claim period for an additional six months, in addition to the requisite

Performance Bank Guarantee.

10.1.2 For ON-SITE SERVICES Portion:

100% of the all inclusive price of the Services (viz., Erection, Testing & Commissioning),

will be paid within 30 days from the date of satisfactory installation, commissioning

& performance testing (as applicable).


10.2 Payment will be made subject to the prior submission & approval of requisite

Performance Bank Guarantee(s), and also fulfillment of other contractual terms such

as Test Certificate Approvals (if applicable) etc. Payment will be arranged after duly

deducting amounts towards Penalty etc, as applicable.

10.3 In case any excess payment is made to the CONTRACTOR, by mistake OR any

amounts are due from the CONTRACTOR to APGENCO for any reason(s),

APGENCO reserves the right to recover such monies from the amounts payable to

the CONTRACTOR or Bank Guarantees submitted by him, against the Contract

resulting out of this specification.

10.4 Any incidental charges, such as bank charges, stamp duties etc, incurred by the

CONTRACTOR during the execution of the Contract shall be to the

CONTRACTOR’s account only.

11.0 SECURITY DEPOSIT (SD):


11.1 The Successful Bidder shall submit Security Deposit for 2.5% of the total order value.
The SD shall be submitted, within 30 days from the date of receipt of this Order, by
way of a Crossed Demand Draft drawn on any scheduled bank in favour of “The Pay
Officer, APGENCO” payable at Hyderabad.
11.2 Alternatively, SD may be submitted by way of a Bank Guarantee (BG) issued by any
nationalized bank, on a Rs.100/- non-judicial stamp paper, in the prescribed format,
and as per the stipulated guidelines, with validity covering the delivery/completion
period, and claim period for an additional 6 months.
11.3 The SD will be released, on application, after ensuring satisfactory completion of

supplies, and settlement of any/all pending claims.

12.0 PERFORMANCE BANK GUARANTEE (PBG)


The Successful Bidder, shall furnish Performance Bank Guarantee to the extent of
10% of the contract price. It shall have validity covering the Guarantee Period
stipulated, and claim period for an additional six months thereafter. Its validity shall
be extended as and when required for compliance with contractual requirements. It
will be released after satisfactory completion of the Guarantee Period, after ensuring
that there are no pending claims. The Bank Guarantee shall be executed by a
NATIONALIZED BANK, and shall be as per the format and guidelines prescribed
by APGENCO.

13.0 RISK PURCHASE:


In case the SUPPLIER fails to execute the Contract as per the stipulated delivery
schedule, APGENCO reserves the right to purchase the undelivered quantities from
the open market or by floating another tender, and recover the additional
expenditure so incurred from the SUPPLIER. This is without prejudice to any/all
other rights of APGENCO, as indicated in this Specification.

14.0 Submission of Bids:


14.1 Bids are invited, online, on eProcurement platform/website, in Two Parts, viz.,
-- Part-I or Pre-Qualification Bid (PQB) and
-- Part-II or PRICE BID (also referred as COMMERCIAL BID on eProcurement
Platform).

14.2 Online Bid Submission:


The Bidder shall submit his Bid online, on eProcurement platform of the Govt. of
India, ie., www.eprocurement.gov.in, as per the procedure given below.
14.2.1 The bidders shall register on the e-procurement market place, ie., on
www.eprocurement.gov.in or https://tender.eprocurement.gov.in and submit their bids
online. Offline bids will not be entertained by the Tender Inviting Authority, for the
tenders published in eProcurement platform.
14.2.2 The Tenders/Bids shall comprise of the following.
(a) Earnest Money Deposit, in specified form, and for requisite amount.
(b) All relevant bid schedules (as per the formats in the Tender Specification),
furnishing all requisite details, signed and seal & date affixed. Each Schedule
shall be accompanied by supporting documentation, as stipulated therein.
These shall include documents evidencing compliance with Qualification
Requirements, etc.
Scanned copies of each of the above shall be uploaded to the eProcurement platform
14.2.3 The bidder shall sign on the statements, documents, certificates, uploaded by him,
owning responsibility for their correctness/authenticity.
14.2.4 The Bidder shall be solely responsible to ensure that the Prices & Price components
indicated in the uploaded Price Schedule, are in line with the Terms & Conditions
stipulated in the relevant Bid Schedule. In case the figures in the Price Bid are at
variance from the particulars indicated elsewhere, APGENCO will adopt/consider,
whichever is more advantageous to APGENCO.
14.2.5 No documents need to be submitted by the Bidders offline. Any offline bid
submission clause in the tender document, other than that required from Successful
Bidder, shall be disregarded.

14.3 Registration with eProcurement platform:


Only those Bidders, who are registered on the eProcurement Platform, are eligible to
participate. For any queries on registration and online bid submission, on
eProcurement platform, the bidders may contact HELP DESK of the Service Provider
M/s.VAYAM TECHNOLOGIES, on www.eprocurement.gov.in.

14.4 Tender Document:


(a) The Bidder is requested to download the tender document and read all the
terms and conditions mentioned in the tender Document. Any clarifications
shall be sought from the Tender Inviting Authority, prior to submission of
Offer only.
(b) It is the responsibility solely of the Bidder, to keep track of any changes by
viewing the Addendum/Corrigenda issued by the Tender Inviting Authority,
from time to time, in the e-Procurement platform. The Department calling for
tenders shall not be responsible for any claims/problems arising out of this.

14.5 Digital Certificate authentication:


(a) The bidder shall authenticate the bid with his Digital Certificate for
submitting the bid electronically on eProcurement platform. Bids not
authenticated by digital certificate of the bidder will not be accepted on the
eProcurement platform.
(b) For obtaining Digital Signature Certificate, you may please Contact:
Andhra Pradesh Technology Services Limited, BRKR Bhavan, B-Block, Tankbund
Road , Hyderabad-500022, Phone: +91-40-23220305, Fax: +91-40-23228057 (OR)
Any other Registration Authority of TCS-CA in India. The city-wise list of
RAs can be accessed by clicking the link "Apply for a Class-2 Certificate" under
"Enroll" section in the website "https://www.tcs-ca.tcs.co.in/mca21/
index.jsp"

14.6 Submission of Hard copies:


(a) As per GO No.174 dt.1/9/2008, the requirement for Submission of Original
Hard Copies of the uploaded scanned copies of DD/BG towards EMD etc,
before opening of Price Bids shall be dispensed with.
(b) All the Bidders shall invariably upload the scanned copies of DD/BG & all
other documents in e-Procurement System. This will be the primary
requirement to consider the bid responsive.
(c) Technical Bid evaluation shall be carried out, solely based on the Documents/
Certificates etc uploaded in the e-Procurement system and Price Bids of the
responsive Bidders shall be opened.
(d) The Purchaser Department shall notify the successful bidder for submission
of original hard copies of all uploaded documents, DD/BG towards EMD etc,
for ensuring their genuineness/authenticity, prior to entering into agreement
or placement of Order. The Successful Bidder shall, at his sole risk &
responsibility, submit the same to the Tender Inviting Authority, before
stipulated date & time.
(e) In case, the successful Bidder fails to submit the Original Hard Copies of
uploaded Certificates/Documents, DD/BG towards EMD etc, within the
stipulated date & time (OR) if any variation is noticed in the uploaded
documents and the original hard copies submitted by the successful Bidder,
appropriate penal & deterrent action will be taken as per the rules in force.
(f) If any of the documents furnished by the bidder is found, at any point of
time, to be false/fabricated/bogus, such Bidder is liable for black listing,
forfeiture of the EMD, cancellation of work and criminal prosecution.

14.7 Payment Of Transaction Fee:


All the participant bidders shall pay online, a non-refundable TRANSACTION FEE,
to M/s.APTS LTD, through "Payment Gateway Service on E-Procurement platform".
The amount payable is 0.03% of the Estimated Contract Value (ECV) or Total Quoted
Value (TQV), with a cap of Rs.10,000/- for ECV upto Rs.50.0 crores and Rs.25,000/-
for ECV/TQV above Rs.50.0 crore. The Electronic Payment Gateway accepts all
Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net
Banking of select Banks such as ICICI Bank, HDFC, Axis Bank etc, to facilitate the
transaction. Service tax, Bank Charges for Credit Card Transactions etc, will be
applicable.

14.8 Bid Submission Acknowledgement:


The bidder shall complete all the processes and steps required for Bid submission.
The system will generate an acknowledgement with a unique bid submission
number after completing all the prescribed steps and processes by the bidder. Users
may also note that the bids for which an acknowledgement is not generated by the
eProcurement system are treated as invalid or not saved in the system. Such invalid
bids are not made available to the Tender Inviting Authority for processing the bids.
The Government of AP and the Service Provider, M/s.Vayam Technologies, shall not
responsible for incomplete bid submission by users.

14.9 Corpus Fund or eProcurement Fund:


User departments shall collect, towards eProcurement fund, 0.04% of ECV/TQV with
a cap of Rs.10,000/- for ECV/TQV upto Rs.50.0 crores and Rs.25,000/- for ECV/TQV
above Rs.50.0 crore, from successful bidders on eProcurement platform, before
entering into agreement/ issue of purchase orders. The amount shall be paid in
favour of the Managing Director, APTS. There shall not be any charge towards
eProcurement fund in case of works, goods and services with ECV/TQV upto Rs.10
lakhs.
15.0 Opening of Tenders:
15.1 Part-I i.e., ‘Pre-qualification Bid’ or PQB, will be opened ONLINE, at the time and
place indicated.
15.2 Only those tenders which contain full information and comply with the requirements
regarding experience, technical and financial requirements etc, will qualify for opening of
Part-II: ’Price Bid’ or ‘COMMERCIAL BID’. The date and time of opening of Part-II
will be intimated to the qualified bidders, separately.
15.3 It is the responsibility of the Bidder to ensure that the PRICE BID, is completely in
line with the PQB. In case the terms indicated in Part-II are found to be different
from those indicated in Part-I, APGENCO reserves the right to either consider the
terms more favourable to APGENCO, or to reject the Bid, outright.
15.4 Bidders are requested to ensure that they do not upload Part-II, ie., Price Bid/
Commercial Bid, along with Part-I: ie., Pre-Qualification/Technical Bid. APGENCO
reserves the right to disqualify those Bidders, whose PQBs are found to contain
Price Bids also.

16.0 DISCLAIMER:
16.1 This Tender Specification, and any subsequent addenda/amendments etc, will be
made available on APGENCO’s website, and can be downloaded free of cost. The
Bidders shall be solely responsible, for ensuring that their Bids are completely in line
with the requirements stipulated therein.
16.2 The Specifications stipulated in these documents, are indicative only. It is the
responsibility of the Bidder to ensure that the materials/equipment offered, are
completely as per Site requirements. The Bidders are advised to depute their
representatives to Site, to study Site conditions, ascertain/assess site requirements,
collect all necessary particulars etc.
16.3 Any discrepancies in the requirements stipulated in these documents, shall be
brought to the notice of the undersigned, and clarifications shall be obtained prior to
submission of Offer itself.
Bidders are advised not to make any assumptions or inferences, on their own.
16.4 Regarding Online Bidding:
(i) Notwithstanding the particulars/guidelines stipulated in this document, all
the bidders are advised to get themselves acquainted with the latest rules &
regulations governing submission of Bids, payment of Transaction Fee/
Corpus Fund etc, on the eProcurement platform.
(ii) It is the responsibility of the Bidder, to ensure that the scanned copies
uploaded to the eProcurement platform, are legible.
(iii) Online Offers which are found to be either incomplete or corrupted, are liable
to be rejected. In order to avoid any such possibility, it is recommended that
once the Bid is completely uploaded, the Bidder shall verify the uploaded
documents & particulars, downloading the documents, if necessary. The
Bidder shall be solely responsible for ensuring that all requisite documents
have been successfully uploaded.
Superintending Engineer (Generation-I)

Tender Spec No.CEG/SEG-I/140/Dr.NTTPS/Stg-II/Plante Battery/29/2015-16


Section-II: TECHNICAL SPECIFICATIONS & REQUIREMENTS
(Pg.11 of 46)

1.0 PROJECT:
210MW Unit-4 of Dr.NTTPS- Stage-II.

2.0 SCOPE:
Supply, Erection & Commissioning of Plante Type Lead Acid 640/660AH Battery Bank for
UPS of Unit-IV at Dr.NTTPS under buy back scheme of existing Batteries, as per the detailed
scope indicated below.
S No Description Quantity
I. Supply Portion:
1. UPS Battery Bank,645/660AH, Lead acid, 180 Cells of 2V, plante type 1 Set.
including Ceremic Vent plug, Inter
Cell connector, fasteners, Number
plate with fixing screws, Petroleum Jelly etc in dry & Uncharged
condition.
2. Electrolyte 1.90 SP.Gr (6000 Ltrs per Set). 1 Set.
3. IRIT (Inter Row Inter Tier Connectors) 1 Set.
4. Teak Wooden Stand DRST Type. 1 Set.
5. Standard Accessories (as per Annexure-I) 1 Set.
II. Service portion:
1. Dismantling of Old battery bank and Erection & Commissioning of New 1 Set.
Battery Bank (Scope as per Annexure-II)
III. Buy back price for old 800AH Exide make tubular battery Bank. LS.
Standard Accessories enclosed in Annexure-I.
Scope of Work enclosed in Annexure-II.

3.0 ERECTION & COMMISSIONING AND OTHER SERVICES:


COMPLETION PERIOD:
 The existing 800AH, 360V DC, Tubular type Battery banks shall be dismantled
and the new battery banks shall be completely erected and commissioned within
3 to 4 weeks from the date of handing over of site for carrying-out erection
works, by the CE/O&M/Dr.NTTPS. An advance intimation will be given by
CE/O&M /Dr.NTTPS about the readiness for handing over of site.
 Bidder shall bring their own discharging Kit to carry-out discharge test for newly
erected batteries at Dr.NTTPS.
 Bidder shall fully coordinate with APGENCO’s staff in order to make the works
complete in all respects, in time.

4.0 GENERAL SPECIFICATION:


4.1 It is not the intent to specify completely the design & construction of the Materials covered in
the Scope of this Tender Specification. However, they shall conform, in all respects, to high
standards of engineering, design and workmanship and shall be capable of performing
satisfactorily, in a manner acceptable to the Purchaser. The Purchaser shall interpret the
meanings of drawings & specifications & shall have the right to reject any work or material
which, in his opinion, is not fully in accordance therewith.
4.2 Codes & Standards: The design, manufacture, inspection & testing of the materials covered
under this specification shall conform to the latest editions of relevant statutes, regulations,
codes & standards, as applicable in the locality where they will be installed. The Bidder shall
fully acquaint himself with these requirements and shall ensure compliance with them.
However in the event of any conflict between the requirements of two standards or between
the requirements of any standard and this specification, the more stringent requirements shall
apply, unless confirmed otherwise by the APGENCO, in writing. The decision of the
APGENCO shall be final and binding in all such cases.
4.3 Completeness: The offered materials shall be complete in every respect, with all
mountings/fixtures/standard accessories etc, necessary for their satisfactory installation,
commissioning, and for ensuring optimum performance, in place of the existing materials, as
per the requirements stipulated in this Tender Specification. Such components shall be
deemed to be within Bidder's scope, irrespective of whether these are specifically detailed in
this specification or not.
4.4 Fitment guarantee:
The SUPPLIER shall be solely responsible for ensuring that the material supplied can
be installed in place of the existing equipment, with little or no modifications. All
Bidders are requested to study the requirements of this Specification in detail.
They are advised to depute their representative to Dr.NTTPS/Stage-II site, for collecting any
data/relevant particulars, space available etc. Any queries shall be addressed to this Office and
got clarified before submitting the quotations.

5.0 SUBMISSION OF DRAWINGS


(1) The Bidders shall submit all necessary GA/Dimensional Drawings, Technical Datasheets etc,
along with their Bid, to facilitate assessment of technical suitability & compliance with the
requirements of this specification.
(2) The SUPPLIER shall submit, preferably within One Month from the date of receipt of the
Letter of Intent/Purchase Order, whichever is earlier, three sets of detailed drawings of the
equipment ordered, giving full particulars, views etc, covering the construction & working of
the equipment, and get the same approved by the CE(O&M)/Dr.NTTPS.
Notwithstanding any approval issued by APGENCO, the SUPPLIER shall be solely
responsible for the correctness of the same, for the consequences arising out of any errors or
omissions therein, or for any litigation or liability under the contract.
(3) Within two weeks of approval, copies of all approved drawings etc, shall be submitted, as
follows.
(a) CE (Generation) -- 1 sets.
(b) Chief Engineer (O&M)/Dr.NTTPS -- 2 sets
(c) SE (O&M)/Stage-II -- 1 sets
One set of reproducible drawings (soft copies), shall be submitted, to each of the above.
(4) The bidder should submit 3 sets of O&M manuals, related to Battery Bank.

6.0 QUALITY ASSURANCE PLAN:


The SUPPLIER shall submit a detailed QUALITY ASSURANCE PLAN covering the
various Tests proposed to be conducted, the scope of Pre-Despatch Inspection by
APGENCO & the Third Party Inspection Agency, M/s.LRA, etc, and get the same
approved by the CE (O&M)/Dr.NTTPS. It shall be submitted preferably within One
month from the date of receipt of PO.

7.0 PRE-DESPATCH INSPECTION INCLUDING THIRD PARTY INSPECTION (TPI):


Third Party Inspection, if necessary, shall be arranged by the SUPPLIER. The Bidders
shall quote separate, lumpsum, all inclusive price, for Pre-dispatch Inspection of the
materials by the Third party inspection agency, viz M/s.Lloyd’s Register Asia.
Requirement of TPI will be confirmed at the time of placement of Order. Charges for
TPI, if opted for by APGENCO, will be reimbursed to the SUPPLIER at actuals,
limited to the lumpsum amount indicated/accepted. Further APGENCO inspection
at firm’s works is applicable. You have to make arrangements for the same at free of
cost.

8.0 TESTS & TEST CERTIFICATES :


8.1 All necessary tests shall be carried out on the Equipment, as per relevant Indian/
International Standards, and Test Certificates for the same shall be submitted to the
CE (O&M)/Dr.NTTPS, for approval. The specific tests of Battery Bank shall be carried
out in the presence of APGENCO representative.
8.2 All the relevant Test Certificates shall be submitted to the Chief Engineer (O&M)/
Dr.NTTPS along with invoices/bills, with copies marked to the CE (Generation)
also.

9.0 GUARANTEE PERIOD:


The EQUIPMENTS shall be guaranteed for satisfactory performance against faulty
design defective materials and bad workmanship, for a period of 36 months from the
date of receipt of materials at site or 24 months from the date of putting in service,
whichever is earlier.

Superintending Engineer (Gen-I)


ANNEXURE – I
Standard Accessories:

Sl. No. Item Description Qty


1. V2B Syringe type Hydrometer Set 4 Nos.
2. Digital Multimeter 1 No.
3. Mercury in glass Chemical Thermometer 2 Nos.
4. Wall mounting plastic holder for one hydrometer & thermometer 2 Nos.
5. Suitable Spanner (set contains of 2 Nos. 1 Set.
6. 10 oz LeylandSyringe. 2 Nos.
7. Plastic funnel 6” (150mm) dia. 2 Nos.
8. Rubber Siphon ½” (12.7 mm) dia 2 mtrs long. 2 Nos.
9. Rubber Apron. 1 No.
10. Rubber Gloves. 2 pairs.
11. Acid Resisting Plastic Jug (2 Ltrs capacity). 2 Nos.
12. Rubber Boots knee height. 1 Pair.

Superintending Engineer (Gen-I)

ANNEXURE-II
Scope of Work

1. The Scope work covers Dismantling of old battery bank and Erection &
Commissioning of new battery bank. Unloading of old cells in battery room and
transportation of old battery bank to your works will be in your scope.
2. Shifting of new cell from storage location, loading and unloading of new cells in
battery room, storage location & internal transportation will be in your scope.

3. Erection of Stands : Stands will be assembled as per Lay-out drawing to


suit to battery room requirement.

4. Mounting of cells : The cell will be mounted on the steelages and cell Insulators as
per lay-out drawing. All cells will be aligned as G.A drawing.

5. Inter-Row Inter-Connectors: All cells will be connected with inter cell connectors
TIER and rato coated fasteners by applying petroleum jelly. The tightness of all inter-
cell connections will be checked thoroughly.

6. Acid Filling: Electrolyte of Specific Gravity 1.190 will be filled in each Cell. The
Specific Gravity of each cell is checked for correct Sp. Gr. Of 1.190. Rest period of 12
to 24 hours shall be given to battery bank after filling of electrolyte so that all the
plates of battery absorb sufficient quantity of electrolyte before putting it in charge.
All the cells will be topped up with some more electrolyte so that the absorbed
electrolyte in the plates during rest period is replenished.

7. Initial Charging: Initial charging of the Battery bank will be carried out based on
manufacturers given procedure.

8. Discharging of Battery Bank: The Capacity test will be carried out on battery bank
for 10Hours capacity. The Procedure will be adopted as per the manufacturer’s
instructions. All arrangements for discharging of battery bank is in your scope.
Water load with coil will be used for discharging of battery bank.

Superintending Engineer (Gen-I)


Tender Spec No. CEG/SEG-I/140/Dr.NTTPS/Stg-II/Plante Battery/29/2015-16
Section-III: INSTRUCTIONS TO THE BIDDERS (Pg.15 of 46)
The instructions given below must be read very carefully, as failure in compliance with any of these
may render the offer liable for rejection. If a bidder has any doubt about the meaning of any
stipulation herein, General Purchase Conditions, specification of materials or any other enclosed
document, the tenderer should immediately obtain the clarification/ information in writing from the
executive who has issued these documents/the Chief Engineer (Generation-I).

APGENCO or CORPORATION: shall mean Andhra Pradesh Power Generation Corporation Ltd., (a
Govt. of A.P Undertaking), a company incorporated in India under Companies Act 1956, having its Regd.
Office at Vidyut Soudha, Hyderabad–500082, (AP).

1. Earnest Money Deposit (EMD)


1.1. Offer must accompany EMD of requisite amount as specified in tender enquiry failing
which offer shall be liable for rejection.
EMD can be furnished by way of DD/Pay Order/Banker’s Cheque/Bank Guarantee.
1.2. Submission of EMD in any other form shall not be considered and shall be treated as
disqualification.
1.3. The EMD shall be forfeited, if
(i) Bidder withdraws the bid before expiry of its Validity.
(ii) Successful bidder does not accept the Order/LOI or fails to enter into a Contract within
validity period of Offer.
(iii) Successful bidder fails to furnish Security Deposit within 30 days from the date of
issue of P.O./LOI
(iv) The Offer is disqualified for the reasons outlined in clause 2.4 below.
1.4. Permanent/ Standing EMD:
The bidder may deposit with APGENCO, the permanent fixed deposit of Rs.2,50,000/-
(Two lakhs and fifty thousands) as EMD in the form of DD/Pay order/ Banker’s cheque. In
case of BG, it shall be valid for a period of three years constituting the said sum as security
for due compliance with the obligations undertaken in the offer submitted by the bidder.
No interest will be payable on such amount. Such bidder shall be entitled to have them
considered without payment of EMD with each tender separately; they need only refer to
the registration certificate No. on the sealed envelope and also furnish a copy of certificate
along with offer.
1.5. The fact of having enclosed the EMD, in requisite forms as indicated in 1.1, or bidder
holding Permanent EMD (1.4), shall clearly be superscribed on the sealed envelope, failing
which their Offer may not be opened and returned back to them unopened without any
consideration whatsoever.
1.6. Cases where the EMD is superscribed on the cover but EMD is not found within or found
insufficient, shall run the risk of serious action, as felt appropriate by the Corporation.
1.7. The EMD of unsuccessful bidders shall be returned to them, as soon as purchase decision
against the tender is taken.

2. Due date and time and submission of Offers:


Offers in duplicate and complete in all respects (preferably typed) shall be sent in sealed
envelope and preferably by Registered Post/ Speed Post, well in time so as to reach us
before bid due date and time. Offers sent through courier/personally brought by your
representative, shall not be accepted, if presented after due date and time of submission of
bids.
2.1. In exceptional circumstances, you may send the offer by FAX with all terms and
conditions, which shall be considered subject to fulfillment of following conditions.
i. Fax offers are received in time before scheduled bid opening date and
time.
ii. Fax offers indicate basic and essential features of the tender.
iii. They are followed by regular offers as confirmatory offers which have
been sent by Registered Post/Speed Post, at least one day before the
scheduled date of opening and received within reasonable time.
iv. The confirmatory offers fully conform in all respects to the offers
furnished through fax.
2.2. The sealed cover as well as outer envelope shall be super scribed with Enquiry No, Due
Date & Time of Submission, Details of EMD (Mode of remittance, Exemption of EMD
with details, Permanent EMD (PEMD) indicating Certificate No. and validity failing
which the Offer may be rejected.
2.3. The bidders who have been addressed by Tender Enquiry, or who had purchased the bid
documents should only quote.
i. If the tender enquiry (single/limited) is passed on to a distributor/dealer or to
associate/sister organization by the vendor, to whom the enquiry was sent originally,
they shall authorize them through a proper letter, a copy of which shall be enclosed
with the bid. The envelope containing the bid must be superscribed; stating that letter
of authority is enclosed with the bid. A copy of such letter shall preferably, be
submitted directly before the bid opening. In absence of such authority letter and
superscription on the envelope, the bid shall be treated as unsolicited and shall run the
risk of not being opened.
ii. Similarly change in the name of the company/address viz.- a- viz. what has been
indicated in Tender Enquiry must be reported in advance, supported by relevant
documents and superscription on the envelope that supporting details are inside the
envelope, failing which, the offer may be treated as unsolicited and run the risk of not
being opened.
The time of actual receipt in the office will only count for acceptance of the Offer.
The date of Tender, date stamp of Post Office or date stamp of any other officer will
not count. APGENCO shall not be responsible for any postal or any other transit
delays.
2.4. Post tender rebates or deviation in quoted prices and/ or conditions or any such offers
which will give a benefit to the bidder over others will not only be rejected outright but also
the original offer itself will get disqualified on this account, and bidder’s EMD shall be
forfeited.
2.5. The quoted prices must be written in both figures and words in capital letters. Alterations,
if any, shall be made clearly by crossing the whole-entered rate and bidder with his full
signature and rubber stamp should attest such correction. There shall NOT be any
overwriting under any circumstances; as such offers are liable for rejection. In case of any
discrepancy between figures and words, the rates in words shall be considered for the
purpose of evaluation.
2.6. Bidders may note that due date and time of opening the bids shall strictly be adhered to
and accordingly, if they wish to witness the bid opening (only in case of Open Tender),
they should bring necessary authorization letter from the organization. However, due to
declaration of unexpected holiday or any unforeseen circumstances, bids are not opened on
due date, the same shall be opened on next working day at the same time.
2.7. Standard printed conditions attached to the tender will not be accepted. Only those
mentioned in the body of the Offer will be considered.
2.8. In case of non- submission of Offer, it shall be appreciated if the vendor sends a regret
letter and returns all drawings etc., if any, furnished to them with Tender Enquiry. The
envelope shall be superscribed ‘Regret letter inside’.
2.9. The bidder shall certify that the quoted rates are as applicable to Government Dept. /
Public Sector Undertaking and in support of this they shall furnish copies of Purchase
Orders received from these organizations.

3. Validity of Offers:
The Offers shall be valid for a period of 120 days from the date of opening of
Price/Commercial Bids. The period of validity cannot be counted from any other date other
than the date of opening the bids.
During this period bidder shall not be permitted to withdraw or vary their offers, once
made and if they do so, the EMD shall be forfeited.

4. Income Tax Clearance:


The bidder shall submit along with their offers, the latest valid income tax clearance
certificate otherwise their offers shall be liable to be rejected.
Copy of PAN-Card shall be furnished.

5. Past Experience:
The list of customers, to whom the bidder had supplied identical materials in the past
along with documentary evidence with P.O. details and Performance Reports, if any, shall
be furnished.

6. Acceptance of APGENCO Payment Terms


The standard payment terms shall be
(i) Within the Contractual delivery period: 95% of the all inclusive price of the materials will be
paid within 30 days from the date of receipt and acceptance of the material in good condition
at Site against furnishing of Bank Guarantee for 10% value of the Contract covering the
Guarantee Period and the balance 5% will be paid after 90 days thereafter and after
completion of the delivery formalities.
ii) Beyond the Contractual delivery period: 90% of the all inclusive price of the materials will be
paid within 30 days from the date of receipt and acceptance of the material in good condition
at Site against furnishing of Bank Guarantee for 10% value of the Contract covering the
Guarantee Period and balance 10% after 90 days thereafter, subject to effective performance
of the Contract and settlement of liquidated damages etc.

7. Price Basis:
Kindly quote F.O.R. destination prices and Dispatch of materials through our authorized
transporter. However, if the quoted rates are on Ex-Works basis, loading @ 2% towards
Packing and Forwarding and 3% towards Freight charges shall be done. However, for
F.O.R. Destination or F.O.R. Station of Dispatch prices, break- up of Packing and
Forwarding and Freight component shall be furnished as Excise Duty and Sales Tax shall
be payable on Ex-works price only and shall not be payable on Freight charges.

8. Transit Insurance:
Bidder shall quote FOR Destination prices inclusive of marine insurance charges. However, if the price
is of Ex-works or Station of Dispatch, loading shall be done on their quoted price @ 1% towards transit
insurance by the Corporation.

9. Taxes and Duties:


Kindly indicate clearly as to whether the offered Prices are inclusive or exclusive of Sales Tax. The rate
and nature of Sales Tax applicable shall be shown separately. Sales Tax shall be paid to the seller at the
rate which it is liable to be assessed/ actually assessed on the date of supply, provided the transaction of
sale is liable to Sales Tax. In case the bidder stipulates Excise Duty extra as applicable at the time of
Dispatch and specifies the present rate of Excise Duty (in numeric percentage or NIL), the Offer shall
be evaluated considering rate of E.D. for the product as per Excise Tariff of Govt. of India or as evident
from bids received from other bidder. However, liability of APGENCO shall be restricted to actual ED
paid at the time of Dispatch subject to production of Excise Gate Pass or Excise Invoices. In case the
bidder quotes with ‘fixed rate’ of ED or specify ED as NIL, the Offer shall be evaluated accordingly and
payment shall also be restricted accordingly. This will be subject to submission of Excise Invoice copy
for having actually paid the Excise Duty or otherwise but claim for any upward revision will not be
accepted at a later stage. Similarly if variable excise duty is payable, evaluation shall be done on
full/maximum excise duty payable for the product but payment of ED to the Supplier against the order,
if placed, shall be actual amount paid subject to furnishing documentary proof (excise Gate Pass or
Excise Invoice).

10. Cost Compensation for Deviation:


Deviations specifically declared by the bidders in respective Deviation Schedules of Bid Proposal Sheets
only will be taken into account for the purpose of evaluation. The bidders are required to declare the
Prices for the withdrawal of the deviations declared by them in the Deviation Schedules. Such Prices
declared by the bidders for the withdrawal of the deviations in the Deviation Schedule shall be added to
the bid prices to compensate for these deviations. In case prices for the withdrawal of deviations not
furnished by the bidder, the owner shall convert such deviations into a Rupee value and add to the bid
price to compensate for these. In determining the Rupee Value of the deviations, the owner will use
parameters consistent with those specified in the specifications and documents and/ or other
information as necessary and available with APGENCO. In case the bidder refuses to withdraw the
deviations at the cost of withdrawal indicated by the bidder in the deviation schedule, the EMD of
bidder shall be forfeited. Bidder may note that deviation variations and additional conditions etc. found
elsewhere in the bid other than those stated in the Deviation schedules, save those pertaining to any
rebates, shall not be given effect to in evaluation and it will be assumed that the bidder complies with
all the conditions of Bidding Documents. In case bidder refuses to withdraw, without any cost to
APGENCO, those deviations, which the bidder did not state in the Deviation Schedules, the EMD of
the bidder may be forfeited.

11. Offers should strictly be in conformity with specifications/drawings/samples as stipulated in the


enquiry. In case no deviations are indicated, it shall be taken for granted that item (s) has/ have been
offered strictly as per the requirements given in the enquiry.

12. Delivery:
The material shall be delivered within the shortest possible period, reckoned from the date of Purchase
Order. In case of any deviation, bidder shall offer his best, realistic and firm delivery, which shall be
specific and guaranteed. Delivery period shall be reckoned from the date of LOI / P.O. whichever is the
first intimation of acceptance of bidder’s offer. Final date of delivery shall be evidenced by date of
despatch of materials as per transporter’s Lorry Receipt/Goods Receipt/RR/ PWB/AWB. In case stage
inspection or pre- despatch inspection is involved, the bidder shall take into account 15 days notice to
APGENCO to depute Inspection Engineer. In view of this, delivery time will be inclusive of time taken
for inspection. For delivery beyond contractual delivery period, provisions of ‘General Purchase
Conditions’ will apply.
12.1 Early Delivery:
It shall be noted that if an Order is placed on higher bidder, in preference to lowest acceptable Offer, in
consideration of an earlier Delivery, the bidder shall be liable to the Corporation, the difference between
the Ordered rate (s) and the rate (s) quoted by the lowest acceptable bidder in case the bidder fails to
complete the supply in terms of such order within the date (s) of delivery specified in the tender and
incorporated in the Order. This is without prejudice to other right under terms of order.

13. It is not binding on APGENCO to accept the lowest or any bid. The Corporation reserves the right to
place orders for individual items with different bidders and to revise the quantities at the time of
placing the order. The quoted rates, terms and conditions shall apply. The Order for the materials may
also be split up between different bidders to facilitate quick delivery of critically required materials.
APGENCO further reserves the right to accept or reject any/all bids without assigning any reasons
thereof.
14. APGENCO at its sole discretion unilaterally may change the quantities to the extent of  20% as
indicated in tender enquiry/ NIT. The successful bidder shall be bound to supply these quantities on
the same rate and terms and conditions.

15. Bidders are requested to fill in the enclosed Proforma for Terms and Conditions and submit the
same in duplicate along with their offer.

16. Orders placed against this tender enquiry shall be subject to ‘General Purchase Conditions’ of
APGENCO, a copy of which is enclosed. Bidders are requested to confirm acceptance in to in their
Offer.

17. Make/Brand of items offered shall be specified failing which offers are liable to be rejected. It shall be
appreciated if one copy of detailed descriptive literature/ pamphlets shall be enclosed along with the
Offer, which may help technical evaluation.

18. In case material offered is ISI marked/tested at any Govt. recognized test house; copies of relevant
certificate shall be furnished along with the offer.

19. Test certificate of manufacturer/Govt. Test House shall be submitted if so stipulated.

20. If the bidder is on DGS&D Rate Contract for item (s) covered in tender enquiry. A copy of the same
shall be enclosed along with the offer.

21. Samples shall be submitted with the Offer wherever asked for and it is to be noted that they shall only
be supplementary to the Specification and would not supersede the Specification. Samples are relied
upon solely to describe attributes that are not quantifiable like colour, luster feel etc. Bidder shall
submit samples, freight paid, through register Post Parcel/ Road transport and should ensure that
samples reach APGENCO within the stipulated date and time. No cognizance will be given to such
samples, which are received after the specified date and time.

Superintending Engineer (Generation-I)

Tender Spec No. CEG/SEG-I/140/Dr.NTTPS/Stg-II/Plante Battery/29/2015-16


Section-IV: GENERAL PURCHASE CONDITIONS (Pg.19 of 46)
GENERAL

1.1 The following terms and expressions used herein shall have the meaning as indicated herein:
“Supplier/ Vendor/Contractor”: shall mean the individual firm or company whether incorporated or
otherwise in whose name the purchase order shall be addressed and shall include its permitted assigns
and successors.
“Buyer/ Purchaser/ Corporation/ APGENCO” : shall mean Andhra Pradesh Power Generation
Corporation Ltd., (A Govt. of A. P. Undertaking), a company incorporated in India under Companies
Act 1956, having its Registered Office at Vidyut Soudha, Hyderabad – 500 082 (AP).
“Contract / Agreement”: shall mean the Purchase Order.

1.2. Reference: After placing of purchase order, the purchase order number must appear on all the
correspondence, packing slips, invoices, drawings or any other document or paper connected with the
purchase order.

1.3. Specifications and drawings:


Any information or details which are included in the specifications but not indicated in the drawings
and vice-versa will have the same effect and meaning as if included for and shown both in the
specifications and drawings. In case of any dispute between the specifications and drawings, the
decision of the Corporation or its authorized representative will be final and binding.

1.4. Addition/ Alterations/ Modifications:


The Corporation reserves the right to make additions/alterations/ modifications to the quantity of items
in the purchase order. The supplier shall supply such quantities also at the same rate as originally
agreed to and incorporated in the purchase order.

1.5. Waiver:
Any waiver by the authority of any breach of the terms and conditions of the purchase order shall not
constitute any right for subsequent waiver of any other terms or conditions.

1.6. Sub-letting and Assignment:


The supplier shall not, save with prior consent in writing of the Corporation, sublet, transfer or assign
the order or any part thereof or interest therein or benefit or advantage thereof in any manner,
whatsoever. Provided nevertheless that any such consent shall not relieve the supplier from any
obligation, duty or responsibilities under the contract.

1.7. Information Provided by the Corporation:


All drawings, data and documentation that will be given to the supplier by the Corporation for the
execution of the order are the property of the Corporation and shall be returned back when demanded.
Except for the purpose of executing the order of the Corporation, supplier shall ensure that the above
documents are not used for any other purpose. The supplier shall further ensure that the information
given by the Corporation is not disclosed to any person, firm, body, corporate and/or authority and
make every effort that the above information is kept confidential. All such information shall remain the
absolute property of the Corporation.

1.8. Name Plate:


Equipment should be provided with name plate giving full details of manufacture, capacity and other
details as specified in the relevant IS or other specification stipulated. The purchase order No. and Date
and Year of supply and the words ‘APGENCO’ must be etched on the name plate.

1.9. Interchangeability:
All similar materials and removable parts of similar equipment shall be interchangeable with each
other. A specific confirmation of this should be furnished along with the invoices for the supplies.

1.10 Materials & Workmanship:


Supplier shall fully warrant that the stores, equipment and component to be supplied against the
purchase order shall be new and first quality, according to the specifications and shall be free from
defects (even concealed faults, deficiency in design, materials and workmanship).

1.11. Spare Parts:


Wherever applicable, the supplier shall furnish to the Corporation, item-wise price list of
spares required for two year operation and maintenance of the ordered equipment. The
supplier shall also furnish necessary instructions and drawings to identify the spare part
numbers and their location as well as an interchangeability chart.

1.12. Supplier’s Liability


Supplier shall accepts full responsibility and indemnify the Corporation and shall hold
the Corporation harmless from all acts of omission and commission on the part of the
supplier, his agents, his subcontractors and employees in execution of the purchase order.
The supplier shall also agree to defend and hereby undertake to indemnify the
Corporation and also hold it harmless from any and all claims for injury to or death of any
and all persons including but not limited to employees and for damage to the property
arising out of or in connection with the performance of the work under the purchase order.
It is mandatory for the supplier to arrange necessary insurance coverage for the workmen,
before starting the erection work.

1.13. Access to supplier’s Premises:


The Corporation and / or its authorized representative shall be provided access to
supplier’s and / or his sub-contractor’s premises, at any time during the pendency of the
purchase order, for expediting the supplies, inspection, checking etc.

1.14 Sale Conditions:


With supplier’s acceptance of the provisions of the purchase order, any of the general/
special sales conditions quoted by the bidder shall be deemed to have been waived and or
cancelled.

1.15 Modifications
This purchase order if placed, shall constitute an entire agreement between the parties
hereto. Any modification to the purchase order shall become binding only upon the same
being confirmed in writing duly signed by both the parties.
1.16 Inspection/checking/testing
All materials/ equipment to be supplied against the purchase order shall be subject to
inspection/ checking/ testing by the Corporation, its authorized representative or
institutional agency such as Lloyds Register Asia. at all stages and places, before, during
and after the manufacture. All these tests shall be carried out in the presence of authorized
representative of the Corporation. Supplier shall notify the Corporation for the inspection
of materials/ equipment when they are ready, giving atleast 10 days notice. If upon receipt
at our Stores, the material/equipment does not meet the specifications, they will be
rejected and returned to the supplier for repair/modification etc. or for replacement. In
such cases all expenses including to- and- fro freight, re-packing charges, transit insurance
etc shall be to the account of supplier.
Inspection by the authorized representative of the Corporation or failure of the
corporation to inspect the material/equipment shall not relieve the supplier of any
responsibility or liability in respect of such material/ equipment not be interpreted in
anyway to imply acceptance thereof by the Corporation. Whenever specifically asked for
by the Corporation, the supplier shall arrange for inspection/testing by Institutional
Agency such as Lloyds Register Asia. In such cases vendor shall adhere to the inspection/
testing procedures laid down by such agencies. Charges for third party inspection, if any
will be borne by APGENCO unless agreed to the contrary and specified in the purchase
order. All other expenses shall be to the suppliers account.

1.17 Packing and Marking:


All materials/equipment shall be securely packed to the requirements of transportation by
Rail/ Road/ Sea transport. All exposed services/ connections/, protrusions shall be properly
protected. All unexposed part shall be packed with due care and the packages should bear
the words’ handle with care’. The packing requirements of Rail/ Road transport shall be
complied with so as to obtain clear Railway Receipt/ Lorry Receipt i.e. without any
qualifying remarks.
All packages and unpacked materials shall be marked with the name of
Consignor, Consignee, Purchase order No., gross and Net weight, sign of handling, if any,
with indelible paint in English atleast at two places. In case of bundles, metallic plates
marked with the above details shall be tagged with such bundles.

1.18 Despatch of Materials:


The supplier is responsible for the safe delivery of the goods in good condition at destination
stores. The supplier should acquaint himself of the conditions obtaining for handling and
transport of the goods to destination and shall include and provide for security and
protective packing of the goods so as to avoid damage in transit.
After packing the materials/ equipment those shall be despatched strictly as per
the provision of purchase order. In case any changes in the mode of transportation and/or
transporter has to be done, the same shall be done only after obtaining prior approval in
writing. Normally the goods shall be despatched through reputed transporter only. All
formalities related to allotment of wagons, loading permission from Railways shall be
completed by the supplier. The supplier shall communicate immediately the despatch
details to the consignee as specified in the purchase order. The Original despatch
documents shall be forwarded immediately, failing which the supplier shall be
responsible for any delay in payment and consequential payments of demurrage and
wharfage to the transporter, if any.

1.19 Guarantee:
If during the period of guarantee any of the materials / equipment are found defective
and / or fail in test or operation, such materials / equipment shall be repaired or replaced
by the supplier free of cost to APGENCO irrespective of their reimbursements from the
insurance company within reasonable time which shall in no circumstances be more than
15 days or such other reasonable time as APGENCO may deem proper to afford, failing
which the cost of the failed units will be deducted from subsequent bills/ Bank
Guarantees.

1.20 Test Certificates:


Calibration Report and Latest test certificates containing results of tests conducted on the
materials/equipment ordered in this Purchase Order as per ISS or other specification
stipulated must be submitted to this office and got approved before dispatching the
equipment

1.21 Drawing, Technical Literature:


Seven sets of drawings and literature of the equipment shall be supplied for office and field
staffs use. Soft copy of the drawings and technical literature shall be supplied for
requirement if any.

1.22 Acceptance of order:


The Purchase Orders will be sent to supplier in duplicate and he shall return one copy
along with enclosures, duly signed and stamped, within 15 days in token of having
received and accepted the order.

1.23 Jurisdiction:
All and any disputes or difference arising out of or touching the purchase order shall be
decided only by the Courts or Tribunals situated in Hyderabad/ Secunderabad.
For the purpose of any legal obstruction, the material, spares etc., should be
deemed to pass into APGENCO’s owner ship only at the destination stores where they
have to be delivered and accepted.

FINANCIAL

2.1 Prices:
Price (s) mentioned in the Purchase Order shall be firm and not subject to escalation on
any account, till the Order is executed in full and it’s subsequent amendments accepted by
the Supplier even though the completion/ execution of Order may take longer time than
delivery period incorporated and accepted in Purchase Order.

2.2 Taxes, Levies and Duties:


Sales Tax, Excise Duty and other levies payable shall be shown separately in the invoice.
These shall be to the account of Corporation, unless otherwise mentioned in the Purchase
Order.

2.3 Variation in Statutory Levies:


Any variation, upward or downward, in statutory levies or new levy is introduced after
opening of the bids/placement of Order under this Purchase Order shall be to the account
of Corporation, unless otherwise mentioned in the P.O.; provided that in cases where
delivery schedule is not adhered to by the Supplier and there are upward variation/
revision after the agreed delivery date, the bidder/ Supplier shall bear the impact of such
increased levies and if there is downward variation/ revision, the corporation shall be
given advantage to that extent.

2.4 All royalties for patent or charges for the use or infringement thereof that may be involved
in the construction or use of any equipment shall be included in the bid price. The
bidder/Supplier shall protect the Corporation against any and all claims arising on account
of the use thereof the Corporation agreeing to furnish the Supplier any appropriate
information or assistance.

2.5 Security Deposit (SD):


2.5.1 The successful bidder shall furnish within one month from the date of issue of LOI/ PO (if
the value of Order is above Rs. 1,00,000) Security Deposit equal to 2.5% of value of
Purchase Order for proper fulfillment of the terms and conditions of the Contract and full
execution of supplies thereof. The amount of Security shall be forfeited to the extent of
financial loss suffered by the Corporation, if Supplier fails to execute the Order and fulfill
its terms and conditions.

2.5.2 SSI/ NSIC Units will be exempted from payment of SD.

2.5.3 Security deposit may be furnished in the shape of cash, by Demand Draft drawn on any
Nationalized bank, payable to APGENCO or bank guarantee in lieu of cash from any
Nationalized bank in prescribed Proforma which shall be furnished along with Purchase
Order (Bank guarantee shall be accepted only if amount of SD is above Rs. 10,000) or
Government Securities duly endorsed in favour of APGENCO.
2.5.4 Security deposit shall be returned back to the Supplier as soon as order is fully executed
and Supplier has met all contractual obligations and there is nothing outstanding either
against this Purchase Order or any other Purchase Order placed by the Corporation on the
Supplier.

2.6 Terms of Payment:


2.6.1 The standard Payment Terms shall be
(i) Within the Contractual delivery period: 95% of the all inclusive price of the
materials will be paid within 30 days from the date of receipt and acceptance of the
material in good condition at Site against furnishing of Bank Guarantee for 10% value
of the Contract covering the Guarantee Period and the balance 5% will be paid after
90 days thereafter and after completion of the delivery formalities.
(ii) Beyond the contractual delivery period: 90% of the all inclusive price of the
materials will be paid within 30 days from the date of receipt and acceptance of the
material in good condition at Site against furnishing of Bank Guarantee for 10% value
of the Contract covering the Guarantee period and balance 10% after 90 days
thereafter subject to effective performance of the contract and settlement of
liquidated damages etc.

2.6.2 Payments shall be made through Account Payee cheques only.

2.6.3 If the Supplier has received any over payments by mistake or if any amounts are due to the
Corporation due to any other reasons, when it is not possible to recover such amount
under the Contract resulting out of this Order the Corporation reserves the right to collect
the same from any other amounts and/ or Bank Guarantee given by the Supplier due to or
with the Corporation.

2.6.4 When the Supplier does not at any time fulfill his obligations in replacing/ rectifying etc.
of the damages/ defective materials in part or whole, promptly to the satisfaction of the
Corporation’s officers, the Corporation reserves the right not to accept the bills against
subsequent dispatches made by the Supplier and under these circumstance only the
Supplier will be responsible for any demurrage, wharfage or damages occurring to the
consignments so dispatched.

2.7 Delivery Schedule:


Time is essence of this Order and no delay shall be allowed in the delivery time/ delivery
schedule mentioned in the Purchase Order. Delivery of equipment/materials described
shall be deemed to constitute acceptance of this Order and terms and conditions by the
Supplier at the price specified.

2.7.1 Early Delivery:


It shall be noted that your assurance of earlier delivery, this Order is being placed on you,
in preference to the lowest acceptable bid (s). In the event of failure to complete supplies
against this Order within the date of delivery specified herein you would be liable to pay
to the Corporation, the difference between ordered rates and those of lowest acceptable
bid i.e. Rs________ per unit, not withstanding the fact that delay in supply may have been
caused by force majeure. This is without prejudice to the right of Corporation to recover
all other losses and damages resulting from delayed supplies, including right of
cancellation of order.

2.8 Liquidated Damages/ Failure and Termination:


2.8.1 In the event of any delay in the Supplies of ordered materials beyond the stipulated date
of delivery/ delivery schedule including any extension permitted in writing, the
Corporation reserves the right to recover from the Supplier a sum equivalent to 0.5% of the
value of delayed materials/equipment for each week of delay and part thereof subject to a
maximum of 5% of the total value of the Order.
2.8.2 Alternatively, the Corporation may resort to purchase the material/equipment from
elsewhere at the sole risk and cost of the Supplier and recover all such extra cost incurred
by the Corporation in procuring the materials by above procedure.
2.8.3 Alternatively Corporation may cancel the Purchase Order completely or partly without
prejudice to its right under the alternatives mentioned above.
2.8.4 In case of recourse to alternative 2.8.2 and 2.8.3. above, the Corporation shall have the right
to repurchase the materials which is readily available in the market to meet the urgency of
requirements caused by Supplier’s failure to comply with the scheduled delivery period
irrespective of the fact whether the material/ equipment are similar or not.
2.9 Performance Bank Guarantee:
The Supplier shall ensure that all materials/equipment under this Purchase Order shall
conform to Corporation’s requirements and specifications. An additional security in the
form of Performance Bank Guarantee is essential for satisfactory performance of the
equipment over a period of time. In view of this, Suppliers of equipment/ instruments/
materials/ machinery shall be required to furnish a Bank Guarantee (10% of order value) as
follows, against any manufacturing defects/ poor workmanship/poor performance. In case
any deficiencies are found during this period, the same shall be repaired/rectified/replaced
free of cost. BG shall be from any Nationalized Bank in the prescribed Proforma
(i) Bank guarantee for 5% of the order value with validity upto 12 months from the date
of supply of equipment.
(ii) Bank guarantee for another 5% of the order value with validity upto 24 months from
the date of supply of equipment.
The Corporation shall at its discretion have recourse to the said Bank Guarantee for
recovery of any or all amount due from, the Supplier in connection with the Purchase
Order including of Guarantee obligations. Checking/approval of Supplier’s drawings,
inspection and acceptance of materials/equipment furnishing to effect shipment and/or
work done by erection, installation and commissioning of the equipment by Corporation
or any other agency on behalf of the Corporation shall not in way relieve the Supplier
from the responsibility for proper performance during the Guarantee Period.

2.10 Insurance:
Supplier shall arrange suitable marine insurance cover at their risk and cost.

2.11 Removal of Rejected Goods and Replacement:


a) If upon delivery, the material/equipment is found not in conformity with the
specifications stipulated in the Purchase Order, whether inspected and approved earlier or
otherwise, those shall be unacceptable to the Corporation or its authorized representative.
A notification to this effect shall be issued to the Supplier, normally within 30 days from
the date of receipt of materials at our Stores.
b) Supplier shall arrange suitable replacement supplies and remove the rejected goods
within 30 days from the date of notification failing which, the goods shall be dispatched to
vendor by road transport on ‘freight to pay basis’ at Supplier risk and cost.
c) External damages or shortages that are prima-facie the results of rough handling in transit
or due to defective packing shall be intimated within a fortnight of the receipt of the
materials, spares etc. In case of internal defects, damage or shortages or any internal parts,
which cannot ordinarily be detected on a superficial visual examination, though due to
bad handling in transit or defective packing should be intimated within 3 months from the
date of receipt of these articles. In either case the damaged or defective materials should
be replaced by the Supplier free of cost to the Corporation.
d) If no steps are taken within 15 days of receipt of intimation of defects or such other
reasonable time as company may deem proper to afford, the company may without
prejudice to its other rights and remedies arrange for repairs/rectification of the defective
materials or replace the same and recover the expenditure incurred from the deposits such
as EMD, SD and Performance Guarantees or other money available with the Corporation
or by resorting to legal action.
e) However, if any advance payment had been made by the Corporation for the goods so
rejected on technical ground, rejected materials shall be returned to Supplier after receipt
of suitable replacement supplies. If the Supplier does not settle the rejection within a
period of 60 days from the date of notification from stores, rejected goods shall be sent
back to Supplier at his risk and cost. The Dispatch documents shall be negotiated through
bank to recover the advance payment already made. Supplier shall make the payment to
the bank and take possession of Dispatch documents so as to collect the materials from the
Road Carrier.

2.12 Force Majeure:


2.12.1 The Supplier shall not be liable for delay or failing to supply the materials/ equipment for
reasons of Force Majeure such as Act of God, Act of War, Act of Public Enemy, Natural
calamities, Fires, Floods, Frost, Strikes. Lockouts etc. Only those causes which have
duration of more than 7 days shall be considered for Force Majeure.
2.12.2 The vendors shall within 10 days from the beginning of such delay notify to the
Corporation in writing the cause of delay. The Corporation shall verify the facts and grant
such extension of time as facts justify.
2.12.3 No price variation shall be allowed during the period of Force Majeure and liquidated
damages would not be levied for this period.
2.12.3 At the option of Corporation, the Order may be cancelled. Such cancellation, would be
without any liability whatsoever on the part of the corporation. In the event of such
cancellation, Supplier shall refund any amount advanced or paid to him by the corporation
and deliver back any materials issued to him by the corporation and release facilities, if
any provided by the corporation.

2.13 Cancellation of Order:


The Corporation reserves the right to cancel the Order in part or in full by giving two
weeks notice thereby if:
- The Supplier fails to comply with any of the terms of the Order.
- The Supplier becomes bankrupt or goes into liquidation.
- The Supplier makes general assignment for the benefit of the creditors and
- Any Receiver is appointed for the property owned by the Supplier.

Superintending Engineer (Gen-I)

-oOo-

Tender Specification No. CEG/SEG-I/140/Dr.NTTPS/Stg-II/Plante Battery/29/2015-16

Section-V

FORMATS OF

BANK GUARANTEES,
BIDDING SCHEDULES ETC.
ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED

Guidelines for submission of BANK GUARANTEES

The BANK GUARANTEE submitted shall fulfill the following conditions, failing
which they will be treated as INVALID.

(1) The Bank Guarantee shall be executed by State Bank of India or any other Nationalized
Bank.
(2) It shall be executed for requisite value, on Rs.100/- non-judicial paper(s), purchased in
the name of the Bank.
(3) The Non-judicial Stamp Paper(s) shall be used within SIX Months from the date of
purchase.
(4) Content of the Bank Guarantee, shall be as per the stipulated format.
(5) The Executor of the Bank Guarantee, viz., the Bank Authority, shall indicate the
following on the Bank Guarantee.
-- Name & designation.
-- No. & Date of the Power of Attorney executed in his/her favour,
authorizing him/her to sign the Document (Photostat copy of Power of
Attorney may be produced)
(6) Each of the corrections, deletions etc, in the Bank Guarantee shall be authenticated by
the Signature of the Bank Official signing the Bank Guarantee.
(7) Each Page of the Bank Guarantee shall bear the following.
-- No. and Date of the Bank Guarantee.
-- Signature of the Executor & seal of the Bank.
(8) The Last Page of the Bank Guarantee shall carry Signatures of Two persons as
witnesses, along with their full names & addresses.

(9) As per the guidelines in force, the following conditions shall be invariably
incorporated in all the Bank Guarantees.
(a) BGs shall be unconditional and absolute.
(b) BGs shall be without any delay or demur, if claim arises.
(c) BGs shall guarantee all the losses, claims, damages and costs suffered
by APGENCO.
THE ABOVE CONDITIONS shall be appended to the stipulated formats.

-oOo-
PERMANENT EARNEST MONEY DEPOSIT BANK GUARANTEE

WHEREAS, the Andhra Pradesh Power Generation Corporation Ltd (hereinafter called “the
CORPORATION”) has afforded a facility to persons submitting tenders in response to notices of the
CORPORATION calling for tenders for supply of materials or rendering of services, permitting tenderers who
furnish a Permanent Earnest Money of Rs.2,50,000/- (Rupees Two lakh and Fifty thousand only), in the shape
of Cash/Govt. Securities or Bank Guarantee in lieu of cash, to have their tenders considered without separate
payment of earnest monies with each tender.

Whereas, Name & Address of the Company (herein after called “the TENDERER”) has offered the Guarantee
of this Bank viz., Name & Address of the Bank, towards the fixed Earnest Money Deposit and the
CORPORATION has agreed to accept the same and the obligations of the TENDERER have been incorporated
in Agreement dated _________, which shall be read as part of this Guarantee.

We, Name of the Bank , do hereby undertake to indemnify and keep indemnified the CORPORATION, against
any loss or damage caused to or suffered by the CORPORATION, by reason of any breach by the TENDERER
aforementioned, of any terms and conditions of any of the tender quotations or the tenders submitted by the
TENDERER, which are considered by the CORPORATION, in accordance with the terms of the Agreement
dated _________ or the contract(s) entered into pursuant to such tenders.

We, Name of the Bank, further agree that the Guarantee herein contained shall remain in full force
and effect up to and inclusive of the (date after Three years) and that it shall continue to be
enforceable till all the terms and conditions of the CORPORATION under or by virtue of any of the
said tender quotations or tenders or contracts have been fully complied with and its claims satisfied,
or discharged or till the CHIEF ENGINEER, ELECY., (GENERATION), “the CORPORATION”,
certifies that the terms and conditions of the said tender quotations have been fully and properly
carried out by the said M/s.Name and Address of the Company and accordingly discharges the
Guarantee subject, however, that the CORPORATION shall have no right under this bond after the
expiry of 3 (Three) Years from the date of its execution. The Guarantor Bank undertakes to pay the
amount guaranteed hereunder or such part thereof, as required, within one week of the same being
demanded by the CORPORATION, without reference to and without questioning the right of the
CORPORATION to make such demand or the propriety or legality of the demand.

We, Name and Address of the Bank, also agree that,


(a) the Bank Guarantee shall be unconditional and absolute,
(b) it shall be without delay or demur, if claim arises and
(c) it shall guarantee all the losses, claims, damages and costs suffered by APGENCO.

We, Name and Address of the Bank, lastly undertake not to revoke this Guarantee during its
currency, except with the previous consent of the Corporation in writing.

Notwithstanding anything contained in the foregoing, our liability under this guarantee is restricted
to Rs.2,50,000/- (Rupees Two Lakh and Fifty Thousand only). Our Guarantee shall remain in force
until (Date after Three Years) Unless a claim under the Guarantee is made against us within six
months from that date, all rights of the CORPORATION under this Guarantee shall be forfeited and
we shall be relieved and discharged from all liability hereunder.

Dated………………… day of….…………… for Name and Address of the Bank

Signature…………………… Designation………………
Address……………………… Seal………………………

Signatures and Details of witnesses:


1)
2)
AGREEMENT FOR PERMANENT EARNEST MONEY DEPOSIT

Whereas, the ANDHRA PRADESH POWER GENERATION CORPORATION LTD


(hereinafter called “the CORPORATION”) has afforded a facility to persons submitting
tenders in response to notices of the Corporation calling for tenders for supply of materials
or rendering of services, permitting tenderers who furnish a Permanent Earnest Money
Deposit of Rs.2,50,000/- (Rupees Two lakh and Fifty thousand only), in the shape of Cash/
Government Securities or Bank Guarantee in lieu of cash, to have their tenders considered
without separate payment of Earnest Monies with each tender.

Whereas, We, Name and Address of the company (hereinafter called “the TENDERER”),
intend to avail the said facility and do hereby furnish the fixed Earnest Money Deposit of
Rs.2,50,000/- (Rupees Two lakh and Fifty thousand only), in the shape of Bank Guarantee of
the (Name and Address of the Bank) (hereinafter called “the BANK”)

IT IS HEREBY AGREED AND DECLARED AS FOLLOWS:

(1) The Bank guarantee furnished herewith shall in the first instance be valid for 03
(Three) years.

(2) So long as the Bank guarantee is in force, all tenders submitted by the TENDERER in
response to notices of the CORPORATION, inviting tenders, shall be considered by
the CORPORATION without payment of Earnest Money for each tender.

(3) If there is any default on the part of the TENDERER, in respect of the tender or the
contract resulting there from, the CORPORATION shall have the unilateral right to
call upon the BANK to forthwith pay to the CORPORATION, a sum equivalent to
the loss sustained by the CORPORATION, by reason of such default.

(4) Where any such amounts have been claimed from and paid by the BAND, the
CORPORATION, shall not be bound to consider any tender of that TENDERER
submitted thereafter, unless the Bank guarantee has been restored to the level of
Rs.2,50,000/-. However, in special cases, the CORPORATION may consider any
tender before the Guarantee is restored to the full amount of Rs.2,50,000/-, if a
separate Earnest Money Deposit is given for the short fall and the TENDERER
undertakes in writing to make good the short fall in Bank Guarantee within two
months of the opening the tender.

Dated the _____ Day of ______’20


for (Name and Address of the Company)

Signature of Tenderer
Name :
Designation :
Address :
BANK GUARANTEE PROFORMA FOR EARNEST MONEY DEPOSIT

Whereas, the Name & Address of the Firm (here-in-after called “The Bidder”) has submitted their bid
dated…………………………. for the supply of……………………… (here-in-after called “the Bid”),

KNOW ALL MEN by these presents that We Name & Address of the Bank (Hereinafter called “the
Bank”), are bound unto the Chief Engineer (Generation-I), APGENCO, Vidyut Soudha, Hyderabad
(hereinafter called “the purchaser”) in the sum of Rs.___________ (Rupees ____________only) for
which payment will and truly to be made to the said purchaser, the bank binds itself, its successors
and assigns by these presents.
Sealed with the common Seal of the said Bank this ………………….day of……………

THE CONDITIONS OF THIS OBLIGATION ARE:


1. When the successful tenderer does not accept the order after issue of preliminary acceptance
letter / letter of intent / purchase order.
2. When the successful tenderer fails to furnish the security deposit within 30 days from the
date of issue of preliminary acceptance letter or the letter of intent or Purchase Order.
3. When tender is disqualified for reasons outlined in the bid documents.
4. When tenderer alters his prices or withdraws his offer during the validity period.

We undertake to pay to the purchaser the above amount within one week upon receipt of its first
written demand, without the purchaser having to substantiate his demand, without referring to the
supplier and without questioning the right of the purchaser, to make such demand or the propriety or
legality of the demand, provided that in its demand the purchaser will note that the amount claimed
by it, is due to occurrence of the any of the above mentioned conditions, specifying the occurred
condition or conditions.

We, Name and Address of the Bank, also agree that,


(a) the Bank Guarantee shall be unconditional and absolute,
(b) it shall be without delay or demur, if claim arises and
(c) it shall guarantee all the losses, claims, damages and costs suffered by APGENCO.

We, Name and Address of the Bank, lastly undertake not to revoke this Guarantee during its
currency, except with the previous consent of the Corporation in writing.

Notwithstanding any thing contained in the foregoing our liability under this guarantee is restricted
to Rs.____________ (Rupees __________________ only). Our guarantee shall remain in force until
__________. Unless a claim is made within 3 months from that date, all your rights under this
guarantee shall be forfeited and we shall be relieved and discharged from all liability hereunder.

We _________________________ Bank Limited, lastly undertake not to revoke this guarantee during
its currency except with the previous consent of APGENCO in writing.

Dated………………… day of….…………… for Name and Address of the Bank

Signature…………………… Designation………………
Address……………………… Seal………………………

Signatures and Details of witnesses:


1)
2)

Note: The Bank Guarantee shall be valid for a period of 270 days from the date of opening of pre-
qualification bid with a claim period of 3 months.
PROFORMA FOR PERFORMANCE BANK GUARANTEE
* * *

In consideration of the ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED, a


Statutory Corporation incorporated under the provisions of the INDIAN COMPANIES ACT’1956 and
in pursuance of the A.P.ELECTRICITY REFORMS ACT'1998 (Act No.30 of 1998) (hereinafter called "the
CORPORATION”), having agreed, at our request, to accept this (Name of the Bank, with full postal
address) GUARANTEE, in lieu of cash deposit required from (Name of the Supplier/Contractor, with full
address) (hereinafter called "the said CONTRACTOR(S)"), for making payment of 100% of the Order
value along with statutory taxes/duties etc, by the CORPORATION, within THIRTY days from the
date of receipt & acceptance of materials at Site, for the due fulfillment by the said CONTRACTOR(S),
of the terms and conditions of the Purchase Order No.(PO/WO No. & Date), made between the said
CONTRACTOR(S) and the CORPORATION, for the (Scope of Contract) (hereinafter called "said
AGREEMENT") during the period commencing from the date of satisfactory execution of said
AGREEMENT and ending (Guarantee Period plus six months) thereafter or the extended period, if any, to
indemnify and keep indemnified, the CORPORATION, to the extent of (Amount both in figures & words),
representing 10% of the value of the said AGREEMENT, against any loss or damages caused to or
suffered by the CORPORATION, by reasons of any breach by the said CONTRACTOR(S), of any of the
terms and conditions of the said AGREEMENT.

WE, (Name of the Bank) , further agree that the Guarantee herein contained, shall remain in full force
during the period referred to above and that it shall continue to be enforceable till all the dues of the
CORPORATION under or by virtue of the said AGREEMENT, have been fully paid and its claims
satisfied or discharged, or till the CHIEF ENGINEER (GENERATION) certifies that the terms and
conditions of the said AGREEMENT have been fully and properly carried out by the said
CONTRACTOR(S) and accordingly discharges the Guarantee, subject, however, that the
CORPORATION shall have no rights under this Bond after Six Months after the expiry the period
indicated above.

WE, the GUARANTOR BANK, undertake to pay the amount guaranteed hereunder or such part
thereof, as required, within One Week of the sum being demanded by “the CORPORATION”, without
reference to the said CONTRACTOR(S) and without questioning the right of “the CORPORATION” to
make such demand or the propriety or legality of the demand.

We, Name and Address of the Bank, also agree that,


(a) the Bank Guarantee shall be unconditional and absolute,
(b) it shall be without delay or demur, if claim arises and
(c) it shall guarantee all the losses, claims, damages and costs suffered by APGENCO.

We, Name and Address of the Bank, lastly undertake not to revoke this Guarantee during its
currency, except with the previous consent of the Corporation in writing.

Notwithstanding anything contained in the foregoing, our liability under this Guarantee is restricted to
(Amount both in figures & words) only. Our guarantee shall remain in force until (Date ending after
completion of Guarantee period). Unless a claim under the Guarantee is made against us within 6 (six)
months from that date i.e on or before (Date ending six months after completion of Guarantee Period), all the
rights of the CORPORATION, under this Guarantee, shall be forfeited and WE shall be relieved and
discharged from all liability hereunder.

Date the day of '20


For (Name of the Bank)

Signature & Details of Bank Authority


Seal of Bank
Signatures & details of Witnesses
(1)

(2)
PROFORMA FOR SECURITY DEPOSIT BANK GUARANTEE
* * *

In consideration of the ANDHRA PRADESH POWER GENERATION


CORPORATION LIMITED, a Statutory Corporation incorporated under the provisions of the
INDIAN COMPANIES ACT’ 1956 and in pursuance of the A.P.ELECTRICITY REFORMS
ACT' 1998 (Act No.30 of 1998), (hereinafter called "the CORPORATION”), having agreed to
exempt (Name & Address of the Supplier/Contractor) (hereinafter called "said CONTRACTOR"),
from the demand, under the terms and conditions of the Purchase Order No.(PO/WO No &
Date), made between the said CONTRACTOR and the CORPORATION, for the (Scope of
Contract) (hereinafter called "said AGREEMENT"), of SECURITY DEPOSIT for the due
fulfillment by the said CONTRACTOR, of the terms and conditions contained in the SAID
AGREEMENT, on production of a Bank Guarantee for (Value of BG, both in figures & words),
WE, (Name & Address of the Bank) , do hereby undertake to indemnify and keep
indemnified, the CORPORATION, to the extent of (Value of BG in figures & words), against any
loss or damage caused to or suffered by the CORPORATION, by reason of any breach by the
said CONTRACTOR of any of the terms and conditions contained in the said AGREEMENT.

WE, (name & address of the Bank) , further agree that the GUARANTEE herein
contained, shall remain in full force and effect during the period that would be taken for the
performance of the said AGREEMENT and that it shall continue to be enforceable till all the
dues of the CORPORATION under or by virtue of the said AGREEMENT have been fully
paid and its claims satisfied or discharged or till the CHIEF ENGINEER (GENERATION-I),
certifies that the terms and conditions of the said AGREEMENT have been fully and properly
carried out by the said CONTRACTOR and accordingly discharges the GUARANTEE,
subject, however, to the condition that the CORPORATION shall have no rights under this
bond after the expiry of SIX MONTHS from the date of execution of the Said AGREEMENT.

WE, the GUARANTOR BANK, undertake to pay the amount guaranteed hereunder or
such part thereof as required, within ONE week of the sum being demanded by the
CORPORATION without referring to the said CONTRACTOR and without questioning the
right of the CORPORATION to make such demand or the propriety or legality of the demand.

We, Name and Address of the Bank, also agree that,


(a) the Bank Guarantee shall be unconditional and absolute,
(b) it shall be without delay or demur, if claim arises and
(c) it shall guarantee all the losses, claims, damages and costs suffered by APGENCO.

We, Name and Address of the Bank, lastly undertake not to revoke this Guarantee during its
currency, except with the previous consent of the Corporation in writing.

Notwithstanding anything contained in the foregoing, OUR liability under this


guarantee is restricted to (Value of BG in figures & words). Our guarantee shall remain in force
until (Tentative date of completion of Order execution). Unless a claim under this GUARANTEE is
made against us within SIX months from that date, i.e., on or before (Date ending six months
after the tentative completion of Order execution), all the rights of the CORPORATION under this
GUARANTEE shall be forfeited and WE shall be relieved and discharged from all liability
hereunder.

Date the day of '20


For (Name of the Bank)

Signature & Details of Bank Authority


Seal of Bank
Signatures & details of Witnesses
(1)
(2)

PROFORMA OF LETTER OF AUTHORITY


(To be furnished on Principal’s Letterhead)

M/s Andhra Pradesh Power Generation Corporation Ltd


-------------------------------------------------
-------------------------------------------------

Dear Sirs,

Ref: NIT No. CEG/SEG-I/140/Dr.NTTPS/Stg-II/Plante Battery/29/2015-16


Due opening date______

* * *

In connection with your above tender enquiry, We hereby authorize, M/s________________


________________(Name, full address, Telephone & Fax Nos)_____________ to act as an agent on
our behalf.

We confirm that any offer/commitment made by them including price, technical specifications and
delivery schedule, shall be binding to us and we further confirm that we shall fully abide by the said
conditions.

This authority shall be irrevocable and remain valid during the period of contract, if awarded by
APGENCO.

Thanking you,

Yours faithfully,

Name of the Bidder : __________________


Signature of Authorized :
Representative __________________
Name : __________________
Designation : __________________
Seal of the Company Date : __________________
SCHEDULE-A
GENERAL DETAILS OF THE BIDDER
..
1) Name and address of the Firm :
Ph No., Fax No. & email id
2) Whether Individual, Proprietary, :
Pvt or Public Ltd Co.
3) Details of Board of Directors :
4) Excise & Sales Tax Regn. Nos. :
5) DG&SD Regn. No. :
6) Income Tax PAN :
7) Place of Manufacturing works :
8) Name & designation of an :
authorized Officer at Bidder’s
Works to whom reference shall be
made for expeditious technical co-
ordination, in the event of
placement of Order
9) Details of Manufacturing & Testing :
Facilities, QC setup etc.
10) Manufacturing Capacity :
11) Details of stores or class of stores :
which the factory, as equipped is
capable of production (Specifying
each item separately)
12) Whether stores were tested to any :
standard specification, if so copies
of original tests certificates (latest)
should be submitted in triplicate.
13) Details of Servicing facilities :

Documents to be furnished/enclosed:
(a) Copy of Partnership Deed/Articles of Association.
(b) Copies of Certificate of Registration with Govt. Departments etc.
(c) Copy of SSI Registration Certificate, if applicable.
(d) Copy of P.A.N Card.
(e) Any other relevant documentation.
SCHEDULE-B
QUALIFICATION REQUIREMENTS - COMPLIANCE

SNo. Qualification Requirement Stipulated Complian Remarks including Details of


ce Status Documents enclosed, wherever
(Yes/No) applicable

(A) Whether requisite Earnest Money


Deposit is submitted
(B) Whether the bidder is a Manufacturer
of Plante type Battery Banks of
645/660AH or more capacity, with
experience in satisfactory execution of
Supply, Installation & Commissioning
of Batteries in Generating Units of
capacity 210MW or more.
Or
An Authorized Dealer of a
Manufacturer satisfying the above
requirement.
(C) Whether the equipment of the make and
type to that offered against this Tender,
must have performed satisfactorily, in
210MW or higher capacity Units, for
at least Five Years from the date of
their installation, in at least two
locations. (Copies of Performance
Certificates issued by at least 2 end
users, from Public Sector Power
Utilities, shall be furnished)
(D) Whether Bids submitted for complete
scope stipulated in the Tender
Specification.
(E) Whether all Bid Schedules submitted
duly filled, signed & stamped.

Note: The Bidders are advised to refer Clause No.2 of Section-I, for details.
SCHEDULE-C

PREVIOUS EXPERIENCE
..
Sl. Description Particulars Value of Period of Period in Principal
No. of of order PO completion which features like
Equipment organizatio as per order actually major items
n for which completed major
equipment difficult
is supplied situations if
& installed any
(1) (2) (3) (4) (5) (6) (7)

NOTE:
Bidders are advised to ensure that they furnish all particulars and documentary evidence
such as Copies of Orders, Invoices (to evidence supplies), Performance reports from
owners/organizations etc, in support of fulfilment of stipulated Qualification
Requirements.

Schedule-D: Technical Particulars


Note: The Bidder shall furnish the Scope of Supply as envisaged in his Offer, Technical Particulars (as stipulated
in Section-II) for the Offered Items, Special features/characteristics etc, in detail, in the Schedule, duly
enclosing Technical Catalogues, Brochures, Drawings etc.
* * *
(I) SCOPE OF SUPPLY:

(II) TECHNICAL PARTICULARS (including details of Bought Out Items, as applicable):

(III) DOCUMENTS ENCLOSED:


SCHEDULE – E

TESTS
Details of all the Tests as per the Tender Specification and relevant Indian/International Standards,
which will be conducted at various stages of manufacturing, including those conducted after
installation & commissioning of the same, shall be clearly indicated in this Schedule.

SNo. Description of Test Applicable Location of


Standard conducting the Test
SCHEDULE-F: TERMS AND CONDITIONS (Pg.1 of 2)
Bidders are requested to fill in the blank spaces and send the same along with their offer, in duplicate.
Otherwise their offer will be either treated as non-responsive or suitable cost will be compensated for
deficiencies as deemed fit by the corporation.
:
1. Offer / Quotation No. & Date

:
2. Name of the bidder
:
3. CST / APVAT Regn. No.
(Enclose Copy of Regn. Certificate )
DGS&D’s Registration No., if any :
4. (Enclose copy of rate contract, if
any)
NSIC/SSI Registration No., if any :
5. (Enclose Copy of Regn. Certificate )
:
6. Place of Despatch
:
7 Packing and forwarding charges Lumpsum / @____% of the Basic Prices
[If not included in the Basic Prices]
Excise Duty (if exempted, copy of : _______%
8. certificate) [Indicate prevailing rate, applicable on Basic Price
and Packing & Forwarding Charges]
: _______%
9. Sales Tax (CST/APVAT)
[Indicate prevailing rate. APGENCO is entitled to
concessional rates, against Form-C for CST, and
also for APVAT]
:
10. Service Tax
:
11. Any other Taxes/Duties etc _______% on ______
(Unless indicated explicitly, they will be deemed
(as on the date of Bid submission)
to be Nil)

Charges for Transportation upto Site :


12. (incl. Service Tax etc) @____% of _____

Charges for Insurance Cover for :


13. Transport (incl. Service Tax etc) @____% of _____

Charges for Third Party Inspection :


14. (incl. Service Tax etc) @____% of _____

:
15. Bank charges To be borne by seller.
:
16. Delivery Period (for Supplies) & _______ weeks
Completion Period for On-Site
services (As per the terms of Clause
No.9 of Section-I)
:
17. Whether delivery will be made in
whole or in a phased manner
:
18. Mode of dispatch
SCHEDULE-F: TERMS AND CONDITIONS (Pg.2 of 2)

We confirm acceptance for the following:

19 Freight upto Site : Transportation of the materials upto Site, shall be arranged by the
supplier, and prices are quoted keeping this in view.
20 Insurance : Insurance for Transport upto & delivery of the materials at Site,
shall be arranged by the supplier, and prices are quoted keeping
this in view.
21 Drawings, QAP & : Will be submitted as per Tender Specification Terms.
other technical
documentation
22 Tests & Test : As per APGENCO Terms.
Certificates
23 APGENCO inspection : As per Clause No.8 of Section-I
including 3rd Party
Inspection
24 Validity of Offer : 120 days from the date of opening of Part-II, ie., Price/
Commercial Bid
25 Payment : As per APGENCO’s terms stipulated in the Tender Specification.
(No deviations will be accepted)
26 Recovery of : As per APGENCO’s terms stipulated in the Tender Specification.
Liquidated Damages
27 Part order : Acceptable.
28. Price Variation : The prices quoted shall remain firm till execution of full order
(Only Firm prices will be accepted).
29 Rate Certificate : It is certified that prices quoted herein are the same as applicable
to other Government Departments/ Public Sector Undertakings.
30 Guarantee Period : As per APGENCO’s Terms stipulated in the Tender Specification
(No deviations will be accepted)
31 Security Deposit : Will be submitted for 2.5% of the Total Order value, as per Tender
Specification terms.
32 Performance BG : Will be submitted for 10% of the Total Order value, as per Tender
Specification terms.
32 Jurisdiction Hyderabad/Secunderabad

-oOo-
SCHEDULE-G: DEVIATIONS
Dear Sirs,

SUB: Tender Specification No.CEG/SEG--I/140/Dr.NTTPS/Stg-II/Plante Battery/29/


2015-16

-oOo-

We hereby confirm that the following are the only Deviations and Variations, (both Technical
as well as commercial), from the Specifications/Requirements stipulated in the aforesaid Tender
Specification. These are irrespective of what-so-ever has been stated to the contrary anywhere else, in
Our Offer No.___________, Dt._______. These Deviations and Variations are exhaustive and except
for these, the entire project will be executed as per the requirements of the aforesaid Tender
Specification.

SNo. Description of Deviation Ref. Of Page & Monetary implications of the


Clause of Bid conditions, in case of withdrawal
Documents (Rs. in figures) (Rs. in Words)

(A) Technical

(B) Commercial

Note: The Tenderer should indicate, in this Schedule, the amount(s), if any, which he would charge
extra (in addition to the rates quoted by him), for withdrawing his conditions/deviations &
accepting the condition as stipulated in the Tender Specification/Documents.

-oOo-

Tender Specification No. CEG/SEG-I/140/Dr.NTTPS/Stg-II/Plante Battery/29/2015-


16
SCHEDULE-H: SUMMARY OF PRICE PROPOSAL
Name & Address of Bidder: To
The Superintending Engineer (Generation-I), O/o
CE(Generation), APGENCO, 3rd Floor, Vidyut Soudha, Hyderabad.
Dear Sirs,
Ref: Our offer No ________dated _________against NIT No. ___________
***
We declare that following are our prices for Design, Manufacture, Pre-despatch Inspection,
Testing, Packing Forwarding, Supply (incl. Transit Insurance), Erection & Commissioning of
Plante Type Lead Acid 640/660AH Battery Bank for UPS of Unit-IV at Dr.NTTPS under buy
back scheme of existing Batteries. These prices are for the entire scope, as indicated in your
specification and documents, terms and conditions mentioned in Bid Documents except for
the deviations incorporated in the Statement of Deviations .
SNo Item Description Qty Ex- Total Excise Sales Any TPI Frei
Works/ Basic Duty Tax/ other Charges
Basic Price Service taxes/
Unit Tax levies
Rate
(1) (2) (3) (4) (5) (6) (7) (8) (9) (1
I. Supply Portion:
SNo Item Description Qty Ex- Total Excise Sales Any TPI Frei
Works/ Basic Duty Tax/ other Charges
Basic Price Service taxes/
Unit Tax levies
Rate
(1) (2) (3) (4) (5) (6) (7) (8) (9) (1
1. UPS Battery 1 Set.
Bank,645/660AH, Lead
acid, 180 Cells of 2V,
plante type including
Ceremic Vent plug, Inter
Cell connector, fasteners,
Number
plate with fixing screws,
Petroleum Jelly etc in dry
& Uncharged condition.
Tender Specification No. CEG/SEG-I/140/Dr.NTTPS/Stg-II/Plante Battery/29/2015-
16

2. Electrolyte 1.90 SP.Gr 1 Set.


(6000 Ltrs per Set).
3. IRIT (Inter Row Inter Tier 1 Set.
Connectors)
4. Teak Wooden Stand 1 Set.
DRST Type.
5. Standard Accessories (as 1 Set.
per Annexure-I)
II. Service portion:
1. Dismantling of Old 1 Set.
battery bank and Erection
& Commissioning of New
Battery Bank (Scope as
per Annexure-II)
III. Buy back price for old LS.
800AH Exide make
tubular battery Bank.
IV. Grand total Price (in Rs.)
Note: (a) Scope of offer, shall be strictly as per the Tender Specification.
(b) Bidder shall indicate figures and not as “Extra as Applicable”.
(c) Detailed Bill of Materials, with item-wise prices, shall be furnished, wherever applicable, as
Annexures to this schedule
(d) The Taxes/Duties etc shall be as applicable on the date of submission of Bid. It is the Bidder’s
responsibility to ascertain the same.
(e) Charges towards 3rd Party Inspection (TPI), Freight & Transit Insurance, shall be lumpsum,
inclusive of applicable Service Tax etc.
(f) Price Bid evaluation will be carried out on Grand Total Price (S.No.IV).

Tender Specification No.CEG/SEG-I/140/Dr.NTTPS/Stg-II/Plante Battery/29/2015-


16

SCHEDULE-I

1 Set of Standard Accessories consists of:

Sl.No. Item Description Qty Rate (Rs.) Total Amount


(nos.) per Set (Rs.)
1. V2B Syringe type Hydrometer 4 Nos.
Set
2. Digital Multimeter 1 No.
3. Mercury in glass Chemical 2 Nos.
Thermometer
4. Wall mounting plastic holder for 2 Nos.
one hydrometer & thermometer
5. Suitable Spanner (set contains of 1 Set.
2 Nos.
6. 10 oz LeylandSyringe. 2 Nos.
7. Plastic funnel 6” (150mm) dia. 2 Nos.
8. Rubber Siphon ½” (12.7 mm) dia 2 Nos.
2 mtrs long.
9. Rubber Apron. 1 No.
10. Rubber Gloves. 2 pairs.
11. Acid Resisting Plastic Jug (2 Ltrs 2 Nos.
capacity).
12. Rubber Boots knee height. 1 Pair.
Total amount for 1 Set of Standard Accessories

You might also like