You are on page 1of 87

Techno-Commercial bid part Retender

(To be placed in Cover-1) Tender No. WMD/73355-0


FORMC
RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT
WORKS CONTRACTS DEPARTMENT
VISAKHAPATNAM-530031
PHONE NO: (MAX) 3691, TELEFAX NO: 0891-2518763

Name of the work:


Operation, Maintenance activities and supply of chemical and its
application for Appikonda Waste Water Treatment Plant.

TENDER NO: 73355-0

PERIOD OF CONTRACT : 12 (Twelve) months


DEFECT LIABILITY PERIOD : 01 (One) month
ENGINEER : Asst. General Manager (Tech.)/WMD

ISSUED TO SRI/ M/s._____________________________________________________________________________________

No of pages of BOQ alone : 06 (Six) pages only.


Note: Tenderer has to fill the data
wherever and whatever required in
the tender schedule without fail and Total No. of pages : 87 (Eighty seven) pages only
sign all the pages
Techno commercial bid part containing - 81 pages
Price bid part containing - 06 pages.

(FOR OFFICE USE ONLY)

1. E.M.D. PARTICULARS :

2. Sl. No. : OUT OF TENDERS

3. COVERING LETTER : NO. OF PAGES:

4. REBATE OFFERED :

5. RATE WRITTEN IN WORDS :

6. VALIDITY OF TENDER : 4 MONTHS FROM THE DATE OF OPENING

SIGNATURE OF CONTRACT SIGNATURE OF FINANCE


DEPT. REPRESENTATIVE DEPARTMENT REPRESENTATIVE

Page 1 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0

RASHTRIYA ISPAT NIGAM LIMITED, VISAKHAPATNAM STEEL PLANT


WORKS CONTRACTS DEPT., VISAKHAPATNAM -530031 (A.P.)
TELEFAX: 0891-2518763 TEL NO: 0891-2758705, 2518763

OPEN TENDER NOTICE NO: VSP/WC/WMD/73355-0/OT/2013-14 DATED 25.03.2014


1.0 Sealed tenders on two-bid system (Techno-Commercial bid and Price bid) along with Earnest Money Deposit (EMD) are
invited from experienced contractors having executed similar works for the following work:

Tender No: Name of the work

73355-0 Operation, Maintenance activities and supply of chemical and its


application for Appikonda Waste Water Treatment Plant.
Note: (i) Brief description of work: The work consists of Operation and maintenance activities and supply of chemicals and its
application for Appikonda Waste Water Treatment Plant.

(ii) Bidder should have experience in Operation & Maintenance of Waste Water Treatment Plant by using Ultra Filtration &
Reverse Osmosis System including supply and application of required chemicals only will be considered for the work.

Experience means Operation & Maintenance (or) Design & Manufacturing (or) Supply & Commissioning.

(iii) Bidder should have valid electrical license for LT electrical panels ie., up to 440 volts issued by any State Licensing Board /
Authority only shall be considered.

(iv) (a) Tenderers are required to unconditionally accept the Integrity Pact enclosed to the tender document and shall
submit the same duly signed along with their offer. Offer of the tenderers received without Integrity Pact duly
signed, shall not be considered.

(b) The External Independent Monitors (EIM) are Sri V. Velayutham, Ex-DGM (RD) & SS & Sri Venugopal K. Nair, IPS
(Retd.). The bio-data of Sri V. Velayutham & Sri Venugopal K. Nair are placed in VSP website.

(c) The Nodal Officer is Sri S. K. Gupta, ED (MM), VSP. He can be contacted at Phone No. 0891-2518277 and at e-
mail: guptask@vizagsteel.com.

Cost of Tender Document


(Non-refundable) Eligibility/ experience requirements
Earnest Money
Tender Deposit
Value of single similar Annual Turn
Number By (`)
By hand work executed over
download
( ` in Lakhs) (`.In Lakhs)

73355-0 1800/- 1800/- 153.75 92.25 3,75,000/-

2.0 Cost of Tender document(s) shall be paid in the form of Demand Draft/Pay Order/Bankers Cheque, obtained from
any Nationalized or Scheduled Bank in India, drawn in favour of RIN Ltd., payable at Visakhapatnam and shall be
valid for a minimum period of one month from the date of opening of tender i.e., Envelope-1 [Pre-qualification
documents]. THE COST OF TENDER DOCUMENT(S) RECEIVED ALONGWITH TENDER DOCUMENT WILL NOT BE
REFUNDED UNDER ANY CIRCUMSTANCES UPON RECEIPT OF TENDER.

3.0 The value of single similar work executed shall be during the last 07(Seven) years ending last day of month previous
to Tender Notice date i.e: 28.02.2014 and Turnover shall be the average Annual Financial Turnover during the last
st
three years ending 31 March of the previous financial year i.e.31.03.2013. The tender document shall be
accompanied with copies of (a) Work Order, Bill of Quantities, Work Completion Certificate indicating the total value
of the work done inclusive of all deviations and escalations against the subject work and including all taxes & duties,
but excluding Service Tax. In case of work executed outside VSP, and where the total amount includes Service Tax,
tenderers shall make efforts to get the value of Service Tax indicated separately in the Work Completion Certificate
(b) for Turn Over Audited balance sheets certified by Practicing Chartered Accountant in case the annual Turn-over is
more than `.40.00 Lakhs (or) in case of Turn-Over being less than `.40.00 lakhs either Turn-over certificate in the
prescribed format of VSP duly signed by a practicing Chartered Accountant/Cost Accountant or T.D.S. certificate(s)
comprising of the Gross bill values issued by the Deductor(s) for the work done. (c) Copy of registration letter issued
Page 2 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0
by V.S.P. in case of registered agencies and in case of non-registered agencies, either a copy of Notarized sole
proprietorship OR a copy of partnership deed OR a copy of Memorandum of Association & Articles of Association,
along with certificate of registration whichever is applicable. VSP reserves the right to reject the offer in case the
above documents are not enclosed along with the offer. The authorized representative of the tenderer shall sign on
all the copies of the documents submitted along with the tender document.
NOTE :
1) TENDERERS SHALL SUBMIT PF REGISTRATION CERTIFICATE IF AVAILABLE, IF NOT AVAILABLE SUCCESSFUL
TENDERER SHALL SUBMIT PF REGISTRATION CERTIFICATE BEFORE COMMENCEMENT OF THE CONTRACT.

2) THE SUCCESSFUL TENDERER SHALL PRODUCE REGISTRATION CERTIFICATE UNDER APVAT ACT, WHEREVER
APPLICABLE, BEFORE SIGNING THE WORK ORDER / LOA AND SUBMIT A COPY OF THE SAME.

4.0 The tenderers are requested to note that :


4.1 The offer shall be made in 02(two) envelopes. First envelope (to be super scribed as Envelope-1 with name of the
work, tender no.) should contain the cost of the tender document in case the tender is down loaded from the web
site (Tender can be purchased from the office of GM(WC) by paying tender cost in the form of DD/PO/BC as cited at
para-2 above in which case tender cost need not be enclosed while submitting the tender), Earnest Money
Deposit(EMD) separately in the form of DD/PO/BC etc (refer to instruction to tenderer) and pre-qualification
documents(Criteria eligibility/experience and other documents etc. as cited at para(03) above) duly signed / attested
by the authorized representative of the company as per para-1 read with para-3 above and the techno-commercial
bid part of the tender document with filled in Questionnaire along with details of experience with supporting
documents, the Terms & Conditions duly signed/attested by Authorized Signatory with attested copes of
authorization. Second envelope (to be super scribed as Envelope-2 with name of the work, tender no.) should
contain price bid part of the Tender document only in the prescribed format of VSP.

4.2 The first cover shall be opened initially and only on satisfying the eligibility criteria, adequacy of cost of tender
document ( in case of downloaded tender) and EMD etc., placed in it, and on examination of Techno-Commercial bid,
the second envelope containing the price bid shall be opened. The date and time of opening of the price bid along
with names of successful tenderers in both pre-qualification and techno-commercial bid will be subsequently
displayed in the notice board of Works Contracts only and no individual communication to tenderers will be made.

4.3. The documents submitted in the first envelope by the tenderers in respect of pre-qualification criteria are final and no
further correspondence / clarifications / submissions in this regard shall be entertained.

4.4 Scope of work, Bill of Quantities (BOQ), Terms & Conditions given in the tender documents (placed in the website) is
final. On verification, at any time, whether the tenderer is successful or not, if any of the documents submitted by the
tenderer including the documents downloaded from our website / issued are found tampered/altered/ incomplete,
they are liable for actions like rejection of the tender, cancellation & termination of the contract, debarring etc., as per
the rules of the company.

4.5 It will be presumed that the tenderers have gone through the General Conditions, Special Conditions & Instructions
to tenderer etc., of the contract available in the website which shall be binding on him/ them.

4.6 The tenderer shall download the TENDER SCHEDULE available on the website in totality and submit the same duly
signed on each page along with Tender documents. Any time prior to the deadline for submission of bids, Works
Contracts department may, for any reason, modify the tender terms and conditions by way of an amendment, such
amendment will be notified on RINLs website at regular intervals.

4.7 Tenders submitted against the NIT / Tender shall not be returned in case the tender opening date is
extended/postponed. Tenderers desirous to modify their offer / terms may submit their revised / supplementary
offer(s) within the extended TOD, by clearly stating the extent of updation done to their original offer and the order
of prevalence of revised offer vis--vis original offer. The employer reserves the right to open the original offer along
with revised offer(s).

5.0. The tender documents and other details can be downloaded from our web site: www.vizagsteel.com and the same
are to be submitted to the General Manager (Works Contracts), Visakhapatnam Steel Plant duly signed on each page
by the tenderer on or before 03.00PM on 26.04.2014

6.0. Non-transferable tender document can also be obtained from the office of General Manager (Works Contracts), VSP
on written request on bidders letter head on payment of tender cost in the form of DD/BC during working hours 10
AM to 4.30 PM on or before 04.30PM on 25.04.2014.

7.0. Tenders will be received in the office of General Manager (Works Contracts), up to 03.00 PM on 26.04.2014
and Envelope-1 will be opened immediately there after.

Page 3 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0

8.0. VSP after opening of tender/bid document may seek in writing, documents/clarifications which are necessary for
evaluation of tender/bid document from the Tenderers/bidders or issuing authority for confirmation of eligibility/pre-
qualification stipulated in the NIT.

9.0 If it comes to the notice of VSP at any stage right from request for registration /tender document that any of the
certificates /documents submitted by applicant for registration or by bidders are found to be false/ fake/doctored, the
party will be debarred from participation in all VSP tenders for a period of 05(FIVE) years including termination of
contract, if awarded. E.M.D/Security Deposit etc., if any will be forfeited. The contracting agency in such cases shall
make good to VSP any loss or damage resulting from such termination. Contracts in operation any where in VSP will
also be terminated with attendant fall outs like forfeiture of E.M.D./Security Deposit , if any, and recovery of risk and
cost charges etc., Decision of V.S.P Management will be final and binding.

10.0 The date of opening of the pre-qualification cover ( envelope-1) shall be the date of tender opening in respect of
both the single bid and two-bid ( techno-commercial and price-bid).

11.0 Successful tenderer should be in a position to produce, after opening of the price bids, the Original Certificates in
support of the attested copies of relevant documents submitted along with tender document. Failure to produce the
original certificates at this stage in support of the attested copies of P.F. Regn./ITCC/Electrical License/experience
/qualification/any other documents etc. submitted earlier would result in disqualification and forfeiture of EMD and
also liable for debarring from participation in VSP tenders .

12.0 Tender documents will be issued to tenderers based on their request and on payment of tender cost or same can be
downloaded from our web site by submitting the cost of tender along with their offer. However, RINL will not be
responsible for any delay/loss/any website related problems in downloading the tender documents etc.. RINL reserve
the right to (a) Issue or Refuse tender documents without assigning any reason. (b) Split and award the work to more
than one agency, (c) reject any or all the tenders or to accept any tender wholly or in part or drop the proposal of
receiving tenders at any time without assigning any reason there of and without being liable to refund the cost of
tender documents thereupon.

For General Manager (Works Contracts)

Page 4 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0

FORM A
Ref. Tender No.
73355-0

Name of the Work : Operation, Maintenance activities and supply of chemical and its application for Appikonda Waste
Water Treatment Plants.

To
General Manager
Works Contracts Department
Visakhapatnam Steel Plant
Visakhapatnam-530 031.

Sirs,

With reference to the Notice Inviting Tender, I/We have gone through the tender documents issued to us. I/We have also
gone through the General Conditions of Contract of VSP available in VSP web site and noted the contents therein. I/We
hereby confirm that I/We shall abide by Terms and Conditions of General Conditions of the Contract including Form of Tender,
Invitation to Tender, Articles of Agreement etc. I/We hereby declare that, I/We have visited, inspected and examined the site
and its surroundings and satisfied ourselves before submitting this tender, obtained information about the nature of work,
facilities that may be required and obtained necessary information about Working Conditions, risk contingencies etc., which
may influence this tender. We hereby offer to execute & maintain the work during the defect liability period in conformity with
the tender conditions at the respective rates quoted by us.

I/We have deposited the EMD, which amount is not to bear any interest and I/We do hereby agree that this sum shall be
forfeited by me/us if I/We revoke/withdraw/cancel my/our tender or if I/We vary any terms in our tender during the validity
period of the tender without your written consent and/or if in the event of Visakhapatnam Steel Plant accepting my/our
tender and I/We fail to deposit the required security money, execute the Agreement and/start the work within reasonable
time (to be determined by the Engineer) after written acceptance of my/our Tender.

Status of the firm (mark) Following Details are to be furnished by the


tenderer compulsorily (neat & legible) while
Proprietary /Partnership/others (Specify) submitting the tender schedule
Income Tax PAN No.

* Authority to Sign: Status/Reason for not


a) Proprietor having PAN No.
b) Managing Partner OFFICIAL ADDRESS

c) Power of attorney holder


Name of Partners:
1)
2) Phone No:

3) Cell No :
Fax No.:
e-mail address:
PARTY CODE :

Yours faithfully,

(Signature of Contractor)
Name:

Page 5 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0

INSTRUCTIONS TO TENDERERS
1.a) Tenders shall be submitted in the office of the General Manager (Works Contracts)I/C, Visakhapatnam Steel Plant,
Visakhapatnam 530 031.
b) Tenders shall be submitted in the prescribed form issued by VSP. The Tender documents issued are not transferable.
Tender documents issued/downloaded shall be submitted wholly without detaching any part.
c) The Tenderer shall agree to VSPs terms and conditions, specifications/scope of work, etc., and quote their Total
Amount only accordingly.
d) Tender shall be for the entire scope of work mentioned in the tender documents.
e) Tenderer Shall quote only the Total Amount in figures and in words. Over writing is not permitted and corrections
are to be essentially initialed. Amount quoted in words shall govern in case of variance between figures and words.
f) The Total Amount quoted in figures and words shall be tallied before submission of the tender and all mistakes
corrected and initialed. Quotation shall preferably be type written or written in neat and legible handwriting. All the
pages of tender documents shall be signed by the tenderer.
g) If by any reason the tender opening is postponed to any other date, the details will be displayed in the notice board
of Works Contract Department. Tenderers shall see the notice board regularly and keep themselves informed in this
matter.
h) Before quoting, the tenderer shall necessarily contact the Engineer and fully understand the job, scope of work, unit
of measurement, mode of measurement, scope of supply of materials by VSP if any, working conditions, shutdown
arrangements, Labour deployment requirements, risk contingencies and such other factors which may affect their
tender.
i) General Conditions of Contract of VSP for Works Contracts are available in the Office of DGM (Works Contracts) I/C
and also in VSPs web site for reference. The tenderers shall study and understand all the relevant provisions before
quoting.
j) Tenders shall be kept open for acceptance for a period 4 (Four) MONTHS from the date of opening of tender i.e..,
Envelope-1.
k) After opening of tender, the tenderers may be called for negotiations and the details like date, time etc. will be
displayed on the notice board of Works Contract Department. The tenderers shall see the notice board regularly and
keep themselves informed in this matter and promptly attend negotiations without fail.
l) Purchase Preference will be given to PSUs where applicable as per DPE guidelines.
m) The local Small Scale Industries as approved by VSP and registered with Works Contracts Department of
Visakhapatnam Steel Plant in the category of Industrial Paint Manufactures for supply and application of industrial
Paints to various structurals, equipment pipelines etc., are eligible for purchase preference as per the policy of VSP in
force from time to time. The local small-scale industries, those who are technically and commercially acceptable shall
be considered for extension of Purchase Preference, if the offer is within 15% above L-1 price and upon their
matching with L-1 price.
n) The date of opening of pre-qualification envelope-1 shall be the date of tender opening in respect of both the SINGLE
BID AND TWO- BID(Techno-commercial and Price bid) tenders.
o) Respective tenderers participating in the tenders due for opening on the scheduled day, can witness the opening of
tenders/price bid on production of valid identity card/gate pass, or alternately, shall give a duly signed authorization
to their designated representatives who are nominated if they wish to witness the tender/price bid opening.
However, if the tenderer/designated representative participates for other than his tender his gate pass will be
cancelled for a period of 01 (ONE) year.

2) EARNEST MONEY DEPOSIT (EMD)


a) In case of Earnest Money Deposit being less than or equal to Rs.5 Lakhs, Earnest Money Deposit shall be in the form of
Demand Draft / Pay Order / Bankers Cheque obtained from any Nationalized or scheduled commercial bank in India,
drawn in favour of Rashtriya Ispat Nigam Ltd., Visakhapatnam Steel Plant, payable at Visakhapatnam and shall be valid
for a minimum period of one month from the Envelope-1 (Pre-qualification documents) opening date. No other mode
of payment will be accepted. However, in case EMD exceeds Rs.5 Lakhs, tenderers have the option to submit the same
in the form of Bank Guarantee (In the format as enclosed to the GCC) from any Scheduled Commercial Bank,
encashable at Visakhaptnam. Bank Guarantees shall be valid for a minimum period of 04(Four) months from the date
of opening of Envelope-1 (Pre-qualification documents). The above shall supercede the instructions regarding form of
EMD elsewhere in the tender document. The above shall supercede the instructions regarding Form of EMD
elsewhere in the tender document.
b) Public Sector Enterprises of State / Central Government Undertakings are exempted from submission of Earnest Money
Deposit (EMD) provided they submit a letter requesting for exemption from submission of EMD along with their offer.
c) Micro & Small Enterprises (MSEs) listed with National Small Industries Corporation Limited (NSIC) only are exempted
from submission of Cost of Tender Documents (CTD), Earnest Money Deposit (EMD), and Security Deposit (SD),
irrespective of whether the service is to be carried out within or outside their premises, subject to submission of the
following documents along with their tender: -

Page 6 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0
a. Proof of enlistment with NSIC and with particulars of relevant trade/item.
b. Registration details of the particular trade/item for which this tender is relevant, by way of submission of
cknowledgement of Enterpreneur Memorandum(EM) Part-II from the Industries Department, along with their
tender. The Micro and Small Enterprises not registered for the particular trade/item for which this tender is
relevant, would not be eligible for exemption. SSI Registration Certificate is not valid and no concession or
benefits shall be extended if EM Part-II is not submitted, and,
c. As regards Security Deposit (SD) exemption, the MSEs shall however be required to submit a Performance
Guarantee Bond in the prescribed proforma, equivalent to the value of Security Deposit. It may be noted that
waiver of SD is permitted only up to the monetary limit for which the unit is registered.
d) EMDs of unsuccessful tenderers will be refunded after reasonable time without interest.

3) MODE OF SUBMISSION OF TENDER

a) Tender shall be submitted in two separate sealed covers. In case of single bid tender, the first cover shall contain the
D.D. / Pay Order / Bankers Cheque for Earnest Money Deposit / Cost of Tender Document / EMD exemption
documents for PSUs & MSE units listed with NSIC, other pre-qualification documents etc. and the second cover shall
contain the tender.
b) In case of two bid system, the first cover shall contain the techno-commercial bid part of tender, along with the other
bank instruments / documents indicated in para 3(a) above, and the second cover shall contain only the price bid
part of tender.
c) The two sealed covers as mentioned above shall be stapled / tied together and submitted. The first cover will be
opened first and only if the submitted documents / instruments are found to be as per NIT requirement, will the
second cover containing the price bid be opened.
d) Tenders not satisfying the requirements as per NIT will not be opened.

SPECIAL CONDITIONS OF CONTRACT (SCC)


1. GENERAL : The special conditions of the contract (SCC) are complementary to and shall be read in conjunction with
General Conditions of Contract (GCC) of VSP for works contracts. Scope of work, Bill of Quantities and other
documents form part of the Tender Documents. In case of any conflict of meaning between SCC & GCC, provisions of
SCC shall over ride the Provisions of GCC.
2. Visakhapatnam Steel Plant reserves the right to accept or reject the lowest or any other tender without assigning any
reason and the work may be awarded to one of the Tenderers or to more than one tenderer.
3. The contract shall be treated as having been entered into from the date of issue of the letter of intent/work order to
the successful tenderer, unless otherwise specified.
4. WATER, POWER AND COMPRESSED AIR: Unless otherwise specified to the contrary in the tender schedule, the
contractor is entitled to use in the work such supplies of water, power and compressed air (Basing on availability)
from VSPs sources from approved tapping points, free of cost. The contractor shall make his own arrangement for
drawing the same to the work spot.
5. The successful tenderer shall produce Registration Certificate under APVAT Act, wherever applicable, before signing
the Work Order / Letter of Acceptance and submit a copy of the same.
6. Immediately on receipt of work order, the successful tenderer shall obtain and submit the following documents to the
Engineer with a copy to ZPE/Manager (Pers)/CLC before start of work.
a(i) ESI registration certificate with the contractors Code no. covering all the workmen under ESI Scheme, which
shall be effective from the date of start of contract and cover for the entire period of contract including
extended period/defect liability period, if any.
a(ii) Insurance policy for payment of exgratia amount of Rs.5,00,000/- (Rupees Five lakhs only) per head in case
of fatal accidents while on duty, to the contract labour engaged by him in addition to the coverage under
ESI Scheme / Workmen Compensation Insurance Policy whichever is applicable. As and when a fatal
accident takes place while on duty along with the benefits under the ESI Scheme / Workmen Compensation,
whichever is applicable, the contractor is required to pay the ex-gratia amount within 30 (Thirty) days from
the date of accident to the legal heir of the deceased. In case of any delay in paying the ex-gratia amount as
above, the Employer has the right to pay such amount directly to the legal heir of the deceased and recover
the same from the contractors running / future bills. This insurance policy is to be taken by the contractor
over and above the provisions specified under Clause No. 6.13 (Third Party) and 6.14 (ESI Act) of the General
Conditions of Contract.
a(iii) Copy of the policy for third party insurance as stipulated in Clause 6.13 of the GCC.
b) Labour License obtained from Assistant Labour Commissioner (Central), Visakhapatnam.
c) PF Registration Certificate issued by PF Authorities
d) Safety clearance from Safety Engineering Department of VSP.
7. The contractor shall submit wage records, work commencement/completion certificate etc. and obtain necessary
clearance from Contract Labour Cell of VSP for bills clearance.

Page 7 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0

8. The contractor shall ensure strict compliance with provisions of the Employees Provident Fund Act, 1952 and the
scheme framed there under in so far as they are applicable to their establishment and agencies engaged by them.
The contractor is also required to indemnify the employer against any loss or claim or penalties or damages
whatsoever resulting out of non- compliance on the part of the contractor with the provisions of aforesaid act and
the schemes framed there under. A copy of the provident fund membership certificate/PF CODE number shall be
submitted by the contractor.
9. The contractor shall follow the provisions of Indian Factories Act and all rules made there under from time to time as
applicable and shall indemnify the employer against all claims of compensations under the provisions of the act in
respect of workmen employed by the contractor in carrying out the work against all costs, expenses and penalties
that may be incurred by the employer in connection therewith.
10. a) Total amount quoted shall be inclusive of all taxes, levies, duties, royalties, overheads and the like but
excluding service tax prevailing as on the date of submission of bids.
b) During the operation of the contract if any new taxes/duties/levies etc are imposed or rates undergo
changes, as notified by the Government and become applicable to the subject works, the same shall be
reimbursed by VSP on production of documentary evidence in respect of the payment of the same. Similarly
benefits accruing to agency on account of withdrawal/reduction in any existing taxes and duties shall be
passed on to VSP.
C) The benefit offered by the agency (other than Service Tax) will be deducted from each bill on the offered
percentage basis. Amount so recovered shall be released, limiting to the percentage of benefit offered on
the quoted price, only on receipt of credit by VSP.
d) The prices are exclusive of Service Tax. RINL-VSP will pay Service Tax as applicable on submission of Invoices
in accordance with Rule 4A (1) of Service Tax Rules 1994.
The contractor will be paid Service Tax by RINL-VSP along with monthly service charge bills for further
deposit with Central Excise Authorities. The contract will, in turn, submit the documentary evidence in
support of payment of Service Tax of each month along with subsequent month RA Bills.
11. ADVANCE: No advance of any sort will be given by VSP.
12. PAYMENT TERMS: Payment will be made monthly on recommendations of the Engineer basing on the quantities
executed, at accepted rates.
13. MEASUREMENTS: The contractor shall take measurements jointly with the Engineer or his representative and keep
joint records for the same. Bills shall be prepared and submitted by the contractor basing on agreed measurements.
14. INITIAL SECURITY DEPOSIT (ISD): Initial Security Deposit for the work shall be @ 2% of contract price. Earnest Money
Deposited by the successful tenderer shall be adjusted against ISD, and the difference between ISD and EMD shall be
deposited in the manner mentioned in the work order/letter of intent.
15. RETENTION MONEY: Retention Money for contracts up to a value of Rs. 100 lakhs, at the rate of 7.5% of the bills for
works with defective liability period not NIL and at the rate of 5.0% for works with defective liability period NIL will
be deducted from each bill until this amount together with the Initial Security Deposit reach the limit of retention
which is 7.5% or 5.0% as the case may be for the value of work. The Retention Money shall be released after the
satisfactory completion of defect liability period after liquidating the defects. For contracts of value above Rs.100
Lakhs, the limit of retention money shall be Rs.7.5 lakhs plus 5% of the value exceeding Rs.100 lakhs.
16. Security Deposit: : The Public Sector Enterprises or State/Central Government Undertakings/ MSE units registered
with NSIC will not be required to submit Security Deposit, but however they shall submit Performance Guarantee
Bond in lieu of Security Deposit in the prescribed proforma equivalent to the value of Security Deposit covering the
period of contract + defect liability period + 6 months (Claim period).
17. Recovery of income tax at source will be made from contractors bill and deposited with Income Tax Department as
per rules. Recovery of sales tax applicable shall be made from the contractors bills.
18 . SAFETY:
a) The contractor and his workers must strictly take all safety precautions and shall supply to his workers
dependable safety appliances like hand gloves, safety boots, safety belt, safety helmets, duster cloth, dust
mask/nostril filter etc. In addition to this, contractor shall also provide additional safety appliances as per
requirement and follow safe working practices like using fully insulated electrode holders etc. He shall also
ensure that his workmen intelligently use only dependable safety appliances supplied to them.
b) The contractor shall take adequate safety precaution to prevent accidents at site. The contractor shall also
ensure that his employees observe the statutory safety rules and regulations and also those laid down by the
employer from time to time and promptly submit report of accident and state the measures taken by him to
prevent their recurrence and also keep the employer indemnified of all claims arising out of such accidents.
c) No Workmen shall be engaged on the work without proper safety induction and without using required
PPE. Use of safety helmet and shoe is must excepting in painting works where shoe will not be used.
d) All the safety appliances required for safe working as decided by SED/Contract operating department shall
be provided by the contractor to his workmen.
e) Clearance to start the job will be obtained by the contractor in form A&B before start of work. The forms
may be obtained from the dept. concerned.
f) Works at height cannot be started without clearance from Zonal Safety Officer. The workers engaged for
work at height shall possess height pass from SED. The names of workmen working at height or in
hazardous areas will be written on the body of form B.

Page 8 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0
g) Contravention of any safety regulation of VSP in vogue from time to time will result into work stoppage,
levying penalties and ultimately in contract termination. The list of safety violations category wise are as
follows:

Cagetory Safety violations Fine


I 1. Occasional violation of not wearing crash helmet First offence: Rs.100/-
Second or subsequent
offences: Rs.300/-

2. Driver of two wheeler carrying more than one pinion rider First offence: Rs.100/-
Second or subsequent
offences: Rs.300/-

3. Wrong parking of vehicle First offence: Rs.100/-


Second or subsequent
offences: Rs.300/-

II MINOR VIOLATIONS
First violation: Rs.2500/-
1. Working at height without height pass.
2. Unauthorized entry at hazardous location. Second time violation:
3. Engaging workers without safety training Rs.10,000/-
4. Proper ladder/steps not provided for working.
5. Failure to provide proper shuttering at excavation works. Third time repeated
6. Power connection taken from board without proper board plug. violation: Rs.20,000/-
7. Fitness certificate of cranes/hydra/heavy vehicles not available.
8. Crane rope conditions not OK.
9. Not wearing safety helmet / safety shoe at site.
10. Safety goggles/Hand gloves not used.
11. Gas cutting without goggle.
12. Rolling/lifting of cylinder/dragging on the ground (without cage)
13. Welding with non standard holder.
14. Welding machine earthing not done (double body earthing)
15. Gas hose pipe clamping done by wires.
16. LPG Cylinder date expire / over.
17. Loading/unloading of cylinder cushion not given.
18. Condition of hose pipe not good.
19. Working with leaking cylinder.
20. Using non power cable instead of welding cable.
21. Working without work permit / shut down.
22. Not putting red flags / stoppers.
23. Dismantling of structure without authorized plan.
24. Unauthorized Oxygen/Nitrogen tapping. First violation: Rs.2500/-
25. Not having proper gate passes / other area passes.
26. Use of damaged slings / tools / ropes. Second time violation:
27. Use of hand grinders / mixer machines without guard. Rs.10,000/-
28. Not reporting of accident.
29. Taking shelter behind electrical panel. Third time repeated
30. Driving of heavy vehicles on the main road during restricted hour. violation: Rs.20,000/-
31. Truck side panel / broken not OK.
32. Dropping / Spillage of material on the road.
33. No number plate on vehicle.
34. No indicator light / brake light on vehicles.
35. Driving dangerously.
36. Overloading of the vehicles beyond CC weight.
37. Racing and trials of speed, overtaking heavy vehicles.
38. Moving vehicles in unauthorized restricted routes.
39. Talking with cell phone while driving.
40. Truck carrying powdery material without tarpaulin.
41. Vehicles without red flags / red lights, side guards & tonnage.
42. Stock protruding out of the truck body.

III. MAJOR VIOLATIONS:

1. Using bamboo or other non standard material for scaffolding.


2. Railing not given at platforms or opening of floor.
3. Scaffolding planks not tied properly. Rs.7,500/- for 1st
4. Throwing / dropping of material from height. violation,
5. Proper ladder / approach not given for working at height. 2nd and subsequent
6. Walkway / cross over path not provided. violations Rs.15,000/-.
7. No barricading of excavated pits.
Page 9 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0
8. No top cover on power distribution board.
9. Sleeping under truck.
10. Absence of Supervisor at height works, confined space jobs and
other hazardous jobs.
11. Welding screen / face shield, welder gloves not used.
12. Driving vehicles without valid driving license.
13. Driving by an drunken person.

IV. HIGH RISK VIOLATIONS:

1. Failure to use full body harness with double lanyard.


2. Life line of full body harness not anchored.
3. Floor opening left unguarded in the area of work.
4. Working at roof without daily permit. Rs.15,000/-
5. Working in confined space without confined space work permit.
6. Violation of electrical shut down / PTW.
7. Violation of HOT work permit system.

V. 1. Serious injuries and permanent disabilities. Rs.1,00,000/- or 2.5% of


contract value whichever
is less.

Rs.2,00,000/- or 10% of
2. Fatal accident cases contract value whichever
is less.

(1) The above penalties related to the accidents mentioned at Category (V) will be imposed on agency in case
the reasons to the accidents are attributable to the agency.
(2) Independent of the above, the contractor shall be debarred or deregistered from taking up further
contractual work in VSP in case any repeated fatal accident after 3rd incident for the reasons attributable to
contractor.
Note: The penalties mentioned above are in addition to those which are applicable as per the Statutory Acts
& Rules. In case of any imposed penalty by any statutory authority, the same shall be over and above the
contractual clauses).
(3) Without prejudice to the right conferred for stoppage of work for violation of safety rules, the contractor
shall be liable for penalty at the rates indicated above depending upon the category of violation.
(4) Operating authority will assess the penalty amount having regard to all the circumstances in particular in
nature and gravity of the violation on the advice of Head of the Safety Engineering Department and will
issue a show cause notice specifying therein the proposed penalty. Considering the cause shown by the
contractor, if any, the operating authority shall pass final orders which shall then be binding on the
contractor. The penalty amount shall be recoverable from any bill and / or EMD / Security Deposit of the
contractor without any further reference to him.
h) The contractor shall ensure that the Welders and Gas Cutters wear cotton dress and leather apron. They
shall not wear nylon/synthetic dress. This is required to avoid any fire accident. This must be followed
strictly.
19. SHUTDOWNS:
A) Necessary shutdowns will be arranged by VSP to the contractor for carrying out the work based on
requirement. No claims on account of delayed/prolonged shutdown will be entertained.
B) The works assigned to the contractor by the Engineer from time to time shall be completed within the time
schedule fixed by the Engineer in each case, within the approved shut down period.
20. LABOUR DEPLOYMENT:
A) The contractor shall deploy his labour as per requirement and as instructed by the Engineer. It may be
necessary to carryout the work round the clock based on requirement and shutdown provided. The
contractors rate shall cover such eventualities.
B) Only trained, experienced, safety inducted workers acceptable to the Engineer shall be engaged on this
work, work shall be executed as per specifications to the satisfaction of the Engineer.
C) As and when need arises in the Annual works from time to time either for extra requirement of work or as a
replacement in running contracts or a contract commencing for the first time, the contractor shall ensure
that Displaced Persons (DPs) are engaged in unskilled category of workers to the extent of 50% (fifty
percent). The contractor shall contract the Engineer-in-charge for this purpose.
D) The Contractor shall engage contract worker(s) who do not have any adverse record with respect to his
character in the past. For this purpose, the character and antecedents of the proposed worker(s) whom the
Contractar intended to engage, shall be got verified by the Police and report shall be submitted. Till such
time the report is submitted, the proposed contract worker(s) will be given only provisional pass and the pass
will be cancelled in case any adverse report is reported.

Page 10 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0
21. SECURITY REGULALTIONS: The contractor shall abide by and also observe all security regulations promulgated from
time to time by the employer.
22. STORING/STACKING OF MATERIALS: Storing/Stacking/Placing of materials shall be only at the places designated by
the engineer.
23. The contractor, his supervisors and workmen shall observe entry and exit timings strictly.
24. After completion of work activity, the site has to be cleared of all debris, construction material and the like.
25. The successful tenderer shall start the work immediately after obtaining gate passes and safety induction training and
clearance from the Employer.
26. NOTICES: Any notice to be given to the contractor under terms of the contract shall be considered duly served, if
the same has been delivered to, left for or posted by registered post to the contractors principal place of business (or
in the event of the contractor being a company, its registered office), at the site or to their last known address.
27. DEFAULT BY TENDERERS: The successful tenderer may be debarred at the discretion of the company, from issue of
further tender documents, work orders etc., for a specified period to be decided by the employer in case of :
Undue delay in starting and execution of work awarded, poor performance, backing out from the tender, non
accepting work order/LOI during the validity of tender or non observance of safety rules and regulations,
misappropriation of companys materials/property, non payment of due wages to labour or such similar defaults.
28. Successful tenderer should be in a position to produce the Original Certificate in support of the attested copies of
relevant documents enclosed along with pre-qualification documents or afterwards, after opening of the Price Bids.
29. Failure to produce the original certificates at this stage in support of the attested copies of PF
Registration/ITCC/Electrical License/Experience/Qualification any other documents etc., submitted earlier would
result in disqualification and forfeiture of EMD and also liable for debarring from participation in VSP tenders.
30. If it comes to the notice of VSP at any stage right from request for registration/tender document that any of the
certificates/documents submitted by applicant for registration or by bidders are found to be false/fake/doctored, the
party will be debarred from participation in all VSP tenders for a period of 05 (FIVE) YEARS including termination of
Contract, if awarded. EMD / Security Deposit etc., if any, will be forfeited. The Contracting Agency in such cases shall
make good to VSP any loss or damage resulting from such termination. Contracts in operation any where in VSP will
also be terminated with attendant fall outs like forfeiture of E.M.D. / Security Deposit, if any, and recovery of risk and
cost charges etc. Decision of V.S.P. Management will be final and binding.
31. Failure to execute the work after LOI/WORK ORDER is given, will make the party liable for debarring for a period of 2
(TWO) YEARS.
32. In case it is found before/after award of work to the person/agency through Limited Tender Enquiry (LTE) that the
same person/agency is proprietor/proprietress/partner of two or more separate agencies and quoted for the same
work, then punitive action to the extent of debarring up to 02 (Two) years from participating in VSP tenders will be
taken.
33. In case the Tenderers revoke/withdraw/cancel their tender or they vary any terms of their tender during the validity
period of the tender without the written consent of Visakhapatnam Steel Plant (VSP) or in the event of VSP accepting
their tender and fail to deposit the required security money, execute the Agreement and fail to start the work within
reasonable time (to be determined by the Engineer) after written acceptance of their tender EMD submitted by
them will be forfeited by VSP.
34. Contractor shall note that:
i) Time for mobilization after issue of FAX Letter of Intent/detailed Letter of Intent / Work Order shall be;
a. 03 (Three) days for Capital Repairs
b. 15 days for Civil Works
c. 60 days for painting works of Structural Engineering Department
d. 07 (Seven) days for Annual Mechanical, Electrical and works of technological assistance/cleaning.
ii) Re-starting the work after disruption shall be within 04 (Four) to 06 (Six) hours after the cause of disruption is
removed as decided by the HOD.
iii) Notice period for Contract Termination shall be - 03 (Three) hours in the event of breakdowns, 02 (Two) days
in Capital Repairs and 10 days in other works.
Failure to adhere to above stipulations may result in Termination of contract at risk & cost and will make the party
liable for debarring for a period o 2 (Two) years.
35. Agencies are required to submit Bank Guarantee for the value as decided by the Engineer as a Security while taking
out Equipment/Components/materials of VSP to their workshop situated outside the VSP premises for carrying out
repairs.
36. In case of revision in RINL / VSP approved wage rate, consequent to the revision in the minimum wages (either in
Basic Wage or Living Allowances) as notified by the Regional Labour Commissioner (Central), Hyderabad, Escalation
amount to the contract shall be payable as per the following formula:

V = L x W x (X-Xo)
Xo
WHERE:
V= Escalation Payable
L= Labour Content during billing period
W= Gross value of work done on the basis of Contract Rates for the period for which variation is applicable

Page 11 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0
X= Revised Weighted Average of RINL/VSP approved Rates for the period for which variation is applicable
(for Unskilled, Semi-skilled and Skilled categories of Workers) based on the minimum wages as notified by
the ALC (Central), Hyderabad, for the period under consideration for that contract as per present man
days of different categories for the billing period.
Xo = Existing (on the basis which tender estimate prepared) Weighted average of VSP approved rates (for
Unskilled, Semi-skilled and Skilled categories of Workers and which is based on the Minimum Wages
notified by Commissioner of Labour, Govt. of Andhra Pradesh, Hyderabad) for that contract as per
present man days of different categories for the billing period.
Computation of X, Xo & L :

X= (a*USR + b*SSR + c*SKR)/(a+b+c)


Xo= (a*USRo + b*SSRo + c*SKRo) / (a+b+c)
L = (a*USRo + b*SSRo + c*SKRo) / W

Where

a= man days present by USW during the billing period


b= man days present by SSW during the billing period
c= man days present by SKW during the billing period

USR= Revised VSP approved Rate for USW at the time of billing
SSR= Revised VSP approved Rate for SSW at the time of billing
SKR= Revised VSP approved Rate for SKW at the time of billing

USRo= VSP approved Rate for USW indicated based on which the Estimate of work was prepared,
SSRo= VSP approved Rate for SSW indicated based on which the Estimate of work was prepared,
SKRo= VSP approved Rate for SKW indicated based on which the Estimate of work was prepared,

(The above escalation shall be independent of the award percentage whether +ve or ve)

37. PAYMENT OF MINIMUM WAGES: Wages paid to the workmen by the contractor should not be less than the rates
notified by the Regional Labour Commissioner (Central), Hyderabad, from time to time with regard to the minimum
wages applicable to the respective categories of workmen plus the ad-hoc amount at the rate of `.11.54ps as per
working day per workman per category. Wages with ad-hoc amount to the workmen should be paid on or before
the 7th of the subsequent month. if 7th falls on a holiday or weekly off day, the payment should be made one day
prior to that. Payment of PF for the month, both the employers (in this case contractor) and employees (in this case
workmen employed by the contractor) contributions should be deposited in the bank in the permanent PF code
number and challan obtained before the 15th of the subsequent month and forwarded to the Engineer. In case of
failure of the contractor to comply with any of the above, the following action will be taken by VSP.

Page 12 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0

LAPSE ACTION BY VSP


1. a) Payment of wages at rates less than a) An amount equivalent to the differential amount
those notified under the minimum wages. between wages to be paid under minimum wages
notification of the Govt. applicable for the period less actual
wages paid shall be recovered from the bills as certified by
the Engineer.
b) Non-payment of ad-hoc amount
b) As amount equivalent to actual payable towards ad-hoc
amount to the workmen engaged for relevant period shall
be recovered from the bills as certified by the Engineer.

2. Non payment of wages An amount equivalent to wages payable by the contractor


applicable for the relevant period shall be recovered from
the bills as certified by the Engineer.

Recovery of PF amount and an amount equivalent to


3. Non Payment of PF maximum penalty leviable by Regional Provident Fund
Commissioner for the delayed period under the provisions
of EPF & MP Act and Rules for delayed remittance of PF
contributions (both the employees and employers
contribution), shall be recovered from the bills of contractor
as certified by Engineer.

An amount equivalent to maximum penalty leviable by


Regional provident Fund Commissioner for the delayed
4. Delayed Payment of PF period under the provisions of EPF & MP Act and rules for
delayed remittance of PF contributions (both the
employees and employers contribution), shall be recovered
from the bills of the contractor as certified by Engineer.

38. The contract period can be extended at the discretion of V.S.P. up to 04 (Four) months at the existing Rates, Terms
and conditions and the Contractor shall be bound to execute the work accordingly and the offer of the Contractor is
deemed to include this aspect.
39. The tenderers shall note that in case of quoting above the Estimated Value of V.S.P. the L-1 party shall furnish logical /
satisfactory explanation which V.S.P. may seek if felt necessary for quoting such high rates. If the explanation offered
by the L-1 party is not acceptable to V.S.P., the L-1 party may be recommended for disqualification while retendering
the work.
40. The contractor should clearly understand and comply with the Factories Act 1948 and relieve the FEMALE WORKERS
from their work site within the restricted working hours prescribed therein under section 66(b).
41. The following deductions per workman deployed category-wise shall be made from the bills/amounts due to the
contractor as applicable for the work done and such deducted amounts shall be released as mentioned below:

Recovery amount per labour


S.No Component per every WORKING DAY (in `.) To be released when
UN-SKILLED SEMI-SKILLED SKILLED
01 Notice pay `. 19.82ps `. 22.48ps `.26.43ps After the Contractor makes
Retrenchment payment to the workmen in
02 `. 09.91ps `. 11.24ps `. 13.21ps the presence of Engineer I/C
compensation
and CLC representatives, a
certificate to this effect is to
Leave with be enclosed with pre-final
03 `. 12.20ps ``. 13.83ps ``. 16.26ps bill. (to be paid with pre-final
wages
bill)

Sub-total ``. 41.93ps ``. 47.55ps ``. 55.90ps


After the Contractor makes
payment to the workmen in
the presence of Engineer I/C
04 Bonus ``. 11.55ps ``. 11.55ps ``. 11.55ps and CLC representatives, a
certificate to this effect is to
be enclosed with RA bill /
pre-final bill. (to be paid with

Page 13 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0
RA bill / pre-final bill as and
when paid by the
Contractor)
Grand total ``. 53.48ps ``. 59.10ps ``. 67.45ps
10% towards profit and
``. 05.35ps ``. 05.91ps ``. 06.75ps
overheads of Contractor
Total recovery amount ``. 58.83ps ``. 65.01ps ``. 74.20ps
Note:
i) The above recovery rates are effective from 01/10/2012. In case of any statutory revision in minimum wages
payable to contract workmen as notified by the Regional Labour Commissioner (Central), Hyderabad from
time to time, the above recovery amounts for workmen category-wise will be revised by RINL/VSP and will
be notified accordingly.
ii) Payment against the above component is to be made to the workmen based on effective wages of last
drawn pay.
42. PAYMENT MODE FOR BILL AMOUNTS:
42.1 Following are the options available to the Contractors for availing e-payments.
42.1.1 EFT System: Under this system Banks offer their customers money Transfer service from account of any bank
branch to any other Bank Branch. The EFT system presently covers all the branches of about 77 banks located at 15
centers indicated below, where clearing houses are managed by RBI i.e.,
i) New Delhi ii) Chandigarh iii) Kanpur iv) Jaipur v) Ahmedabad vi) Mumbai vii) Nagpur viii) Hyderabad) Bangalore x)
Chennai xi) Trivendrum xii) Kolkata xiii) Bhubaneswar xiv) Guwahati xv) Patna.
42.1.2 Direct Credit: Suppliers opting for this system may open Bank accounts with any one of the following banks.
i) State Bank of India - Steel Plant Branch
ii) Canara Bank - Steel Plant Branch
iii) Bank of Baroda - Steel Plant Branch
iv) State Bank of Hyderabad - Steel Plant Township Branch
v) Andhra Bank - Steel Plant Township Branch
vi) UCO Bank - Steel Plant Township Branch
vii) IDBI - Visakhapatnam Branch

42.2 The Successful tenderer shall agree that all the payment due and payable in terms of the contract will be paid direct
to his bank account and he shall give the bank account number and the address of the Bank in which the money is to
be deposited as per the format given below:
(1) Party Code :
(2) Option : RTGS / EFT
(3) Beneficiary Details
a) Name of Beneficiary (Max.35 characters) :
b) Bank Name (Max. 35 characters) :
c) Branch Name (Max. 35 characters) :
d) Account Number (Max. 35 characters) :
e) Account type (Max. 35 characters) :
(Savings / Current / Overdraft) [Mention Code No. also]
f) Beneficiary Banks IFSC Code (Max. 11 characters):
(For RTGS Mode only)
g) Beneficiary Banks MICR Code (Max.09 characters):
(For EFT Mode only)

(Signature of the Party / Contractor)

Name:
Desgn:

CERTIFICATE

Certified that the above particulars are found to be correct and matching with our records in respect of the above
beneficiary.

Sd/-
(Signature of Branch Manager)
Name :
Seal of Bank :
Page 14 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0

42.3 The contractor has to submit their bank account details in VSP format duly certified by Concerned Bank Manager for
the purpose of making electronic payment before submission of First Running Account Bill, failing which the bill will
not be processed.
42.4. The Successful tenderer is required to give an undertaking to the Finance Department of VSP that the payment made
by RINL/ VSP of any sum due to him by directly remitting the same in his bank, the address and the number of which
is to be furnished, shall be in full discharge of the particular bill raised by him, and that he shall not have any claim in
respect of the same.
42.5 In respect of payment made through Electronic Fund Transfer mechanism or Direct Credit to the
suppliers/contractors bank account, the supplier/contractor/receiver should intimate discrepancies, if any, within 10
days from the date of dispatch of intimation letter of payment to them to Finance Department of VSP failing which it
shall be presumed that the funds have reached to their bank account and that no claims will be entertained after the
said 10 days.
43. CLAUSES CONCERNING INPUT TAX CREDIT (ITC) ON AP VAT ACT:
a) All the Tenderers except the Tenderers opting for composite scheme under APVAT Act shall submit the
additional information as placed at Annexure-1 along with Form G ie., quote for the work. The Tenderers
may note that their offer shall be adjusted for the eligible ITC benefit (applicable for Tenderers who have
opted the scheme of maintaining books of accounts for payment of tax) and / or Excise Cenvat benefit to
RINL after Price Bid opening for the purpose of evaluation. Probable ITC benefit available to VSP for the Year
2013-14 is as given below:

ITC Benefit
Items qualifying for ITC under APVAT Act @ 5.00% 2.02%

Items qualifying for ITC under APVAT @ 14.50% 11.52%

b) The amount of ITC benefit & CENVAT benefit calculated from the information provided/quoted in the
Annexure-1 to Quote sheet (Form G) shall be deducted from the quoted price for the purpose of
evaluation.
c) The Contractor registered under APVAT Act and opted the scheme of maintaining books of accounts for
payment of tax shall issue Tax Invoice in the name of RINL for the total material incorporated in the work.
But the contractor registered under APVAT Act and opted to pay APVAT @ 14.5% of the total consideration
subject to deductions or the scheme of composition for payment of tax is not eligible to issue TAX INVOICE
but shall issue Way Bill along with Delivery Challans copy or Gate Pass cum Invoice for the total material
incorporated in the contract.
d) The ITC Benefit & CENVAT benefit on account of Excise Duty offered by the Agency (calculated on the basis
of information provided in Annexure-1 to the Quote sheet) will be deducted from each Bill on the offered
percentage basis (calculated on the basis of information provided in Annexure-1 to the Quote sheet) and
will be released to the extent ITC Benefit & Excise Cenvat Benefit could be availed by VSP. The contractor
shall extend all possible help to facilitate VSP to avail ITC & Excise Cenvat Benefit. The payment towards
Excise Duty, Service Tax, APVAT and CST shall be made only on submission of valid Invoices / Duty payment
Documents as per the Excise, Service Tax, APVAT & CST Act / Rules. If ITC Benefit and / or CENVAT benefit
could not be availed by VSP due to reasons attributable to the Contractor, such amount will not be released
by VSP.
e) In the event the ITC Benefit realized by VSP (based on documents) is in excess of the ITC Benefit offered by
the Agency/Contractor (on the basis of information furnished in Annexure-1 to Quote sheet), the refund will
be restricted to the benefit offered by the agency.
f) All the material incorporated in the contract should be brought in with the approval of Engineer-in-charge
along with proper invoice / Way Bill along with Delivery Challan or Gate Pass cum Invoice (as the case may
be) only. Material once received into the factory would not be allowed to go outside the Factory premises
for any reason. Excess/rejected material will be allowed to be taken back only after complying with the
Provisions of CE Act.
g) The Tenderer shall confirm the following:

i) Copy of VAT Registration Certificate enclosed Yes

ii) Option chosen for payment of tax under APVAT Act

Maintaining of Books of Accounts Scheme/


Composition/
Payment of APVAT @ 14.5% subject to deductions

iii) Whether registered under Central Excise Act: Yes / No

Page 15 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part Retender
(To be placed in Cover-1) Tender No. WMD/73355-0

iv) If yes for (iii) above, copy of Excise Registration Certificate enclosed: Yes

NOTE: In the case of g (i) & (iv) please confirm by tick marking YES
In the case of g (ii) please strike off whichever is not applicable.

h) In case, the contractor registered under APVAT Act and opted for payment of APVAT @ 14.5% of total
consideration subject to deductions or Composition scheme for payment of tax or under Central Sales Tax
Scheme fail to submit the valid Way Bills along with Delivery Challan or Gate Pass cum Invoice for the total
material incorporated in the work, then an amount equal to 2.5% of the contract value shall be deducted
from his pre-final bill / final bill and the contract will be closed.
i) In case the contractor registered under APVAT Act and opted the scheme of maintaining of books of
accounts for payment of tax fail to submit Tax Invoices for the total quantity of goods incorporated in the
work, then an amount equal to proportionate ITC benefit on the deficit quantity of material for which Tax
Invoices have not been submitted shall be deducted from the pre-final bill / final bill and the contract will be
closed. Decision of the Engineer-in-charge in respect of the quantity of material incorporated in the work
shall be final.
44. RINL reserves the right to reject the offers of tenderers whose performance is poor in awarded / ongoing works if any.

**********

Page 16 of 81 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Proposal No 655061300100
Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
0.00 Visakhapatnam Steel Plant (VSP) is a ISO 9000; ISO 14000; OSHAS-18000,
BSEN-16001 and 5S (Cleaning, Housekeeping, keeping the material in
Standardized Format) certified organization. VSP has adopted Zero
Discharge as Corporate Objective. Various schemes are envisaged to achieve
near to Zero Discharge. The waste water, process leakage, cooling tower
blow downs, approximately 500 cum/hr discharged through storm water outlets
shall be collected at the boundary in a pond, which will be sent to Waste
Water treatment plant by RO Process unit located near TPP by laying a pipe
line by others. This water after secondary treatment shall be tertiary
treated in a RO System. The Permeate of the RO unit shall be used for soft
water requirement in different places like Steel Melt Shop and Blast
Furnace etc. Others shall pump the final effluent generated from the
wastewater treatment plant to ash pond.
Appikonda Waste Water Treatment Plant (AWWTP) will be commissioned with an
input of 500 cum/hr from Appikonda Lift Pump House; 160 cum/hr from side
stream filter backwash of Recirculation Pump House and DM Plant; RO output
225m3/hr & Cooling Tower Make up after Pretreatment 280 cum/hr.
AWWTP shall treat wastewater streams emanating from process to produce
quality water as per design specification. This bid is invited for Supply
of specialty chemicals and Operation and Maintenance of AWWTP & one pumping
station at Appikonda. M/s VA Tech Wabag were the EPCC contractor for the
plant and M N Dastur & Co the consultant.
0.01 Process Description, System and Equipment Details: The tertiary treatment
scheme for the AWWTP has been broadly classified into six stages namely:
Stage-1: Pumping from Apikonda pumping station
Stage-2: Pre treatment section essentially for the removal of Suspended
Solids and Oil.
Stage-3: Ultra Filtration section to remove the balance oil, Suspended
Solids and improve/ control the Silt Density Index.
Stage-4: Reverse Osmosis section to remove the Total Dissolved Solids
(TDS).
Stage-5: Chemical solution dosing section describes the facilities required
for preparation and dosing of different chemical solution required for the
tertiary treatment.
Stage-6: Sludge Thickener & solid handling.
0.02 Feed Water Quality: The feed water to the AWWTP comprises of the following
effluent streams:
1) Apikonda Waste Water Drain (max 500 m3/hr).
2) Cooling Tower Blow Down maximum (150-200m3/hr) as and when required.
3) DM plant clarifier under flow (3-6m3/hr).
4) DM plant PSF backwash (6-10m3/hr).

Page 17 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

5) RecirculationPumpHouse PSF(PressureSandFilter) & Backwash(120-130 m3/hr)


6) Ash pond-overflow whenever inlet flow to the Appikonda Lift Pump House
is insufficient.
The quality parameters of the streams are as per Annexure-1. The quality
of water in pre treatment will vary with seasonal variation.
The following parameters may vary: TSS 50-400 Mg/lit (max) and oil 10-100
Mg/lit (max). Hence the Contractor should design the dosing system
required for the pretreatment of AWWTP for different level of TSS and oil.
The wastewater streams have different characteristics and need to be
equalized in order to get consistency in feed quality. In case of off-spec
of any stream of feed water quality in terms of BOD, COD, oil (to be
checked regularly in each shift) water shall be routed to process drain.
In such case additional water requirement, in any, will be met by cooling
tower blow down of Pump House-4.
Raw effluent will be pumped from Appikonda Pumping Station to AWWTP, Ash
Pond. Clarifier/ Silica Reduction by Adsorption with Magnesium Hydroxide
Solids contact clarifier is provided for the Silica reduction by adsorption
with Magnesium Hydroxide. The Ferric Chloride is first added to water for
coagulation of suspended solids. The poly electrolyte is added in water as
coagulant aid for better settlement of sludge. The Ferric Chloride added
as coagulant also reacts with Calcium Hydroxide to form Ferric Hydroxide
and Calcium Chloride. Ferric Hydroxide settles down and is removed as
sludge.
0.03 Pressure Sand Filters: The clarified water is fed to pressure sand filters
for further reduction of suspended solids. Three pressure sand filters are
provided for this purpose. The filter is designed for a normal flow of
225m3/hr. Only one filter will be backwashed at any point of time, the
filter is provided with sand and anthracite as filtration media. The
strainer on plate collection system is provided for efficient and uniform
collection of filtered water and also to do Backwash. The backwash of each
pressure sand filters is done with supply backwash from raw water header.
The backwash wastewater of each filter is joined to waste back wash tank.
0.04 Basket strainers: After pressure filtration system 4 numbers of basket
strainers are provided for trapping any sand particles that may escape and
enter into ultra filtration skid. Here the fine sand particles escaping
from the filters get trapped in the basket strainers, which is also a
protection for the ultra filtration membranes. Since the frequency of
leakage of sand is very low, generally the backwash is done once in a month
or two. Valves are provided for backwashing of basket strainers. Backwash
waste is routed to waste back wash tank.

Page 18 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

0.05 Ultra Filtration system SKID 1, 2, 3: After the basket strainers the water
flows to the Ultra filtration units, where suspended solids, BOD, COD are
removed and reduce Silt Density Index to required level. The water is fed
inside the hollow fiber and comes out from the circumference of hollow
fiber. The ultra filters are backwashed on completion of every service
cycle and when Trans Membrane Pressure is less than 0.8 and on completing
of three counters the skid automatically goes for Chemically Enhanced
Backwash. The ultra filtration process is operated on "dead-end" or direct
flow, which is 100% conversion of feed water to filtrate. The composition
is poly-ether-sulfone, the hydrophilic material. The flow pattern is
inside, out, i.e. the feed water flows through the inside or center of the
fibers and filtrate passes radially outward through the membrane "tube"
walls. Water is pressurized through the membrane and particulates are left
at membrane surface. These particulates build up in concentration at
membrane surface, thus the water flow direction is periodically reversed to
remove particulate matter (backwash). The modes of operation of Ultra
filtration are: Processing, Backwash and Cleaning System and is automated
to switch between these modes. However, cleaning and integrity testing
modes is manual.
0.06 Processing: Processing is the mode in which filtration takes place. In
dead end filtration, all water fed to the ultra filtration module passes
through the membrane and is filtered. During processing step, the dirt
material is accumulated on inside membrane surface.
0.07 Backwash: During processing, solids accumulate on the membrane surface;
short cleaning or backwash with filtrate water is necessary to restore the
membrane performance. The system is programmed to backwash individual
blocks at fixed periodical interval. During the backwash, the water flow
will be reversed. Clean permeate water will be forced from outside of the
capillary and will transport the foulants out of the capillaries. The
duration of the backwash is sufficient to remove all dirt from the membrane
surface and drive it out from capillaries and membrane system. If the
normal backwash is insufficient to remove all the foulants, chemically
enhanced backwash is recommended and incorporated to the system. Before
CEB it is important that during normal backwash (without chemical) most of
the soft foulants are removed; in this way chemicals are exposed only on
the hard to remove foulants. It is also important that all fibers are
filled with chemicals, in the correct concentration and with soaking time.
After soaking it is important to flush the chemicals out of the skid with a
backwash operation.
0.08 Cleaning: A key measure of ultra-filtration membrane performance is the TMP
(Trans Membrane Pressure). This is the difference between average feed

Page 19 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

pressure in the fibers and the permeate pressure. It gives an indication


that amount of fouling on the membrane surface. As the solids accumulate
on the membrane surface the TMP keep increases. Backwash help to reduce
the TMP, but backwashing is not 100% efficient. When TMP increases to
preset limit it is the time for chemical cleaning of membranes or as per
the cycles of operation. Cleaning is typically performed by taking the
system off-line and subsequently with re-circulating chemical solutions.
The chemicals used for cleaning are typically HCl, Hypo, Sodium Hydroxide
and Citric Acid, if required. Other clean solutions can be used depending
upon foulant (As mentioned in the UF manual or any specialty chemical
approved by the UF Contractor can also be used).
0.09 Cartridge filters: The permeate from Ultra Filtration unit is collected in
the RO feed tank and pumped to the cartridge filters. Before going to
Reverse Osmosis units to safe guard the membranes the following chemicals
are dosed to maintain the permeate fit for RO membrane, viz HCl for pH
correction and antiscalant chemicals for avoiding scales. Further more
free Chlorine present in the filtered water may result in chemical
oxidation of the membranes. Hence Sodium bi-Sulfite (NaHSO3) is injected
at the inlet of the cartridge filter to eliminate any oxidizing elements
being present in the RO Feed and to protect the membranes, which are the
most vital part of the plant. This UF permeate is fed to RO units through
cartridge filter by feed pumps. The major portion of Silica, TDS is
removed here. Five micron cartridge filter is provided in order to remove
micron size particles, which are not removed by the sand filter. These
Cartridges are disposable type and should be replaced, if differential
pressure across cartridges approaches pre-specified level.
0.10 Reverse Osmosis I, II and III: The feed from RO feed tank is fed to RO
section via the cartridge filters. The major portion of suspended solids,
silica, TDS is removed in RO section. The Permeate of ROs is fed to RO
permeate tank and Reject of RO is routed to a RCC pit for disposal to ash
pond. The effluent generated due to the chemically enhanced backwash of
ultra filtration membranes is also routed to this pit for disposal to ash
pond. Contractor should follow the membranes manufacturer's instructions/
procedures for installation, storage, preservation, cleaning of RO
membranes, troubleshooting matrix/ Remedial measures for foulant. All the
necessary procedures like, probing of membranes, flushing guidelines & SDI
determination guidelines etc followed by the Contractor shall be submitted
along with Offer. All necessary instruments, equipments, testing
facilities, etc. required for above work shall be arranged by Contractor on
returnable basis.

Page 20 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

0.11 RO Membrane cleaning: Contractor shall supply & use chemicals & procedures
for cleaning of RO Membranes due to Fouling as per Membranes Manufacturer
Recommendations. The recommended generic chemical solutions for cleaning
an RO membrane element are based on the foulant to be removed. Party can
use chemical and procedures for cleaning of RO Membrane of their choice
provided same chemical and procedures certified by the Membrane
manufacturer.
0.12 Chemical Dosing Systems: All the dosing tanks are provided with level
switches for low-level trip, i.e. pump safety. The pumps are provided with
common external pressure relief valves. The chemical preparation is
manual, i.e. addition of chemicals is done manually. The required amount
of chemicals is added to achieve required concentration. Following dosing
systems are provided each with two tanks and two pumps.
Ferric Chloride Dosing System;
Chlorine dioxide Dosing System;
Coagulant-aid Dosing System;
Polyelectrolyte Dosing System;
Sodium meta bi sulfite dosing system;
Acid dosing System (Clarifier, RO Feed);
Alkaline dosing System (RO Feed);
Antiscalant Dosing system;
Dewatering Polyelectrolyte dosing system.
The main objective of chemical treatment is to convert given quality of
waste water to soft water of desired quality as per clause-45 of Terms &
Conditions through pre treatment UF and RO process. Treatment program
should take care of all the seasonal variation of input waste water. Good
health of UF/RO system should be ensured.
0.13 Sludge Handling and disposal system: The clarifier sludge is removed from
the bottom of clarifier in to the sludge sump. This sludge has around 6%
consistency and is further pumped into the sludge holding tank. Waste
backwash of PSF & API will be collected in waste back wash tank and from
there it will be pumped to sludge thickener. From sludge thickener sludge
will go to sludge holding tank and from sludge holding tank to centrifuge
with the help of pumps. The dewatering polyelectrolyte is added in to the
sludge for enhancing the performance of centrifuge. Three centrifuges are
provided for this purpose (two working and one standby) on first floor of
chemical house. The sludge produced is dumped on ground floor directly in
the trolley (provided by Contractor). This trolley is taken away for
disposal of sludge with in 5 Km from the RO plant. The centrifuge is
designed for sixteen hours operation, as lot of time is required for
removal and setting of fresh trolleys.

Page 21 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

0.14 RO reject: The RO reject and the effluent generated from the chemically
enhanced backwash of UF membranes are routed to a RCC collection pit. The
pit is provided with pump to evacuate the effluent, which is finally
disposed off to the ash pond. The pump is provided with auto start and
stop interlocks based on the pit level. The pump is provided with a local
starter so that it can be started from local.
1.00 Operation of the plant (BOQ Item No :1)
Shift wise operation, chemical application, laboratory activity of related
area of AWWTP pump houses on 24 hours x 365 days basis as per scope given
below.
Contractor has to provide round the clock shift coverage in three shifts
(as specified by VSP) for carrying out the Operation of AWWTP, including
Appikonda Transfer Pump House. 3 (three) Operators should be available for
shift operation as mentioned in Annexure-9 and shall cover all activities
but not limited to the following:
1.01 Operation of the plant as per the operation manual /Standard Operating
Practices prepared and submitted by the party and approved by VSP.
1.02 Plant is to be operated with 100% capacity utilization of all units and
final out put of RO process has to be maintained at the rate of 80%
recovery rate.
1.03 After reporting to respective duty place, Chemist/Shift in-charge should
take proper takeover of plant position from previous shift person.
1.04 Chemist/Shift in-charge should report about the plant position/status to
the VSP Shift in-charge at PH-4 in every shift after reporting for duty.
Operator attendance should be recorded with the VSP Shift in-charge.
1.05 The usage of chemicals (coagulant/ floculant, de-oiling polyelectrolyte and
polyelectrolyte) will vary with input parameters and the operator should
report the usage of chemicals/chemical solutions per shift and it should be
certified by the VSP Shift in-charge.
1.06 Operator should inspect all running equipment once in an hour or as per
site conditions depending on the nature of functioning of the equipment and
any abnormality observed should be reported to the plant in-charge and same
to be recorded in the shift log book also. Corrective action must be taken
immediately.
General aspects to be observed during inspection by operator are as below:
i) Vibration level of the equipment.
ii) Noise level of the equipment.
iii) Lubrication level checking and topping up.
iv) Running current (amps) of the equipment.
v) Any leakages of the equipment and reporting to the Shift in-charge/

Page 22 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

Chemist & same to be attended immediately.


vi) Expected functioning of equipment as per Operation Manual is to be
ensured.
vii) Any other aspects specific to particular equipment as per
Manufacturer's Manuals.
1.07 Operator should check hourly basis the sludge pumping of API oil separator,
clarifier and thickener. If any choking is observed, it should be
cleaned/flushed out immediately.
1.08 Shift in-charge to monitor all the inlets for their quality & quantity and
ensure required quantity of feed water for 100% capacity utilization of the
plant. Any shortfall in the feed water quantity is to be brought to the
notice of VSP shift in charge and coordinate with all concerned to restore
required inlet. If inlet feed quantity is less to run RO skids cooling
tower blow down can be utilized by continuously coordinating with the
Appikonda Lift Pump House Operator and Pre-Treatment Plant Operator.
1.09 The contractor should give a report to the VSP Shift in-charge about the
usage of the chemicals dosed and get it signed. To carryout minor
maintenance jobs viz., element replacement in cartridge filter, O-ring
replacement, replacement of End connectors, replacement of Brine Seals,
pressure vessel plugging, suction strainer cleaning etc in AWWT plant as
per operational requirement.
1.10 Contractor will carry out continuous improvement and optimization of the
clarifier, filter, UF and RO system to achieve the guaranteed parameters.
1.11 Water has to be pumped from Appikionda Lift Pump House to Ash Pond
whenever inlet stream flow will be excess after meeting the AWWTP water
requirement and if the same is instructed by the Engineer in-charge.
1.12 Sump cleaning of Appikonda pumping station sump is to be done as and when
required with euipment help from VSP (frequency for Appikonda pumping
station sump is once in a year). All other tanks has to be cleaned once in
a year.
1.13 Any leakage from pipes/gland has to be arrested immediately.

1.14 All package Air-Conditioner/ Air Handling Unit will be operated by AWWTP
operator.
1.15 VSP is following BSEN:-16001 for all of its units (i.e. all units are
operating in Energy efficient manner). Same procedure will be followed in
AWWTP.
1.16 Idle running of the equipment to be avoided, and lights, fans, A/c`s to be
used optimally.

Page 23 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

1.17 RO reject: The RO reject and the effluent generated from the chemically
enhanced backwash of UF membranes is routed to a RCC collection pit. The
pit is provided with pump to evacuate the effluent, which is finally
disposed off to the ash pond. DM plant reject also should be pumped to ash
pond from collection pit.
1.18 Stopping and Restarting of the plant: After any planned shut down or
stoppage of the plant due to any reason, plant has to be restarted after
the clearance of Engineer in-charge and shall stabilize the operations to
its capacity within the time schedule as agreed mutually with Engineer in-
charge. In case of power failure, after restoration of power, normalcy to
be established with the clearance of VSP Shift in-charge. All stoppages
should be recorded in the shift log book.
1.19 Application of Chemicals:
1) Preparation of solution of chemicals supplied by the Contractor and
their dosing in the system including chemicals required for cleaning of the
membrane for production of water of desired quality and quantity.
2) Unloading, stacking/storing at site, handling of chemicals from the
storage area point near RO plant up to chemical dosing/ preparation tank
area of all chemicals shall be in the scope of the Contractor. Contractor
to prepare and dose all chemicals provided by them as per Part-A, for the
pre treatment plant, UF & RO plant for controlling the process and maintain
the system performance on continuous basis. Contractor to prepare and
apply all cleaning chemicals required for the RO system and UF units for
normal operation as well as during fouled conditions of the plant. The
cleaning/ washing activity of the membrane as and when required has to be
done by Contractor. Any change of dosages/ type of chemical for quality
improvement will be in the contractor's scope and the same will be informed
to Engineer in-charge.
3) All safety precautions to be taken in the handling and storage of
chemicals as per MSDS. Safety instructions as per MSDS for handling
(normal condition and emergency condition) to be displayed at the storage
and dosing area at site.
4) Any spillage of the chemical has to be cleaned thoroughly by the
contractor.
1.20 Desired water quality output should be as per clause-45 of Terms &
Conditions. Shift in-charge should ensure the quality of output water as
per approved parameter throughout the shift. If any abnormality/deviation
is noticed, corrective action is to be taken immediately. All such
deviations and corrective actions taken are to be recorded and reported to
Pump House-4 Shift in-charge & Plant Manager.

Page 24 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

2.00 Mechanical Maintenance (BOQ Item No :2) Complete Mechanical Maintenance of


all equipments, housekeeping and solid waste disposal related area of AWWTP
as per schedule and as required based on condition including mobilization
of men, tools, tackles etc., as required. Scope of Maintenance jobs shall
include but not limited to the following:
2.01 Contractor shall carryout all running maintenance/ repair jobs/ Schedule
maintenance/ Break down required to keep the plant at maximum productivity
level as per SMP prepared by the contractor and approved by Engineer in-
charge of VSP. These shall include maintenance of all equipments and other
facilities within the AWWTP, Appikonda Transfer Pump House as per the
maintenance schedule approved by VSP.
2.02 Contractor shall carry out minor modifications from time to time for
improvement of plant performance & shall maintain the same.
2.03 Material handling: Spares handling and transportation to the stores at the
site is contractor's responsibility. Shifting of any equipment for repair
to work shop of VSP is contractor's responsibility.
2.04 Contractor shall maintain adequate stock of all consumables viz.
Gaskets(except rubber), gland packing(except graphited cotton), O rings,
drive belts, oil cups, Victaulic coupling, Victaulic coupling bush, UF
inter-connectors, End cap of UF and RO and its locking segment, shims for
RO, Brine seals for RO membranes, PSF side view glass, PSF strainers,
cleaning agent, cotton waste, adhesives, fasteners.
2.05 Contractor shall carry out breakdown maintenance job as and when problems/
defects are noticed.
2.06 Contractor shall periodically (once in a week) carry out inspection of
equipment, lubrication, adjustments etc to ensure proper performance.
2.07 Contractor shall maintain their own tools & tackles including special tools
for carrying out all maintenance jobs.
2.08 The housekeeping and maintaining the AWWTP in good condition shall be the
responsibility of the Contractor. This includes cleaning of plant
premises, rooms in the building. Supply of all consumables required for
cleaning and housekeeping shall be in contractor's scope. Unwanted material
like sludge (generated from thickener, clarifier, sludge pump, chokage
cleaning), scrap are to be removed on regular basis and disposed along with
centrifuge sludge.
2.09 Contractor shall carry out all trouble shooting to keep the plant in
perfect health as per O&M manuals.
2.10 Workshop facilities may be extended to the contractor for major jobs in
rotary/static equipment at the sole discretion of VSP. Shifting of the

Page 25 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

equipment to VSP workshop shall be in the scope of the contractor (Handling


and lifting equipment like fork-lifter, hydra are in contractor's scope).
2.11 Contractor shall generate a failure analysis report in case of failure of
any rotary or static equipment and submit the same with preventive and
corrective action required to Engineer in-charge.
2.12 To provide all kinds of support for cutting, welding, piping etc to
Electrical, Instrumentation and Chemical works.
3.00 Equipment Maintenance (Mechanical Activity): The scope of work includes all
works to keep the plant in good operating condition, such as:
3.01 Alignment, lubrication, tensioning of all drives and rotating parts as
required from time to time as per the details in the instruction manuals/
SMP;
3.02 Dismantling and assembling of equipment items, components and subassemblies
like pumps, blowers, fans, centrifuges, motors, agitators, drive heads,
center, mechanism, and gearboxes as required;
3.03 Cleaning and flushing of pipelines, tanks and vessels;

3.04 Periodic inspection of all installations for checking any deterioration in


surface finish/rubber lining etc;
3.05 Cleaning of filters and strainers and replacement as and when required;

3.06 Carrying out cleaning of all installed mesh/ strainer in related area as on
when required;
3.07 Submission of predictive/maintenance report on weekly basis of all rotating
equipments;
3.08 Carrying out preventative maintenance of equipment as per the VSP practices
(schedule will be given by contractor and Engineer in-charge will approve
the above);
3.09 Carrying out breakdown maintenance for all type of equipments at site
itself including, replacement of bearings, seals, seal testing & maintain
the equipment history. The agency has to carry all kind of maintenance job
to restore the normalcy of plant operations;
3.10 Carrying out all type of repair jobs related to rubber lined piping, pipe
fittings, vessels etc;
3.11 Coordination with maintenance personnel for shut downs and normalization;

3.12 General Housekeeping including solid waste disposal and immediate


removal/cleaning of mucks, used cotton wastes, spills over. Scraps etc has
to be disposed off to respective bins/ disposal yard just before the end of
day's work;

Page 26 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

3.13 The spares given for the purpose of assembly of equipment are to have a
definite life period during operations. Any failure identified immediately
after replacement of spares due to bad workmanship shall be made good by
the contractor at his own cost;
3.14 Identification and preparation of the list of spares/consumables which are
in VSP scope and intimate in advance i.e. for
a) critical equipment: 9 months in advance,
b) non critical equipment: 6 months in advance,
c) consumables: 2 months in advance.;
3.15 Drawings, documents and O & M manuals (softcopy) of plant and all the
equipments in the form of soft copy will be provided by VSP.
3.16 If any support is required for O&M of any equipment (rotary/static,
membranes, filters etc) in the plant then the same shall be arranged by the
Contractor;
3.17 Contactor should maintain daily maintenance activity register and history
of all equipment .

4.00 House Keeping: Vizag Steel Plant is 5S certified organization, House


keeping has to be carried out as per the following frequency:
4.01 The general activities to be done daily:
1) Keep the tools clean and place in their designated place pre located;
2) Put scrap in designated dust bins;
3) Keep cylinders in designated place;
4) Keep damaged tools in red tag area and follow set-in-order.
4.02 Activities to be done daily in the Office of the In-charge and Rest rooms:
1) Use dust bins for placing waste
2) Put off lights, fans & air-conditioners when not in use;
3) Use designated bins for designated items;
4) Use designated room and hanger for placing work dresses;
5) Use designated racks for putting item/files;
6) Adhere to the cleaning schedules;
7) Change dates on calendars as and when required.
4.03 Activities to be done daily in the Common Areas:
1) Clean dust bins;
2) Keep your clothes on hook in designated place for work dress;
3) Park vehicles in parking shed and follow markings while parking;
4) Close water taps after use.
4.04 Activities to be done daily in the Park and Peripherals:
1) Use designated place for unwanted items and maintain surrounding areas

Page 27 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

neat & clean;


2) Report if any leakages, cuttings are found in parks or peripherals.
4.05 Schedule of cleaning Frequency
Control Room Daily
Shop floor (AWWTP Pump House) Bi-weekly
UF,RO Building, Clarifloculator Bi-weekly
Backwash Pump house, API Area Bi-weekly
MCC Bi-weekly
Thickener, Centrifuge area Weekly
PSF Area Fortnight
Cobweb Removal Monthly
All equipment are to be cleaned with cotton waste once in fortnight
4.06 JUNGLE CUTTING: AWWTP area is to be kept free from jungle. Appikonda
Transfer Pump House jungle cutting is to be done as and when required.
Battery limit is as per layout drawing.
5.00 Handling and Disposal of Process Waste:

5.01 Sludge Handling and disposal system: The centrifuges are located on first
floor of Chemical House. The sludge produced is dumped on ground floor
directly in the trolley (provided by Contractor). This trolley is taken
away for disposal of sludge with in 5 km from the RO plant on daily basis.
The centrifuge is designed for sixteen hours operation and within eight
hours removal and setting of fresh trolleys are to be done.
5.02 Other process waste: Any solid waste generated during cleaning and
maintaining of sludge handling equipment like, sludge pumps, Thickeners,
clarifiers etc. and de-choking of pipe lines, should be shifted to
designated area for disposal with in 5kms along with centrifuge sludge
daily.
6.00 Electrical & Insturmantation - (BOQ Item No:3) Complete Electrical &
Instrumentation maintenance of all equipments at related area of AWWTP as
per schedule & as required on condition based. The scope of work includes
all works to keep the plant in good operating condition. The operation
activity includes deployment of manpower in three shifts, (i.e.24hrs X
365days) for routine operation, monitoring and inspection of all electrical
equipments in the AWWTP & Appikonda Lift Pump House, as mentioned in
Annexure-9. The operational activities are:
6.01 The log sheet of operations carried out and periodic data related to the
ELECTRICAL equipment to be maintained in the continuous basis and record to
be updated and maintained in Maintenance Management System and other
Standard Operating Systems maintained at VSP like QMS, EMS,OHSMS, 5S and

Page 28 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

EnMS etc.

6.02 Physical inspection of electrical equipments in the shift and generating a


defect report for any abnormalities to help the maintenance group to take
up the jobs in General shift.
6.03 Co-ordination with Mechanical Maintenance Group for rectification of any
problem noticed in the shift.
6.04 Restoration of power in case of power failure due to under voltage or any
fault in the system.
6.05 Testing of equipments after repair, scheduled testing/ changeover of
equipments and related jobs as directed by Engineer.
6.06 Issue, return and normalization of shutdown with clearance from Operation
Shift in-charge posted in the Pump House.
6.07 The technical parameters of the equipments shall be maintained as per the
norms approved by RINL and whenever equipment parameters go beyond approved
norms; it shall be brought back to normalcy by the Contractor.
6.08 The maintenance activities include planning, co-ordination and execution of
all jobs as per SMP prepared by the contractor and approved by Engineer in-
charge or his representative for all equipment and accessories as listed at
Annexure-4.
6.09 All scheduled maintenance activities will be carried out in General shift
preferably
6.10 Condition monitoring of electrical equipments and necessary corrective
actions, if any.
6.11 Temporary lighting, drilling m/c grinding m/c & dewatering pump connection,
if any.
6.12 Breakdown & failure analysis and necessary action plan for prevention.

6.13 Material handling: Spares & Consumable transportation to & fro between
Stores and Site shall be in Contractor's scope. Shifting of equipments,
like motor shall be in Contractor's scope.
6.14 Motors: Clean the stator body, fan etc. Tighten the foundation and
coupling bolts. Check IR value of windings and winding resistance with
megger and motor checker respectively. Lubricate the bearing with grease
at both ends. Tighten the termination at cable termination box as per VSP
Equipment Preventative Maintenance Schedule & Practices. Contractor shall
take all precautions to avoid damage to winding of any motor. The
contractor shall follow all procedures and schedule as per the Preventive
Maintenance Program of VSP. Rewinding of motors shall be in VSP scope,

Page 29 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

however shifting of the motor to VSP workshop shall be in scope of


contractor. Overhauling of motor and replacement of bearing shall be done
by the contractor at site. In case any workshop facility is required the
same may be provided by VSP at its sole discretion.
6.15 Cable: Check and tighten the end termination. Check IR value and
continuity. Replacement of damaged lugs as and when required. Lugs of
appropriate size and type are to be arranged by Contractor. Location and
repair of cable faults shall be in Contractor's scope.
6.16 Meters: Check for the tightness of terminals. Check the zero error of the
pointer and take corrective action, if required.
6.17 Switchgear Panels: Regular cleaning of interior and exterior of all the
switchgear outgoing panels, PLC panels, lighting panels with vacuum
cleaner, blower and cleaning cloth and check tightness of power and control
cables at terminals. The maintenance/cleaning/tightness checking of bus
bars of the switchboards and its incomer and bus coupler shall be in
Contractors scope. The maintenance of UPS, Battery chargers, power
transformers shall be in Contractor's scope. Maintenance of charger and
UPS batteries shall be in contractor's scope. The contractor shall
regularly check the voltage, specific gravity of electrolyte and
electrolyte level in each cell at regular intervals and take corrective
action as and when required.
6.18 Operation (Energisation /Denergization as per VSP work permit system) of
all the switchgear outgoing panels in AWWTP shall be done by the contractor
as per requirement and records are to be maintained accordingly.
Troubleshooting and rectification of power and control circuit faults in
MCC, PLC, Automation and Instrumentation panels, field equipment and
lighting circuits shall be done by the Contractor.
6.19 Lighting: Regular cleaning of all plant, control room and rack room
lighting fixtures and replacement of defective lamps and accessories,
rectification of circuit faults as and when required. Supply of fittings,
lamps and accessories is in VSP scope. Trouble shooting of all electrical
light fittings (except street lighting and high mast) is in Contractor's
scope.
6.20 Earth pit: All the earth pit maintenance and repair with proper recording
of earth resistance shall be done by contractor.
6.21 Electrical isolation: All electrical isolation/energisation up to incomer
and bus-coupler of the MCC at AWWTP shall be done by VSP.
Isolation/energisation of all outgoing feeders from both the MCC & LC shall
be done by the contractor. All isolation/ energisation shall be done as per
VSP established procedure and as per statutory acts/rules including record

Page 30 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

keeping.

7.00 Instrumentation: The scope of work includes all works to keep the plant in
good operating condition. The operation activity includes deployment of
manpower in three shifts, (i.e.24hrs x 365days) for routine operation,
monitoring and inspection of all Instrumenation equipments in the AWWTP &
Appikonda Lift Pump House, as mentioned in Annexure-9. The operational
activities are:
7.01 The log sheet of operations carried out and periodic data related to the
instrumentation equipment to be maintained in the continuous basis and
record to be updated and maintained in Maintenance Management System
and other Standard Operating Systems maintained at VSP like QMS, EMS,OHSMS,
5S and EnMS.
7.02 Physical inspection of instrumentation equipments, as listed in Annexure-6,
in the shift and generating a defect report for any abnormalities to help
the maintenance group to take up the jobs in General shift.
7.03 Restoration of power for instrumentation equipment in case of power failure
due to under voltage or any fault in the system (required MCBs/fuses are in
scope of the contractor).
7.04 Testing of equipments after repair, scheduled testing/ changeover of
equipments, calibration and related jobs as directed by Engineer.
7.05 On/Off valves - maintenance /Replacement of On/Off Valve solenoids, Limits
switches and Cu/SS tubing, cabling and loop checking etc.
7.06 Switches- Calibration and Maintenance/Replacement of Pressure/ DP/ Level/
Temperature switches including sensing lines, Isolation Valves and cabling.
7.07 Transmitters- Calibration, Servicing and replacement of Pressure, DP and
Ultrasonic Transmitters including maintenance of manifolds, isolation
valves impulse lines and cabling.
7.08 Control valves- Calibration and Maintenance of Positioners of Control
Valve/ Butterfly Valve including I-P Converters, Air Filter Regulator, air
lock unit along with copper/ SS tubing cabling etc.
7.09 Temperature Transmitters- Calibration, servicing and replacement including
loop checking.
7.10 Temperature Elements- Maintenance of RTDs and Thermocouples including
replacement of temperature elements and cables.
7.11 Analyzers viz. 1) Conductivity Analyzer, 2) Silica Analyzer, 3)pH
analyzer, 4) Sodium Analyzer, 5)ORP analyzer : Calibration and maintenance
of online analyzers including flow chamber/ sensor cleaning, leak
arresting, preparation of reagent etc.

Page 31 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

7.12 Gauges viz. 1) pressure gauges, 2) level gauges: Calibration and


replacement.
7.13 Removal of burnt cable and laying of new cable along with terminations.

7.14 Painting of impulse lines and junction boxes. 20m of impulse pipe per limb
of any sensor on an average. One junction box for every 10 instruments
stated above.
7.15 Cleaning of panels:- 1 panel for 100 sensors, 1 panel for each analyzer.

7.16 The maintenance activities include planning, co-ordination and execution of


scheduled preventive, corrective & breakdown maintenance of instumentation
equipments listed in Annexrue-7 and Capital Repair of all accessories.
7.17 Periodicity of Maintenance: Periodicity of maintenance of each Electrical &
Instrumentation equipment will be as indicated in the Annexure-7. General
activities required under the complete maintenance will be as indicated in
the Annexure-8.
8.00 PLC: The scope of work includes the folowing:

8.01 Cleaning of panels once in a week.

8.02 Checking healthiness of I/O cards, CPUs and communication cards, power
supply cards and SOE cards, if any, daily.
8.03 Power monitoring daily.

8.04 Change over record of redundancy of CPU (from main to standby etc).

8.05 Taking back up of application software of system weekly.

8.06 Replacement of Computer peripherals of MMIs and Engineering consoles as and


when required (all jobs like warranty extension and material requirement
under the scope of the contractor).
8.07 Network healthiness to be checked daily.

8.08 Healthiness of alarm paging with synchronized time stamps regularly.

8.09 Healthiness of SOE paging with synchronized time stamps regularly.

8.10 Updating of operator actions with synchronized time stamps regularly.

8.11 Observing and taking backup of necessary historical trends of all the
parameters as per assigned groups.
8.12 Loop checking during shutdown from MMI to the final element in the field.

8.13 Inter lock Protection activities online from MMI while taking equipment

Page 32 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

into service and doing changes from engineering console, if required.

8.14 Well versed to provide all the options of the system as and when required.

8.15 Coordination with operators for any assistance regarding analysis of any
break down.
8.16 Modification of logics online, if required.

8.17 Taking up of back up of database periodically as suggested by OEM


(hardwires like CD/DVD in the scope of contractor).
8.18 Software status of telegrams and settings of the parameters to be stored as
and when required.
8.19 Hardware status of all PLC equipment to be stored weekly.

8.20 Hardware status of all PLC equipment to be stored weekly.

8.21 Total maintenance of the electronic earthing shall be in the scope of the
contractor.
9.00 Supply of Chemicals: The list of chemicals is as mentioned at BOQ items 4
to 22. Chemicals list covers all the possible chemicals appropriate to the
system by their generic nature. Party is free to offer their choice of
chemicals combination which need not necessarily cover the entire list.
9.01 At present there is a provision for storage and dosing system for chemical
at AWWTP.
9.02 Party has to comply with the existing VSP's ISO procedures like EMS, QMS &
OHSMS for ensuring the green and safe handling, storage of all chemicals.
9.03 Formulations of chemicals shall be easily biodegradable. Party shall
extend specific confirmation in this regard in the offer. Party shall
provide certification/confirmation for biodegradability of the chemicals
offered before starting the treatment. And party's chemicals should not
fall under banned category as per APPCB & CPCB.
9.04 Formulations shall not show any signs of deterioration like separation of
solids at least for a period of 90 days after the date of receipt of
materials at site.
9.05 Party shall submit product profile/ description of each chemical including
the pH, Specific gravity, active ingredient and shelf life in their offer
and in the test certificate submitted at the time of delivery of chemicals.
9.06 Treatment shall be effective in the broad spectrum range of pH and
temperature.
9.07 Supplier should ensure that there should not be any corrosion in the
fittings at injection point because of low pH of chemicals. Otherwise it

Page 33 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

will be viewed adversely.

9.08 Treatment program should be capable of sustained operation under the


prevailing conditions as well as momentary disturbed conditions like
fluctuation in inlet quality of water.
9.09 During the first delivery, party has to supply 2 months quantity of all
chemicals. Always party has to maintain 1 months stock at site.
9.10 If any free chemical (extra chemical in addition to regular dosage) is used
by the party at any time during the entire period of treatment to achieve
guarantee limits, the same is to be maintained for the remaining period of
treatment also without any additional cost to VSP.
9.11 Contractor to supply, prepare and apply all cleaning chemicals required for
the RO system and UF units for normal operation as well as during fouled
conditions of the plant. The cleaning/ washing activity of the membrane as
and when required has to be done by Contractor. Any change of dosages/
type of chemical for quality improvement is in the Contractor's scope and
the same will be informed to Engineer in-charge.
9.12 Party shall supply chemical along with relevant Manufacturer Test
Certificate which include standard and composition with standard, actual &
acceptable limit. Chemical used for UF & RO shall have clearance
certificate of suitability of various parameter & the chemical as a whole
from the membrane manufacturer. Further the Contractor has to guarantee
that all the chemicals used by Contractor are compatible with the Composite
Poly Amide (LFC-3 and SWC) or Equivalent membrane and shall not harm the
membrane in any way. A certificate from the membrane manufacturer has to
be submitted.
9.13 Chemicals shall be supplied in HDPE carboys (returnable)/ tankers/sealed
containers whichever the case may be, properly sealed and also shall be
labeled properly with name, brand name, batch number, Gross weight, net
weight, tare weight and Expiry date. Each batch of chemicals should have
test certificate. The packing & forwarding charges if any are to be
included in the basic price.
9.14 Material shall be delivered to the WMD-site (AWWTP Plant) through VSP
stores. Transportation of chemicals from VSP store to dosing site will be
in the scope of contractor without any extra cost to VSP. No inspection is
required at stores as the material formulation is proprietary in nature.
Only day book entry will be made at stores and the same truck will be
directed to WMD site for unloading.
9.15 In case of intentional stock out situation, i.e. the required chemical is
not available for dosing, occurs a penalty equivalent to the cost of three

Page 34 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

times of chemical required would be imposed on the party. VSPs decision


is final in this regard.
9.16 Extra (Exigency) supply and extra consumption of chemicals to achieve
performance parameters beyond the specified dosages is permitted without
any commercial implications to VSP. In such cases, party shall give
details of extra consumption to WMD and properly account for the same at
site. While bringing in such chemicals, party shall ensure proper entry at
the plant security gates. The free supply chemicals can be directly
delivered to the site without routing through stores. No GARN will be
raised against this material.
9.17 The party shall maintain stock of the chemicals at site with clear and
simple operating instructions for tackling emergency situation.
10.00 Contractor's Responsibility:

10.01 Contractor should have valid elcetrical authorisation/ licence for L T(440
Volts) electrical panels.
10.02 To supply of PPEs like dust mask, hand gloves, earplugs etc. to their
workmen and adherence to safety practices during execution of the work.
10.03 To arrange necessary tools & tackles and welding transformer & gas cutting/
welding and accessories as per Annexure-B.
10.04 Any repair, modification, rewiring, replacements and required associated
works like testing etc. to restore back the equipment to normalcy after
breakdown.
10.05 Annual calibration & testing of multifunctional relays and energy meters.

10.06 All the testing & measuring equipments/ instruments used at site shall have
valid calibration certificate.
10.07 Condition monitoring for all important electrical drives and switchgear.

10.08 Fault finding & repair of LT cables.

10.09 Party has to maintain printer for report generation and all necessary
reports.
10.10 Minor program for report generation.

10.11 Contractor to maintain a list of all interlocks and controllers and


maintain a record of whether they are in line or bypassed.
10.12 Contractor to identify the root cause and liquidate problems of repetitive
nature.
10.13 Contractor to generate daily instrument report indicating details of job
done problems observed and corrective action taken, if any.

Page 35 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

10.14 If any support is required from instrument/ control system manufacturer,


Contractor shall arrange the same. The total responsibility of
instrumentation maintenance and operation is in the scope of Contractor.
10.15 Contractor to ensure availability and accuracy of all the instruments
throughout the contract period. Necessary preventive maintenance to achieve
the same is to be carried out by Contractor.
10.16 Contractor to ensure the rectification of any instrument related problem
immediately without hampering plant operation. Repair/ rectification jobs
of instrumentation to be carried out at site only, necessary tools/ tackles
and test equipments should be available with Contractor at site.
10.17 The persons available at site for maintenance of instrumentation should be
having detailed knowledge of the PLC System, all interlocks/ sequences and
maintenance of all instruments being used in AWWT Plant. He should be well
versed with all intricacies of Instrumentation pertaining to AWWT plant.
10.18 Contractor has to ensure that calibration of all analyzers are carried out
at intervals as per Manufacturer's recommendation/ as mutually agreed with
VSP. Supply and preparation of required chemicals/ reagents for normal
operation and calibration of the analyzers shall be in scope of Contractor.
Contractor has to take all necessary steps and preventive maintenance jobs
so that all the analyzers are always in line and displaying/ transmitting
correct reading with accuracy as per the Manuals of Analyzers'
Manufaturers.
10.19 Contractor to ensure no damage to plant equipment due to instrumentation
problem/ malfunction and electrical tripping and the problem to be attended
immediately.
10.20 Contractor to ensure supply of following instrumentation consumables such
as Cable Lugs, Cable Sleeves, Cello Tape, Cable Ties, Ferrules, Copper
Fittings, Brass Fittings, MS fittings, Insulation Tape, Teflon Tape,
Connecting Wires, Chemicals, Pen Marker, Red Oxide, Chlorinated Rubber
Paint for impulse line and all related consumable for instrumentation.
10.21 Contractor to ensure the supply of all consumables of PLC system and
printer.
10.22 Contractor to ensure replacement of all Instrumentation Equipment related
to maintenance.
10.23 All tripping should be analyzed immediately and corrective action to be
taken.
11.00 Reports and Records:

11.01 Submission of daily report :

Page 36 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

a) Water received from Appikonda Lift Pump House.


b) Pretreated water produced.
c) Chemical consumption for Pretreatment.
d) RO permeate produced.
e) Chemicals consumed & specific consumption of each chemical for UF & RO.
f) Daily Lab results for all the tests carried out as mentioned in Desired
Water Output Quality as per clause-45 of Terms & Conditions.
g) Daily breakdown report, if any breakdown has occurred.
11.02 Submission of monthly report :
a) Summary data sheet & charts of analysis of the AWWTP inlet streams water
quality parameters.
b) Summary data sheet & charts of SDI value of water ex Cartridge filter.
c) Summary data sheet & charts of pH, conductivity & Silica of RO & UF
Permeate - both stages (separately).
d) RO permeate and pretreated water production.
e) Chemicals consumed for pre treatment process.
f) Chemicals consumed for UF and RO.
g) Monthly maintenance fulfillment report, includes schedule maintenance,
breakdown maintenance, capital repair annual repair, etc.
11.03 Records: The agency shall maintain the records/ data book at their own
cost. The proper format is structured by the agency and approved by
Engineer in charge throughout the period of contract. Record keeping of
all the activities under Operation or Maintenance functions as per MAMS,
QMS, EMS, OHSAS and 5S system as followed or may be started new in
VSP to be adopted to fulfill different requirements. One hard copy of all
the following log sheets is required to be submitted to the Engineer in-
charge with soft copy to all concerned as desired by Engineer in-charge.
The formats for carrying Mechanical, Electrical, Instrumentation and
Operational activities are to be submitted by the party to Engineer in-
charge/ his representatives.
11.04 DAILY LOG SHEET: The agency shall maintain daily log sheet (job detail
sheet) for the work done, spares/ consumables used, any breakdown etc. and
get it signed by Engineer-in-charge or his representative at the end of the
shift/day.
11.05 EQUIPMENT DATA SHEETS: The agency shall maintain all relevant information
about each equipment and systems. Equipment data sheet shall contain
information like description of the equipment, process parameters,
reference of spares drawings, assembly drawings, maintenance manuals etc.
11.06 EQUIPMENT HISTORY LOG: The agency shall maintain Equipment History Log
Sheet of each and every equipment and system. This is a record of all

Page 37 of 81 Signature of the Tenderer


Techno-Commercial bid part
SCOPE OF WORK
(To be placed in Cover-1) TENDER NO : 73355

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant

spares, overhauls, modifications, replacement done on equipment and spares


used for these purposes.
11.07 BREAKDOWN REPORT: The agency shall log breakdown report for keeping a
record of breakdown, its analysis, recommendations for prevention and
corrections, implementation of the recommendations and submit to the
Engineer in-charge.
11.08 ATTENDANCE LOG SHEET: Shift wise attendance for the personnel engaged is to
be logged daily/ shift wise, maintained and got it signed by shift-in-
charge Pump House operation in shifts and by the Engineer in-charge or his
representative at the end of the G-shift/ day.
11.09 DEFECTS LOG: To record all the defects noticed during routine inspection
and get it signed by the VSP shift in-charge. The same should be submitted
in report form to the Engineer in-charge or his representative during G-
shift.
11.10 SPARES AND CONSUMABLES CONSUMPTION RECORD: To record the spares and
consumables drawn from stores and their consumption equipment wise and got
it signed by the Engineer in-charge.
11.11 CHEMICAL CONSUMPTION RECORD: Chemical consumed for pre treatment, UF & RO
for each chemical used.
11.12 Apart from above, any other records required to be maintained as per the
direction of Engineer in-charge.

Page 38 of 81 Signature of the Tenderer


Techno-Commercial bid part
TERMS AND CONDITIONS
(To be placed in Cover-1) TENDER NO : 73355

PROPOSAL NO : 655061300100
WORK DESC : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
1 This contract is for Operation, Maintenance & Housekeeping of AWWTP,
Appikonda Lift Pump House.
2 The agency has to necessarily depute one site in charge who will be over
all in-charge.
The agency to ensure that each job shall be carried out under the
proper supervision. If necessary, agency has to deploy more numbers of
supervisors.
3 All the operation of equipments shall be done in accordance with the
relevant Standard Operating Procedures duly approved by VSP.
4 For shift personnel, the shift timings as prescribed by VSP shall be
followed.
Presently, the working hours for 'A', 'B', 'C' and 'G' shifts are from
6:00AM to 2:30PM, 2:00PM to 10:30PM, 10:00PM to 6:30AM and 9:00AM to
5:30PM respectively.
5 Any major activity like repair/overhauling of an equipment is required
to be carried out in such a way that always stand-by equipment shall be
available for operation.
6 The contractor has to follow all safety procedures of VSP and ensure use
of necessary safety appliances by his workmen.
7 Housekeeping and cleaning of the area in the Pump House is an important
factor.
The agency has to clean the Pump House premises & maintain the pump pit
floor neat and clean on daily basis. After the maintenance, the agency
is required to clean the area, remove all the waste material from the
work place and dump it in respective waste bins located at designated
place.
8 All works should be carried out as per work permit procedure of VSP.
9 The routine preventive maintenance of equipments shall be done in
accordance with the relevant Standard Maintenance Practices. Major
repair/replacements schedule shall be developed and implemented in line
with the Manufacturer's recommendations.
All Inspection activities are also to be covered under this. The
schedules are to be submitted to the Engineer in-charge well in advance
and approval is to be obtained from him before start up. While deciding
on the scheduled maintenance plan and activities under that maintenance,
the Manufacturer's recommendations in general would be followed. Any
amendment shall be made with approval of VSP.
10 In the event of any breakdown, the agency shall ensure continuation of
work without any break till the equipment is brought in to operation.

Page 39 of 81 Signature of the Tenderer


Techno-Commercial bid part
TERMS AND CONDITIONS
(To be placed in Cover-1) TENDER NO : 73355

PROPOSAL NO : 655061300100
WORK DESC : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
If necessary, agency shall arrange and deploy more manpower to reduce
the breakdown period. Also, if the services of any expert are required,
the agency shall arrange the same in the most expeditious manner at his
own cost. The agency shall submit failure analysis report related to
the breakdown equipment and action plan for prevention to the Engineer
in-charge.
11 Equipments are located at different places within the plant. Agency is
required to make necessary arrangements of transportation of men and
material to the work spot. Deployment of manpower for handling of
spares/consumables to and fro between department stores and site shall
be in the scope of the agency.
12 The agency is required to carry out the maintenance of equipments as
mentioned under BOQ and scope of work. In case, agency is not
conversant with particular equipment for maintenance, it would be the
responsibility of the agency to pickup all relevant technical knowhow
for completion of job on time and ensure trouble free running of the
equipment.
13 Necessary facility for machining available at department workshop or
UERS/Engineering Shop may be provided. However, any other precision
tool required for maintenance shall be arranged by the agency. Masonry
jobs required during repairs of equipments like grouting, PCC, RCC work
shall be done by VSP.
14 The agency to ensure the operating parameters and vibration readings of
equipment after any maintenance shall be maintained as per the
Manufacturer's recommendations/values acceptable to the Engineer in-
charge.
15 During the course of the contract, the agency may suggest improvement
plans to make the equipments more reliable and efficient. VSP shall
examine such plans and if such plans are acceptable to VSP, VSP reserves
the right to implement the plan either by engaging the same agency or
any other agency. In case, the same agency is entrusted with the
modification work, they have to carry out the work without discontinuing
the ongoing contractual obligations in any manner.
16 The activities of mechanical maintenance shall be of regular and
continuous nature. More than one job shall be required to be carried
out simultaneously on daily basis. Agency has to ensure the
availability of a dedicated group of sufficient manpower at site daily
to carry out the required jobs on daily basis so that no required
parallel job shall suffer or delayed due to shortage of manpower.
17 All incidental items of work not shown or specified but reasonably

Page 40 of 81 Signature of the Tenderer


Techno-Commercial bid part
TERMS AND CONDITIONS
(To be placed in Cover-1) TENDER NO : 73355

PROPOSAL NO : 655061300100
WORK DESC : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
implied and found to be necessary for successful completion of the work
shall be deemed to be included in the scope of work at no extra cost.
18 For job planning and scheduling, the site in-charge/ Supervisor of the
agency shall meet Engineer in-charge daily in the morning. The site in-
charge shall be responsible for deployment of his persons on various
jobs, their safety and punctuality. Any disputes arising related to the
contract workers shall be resolved by the site in-charge. Similarly,
daily reports as asked by the Engineer in-charge shall have to be
submitted by site in-charge daily in the evening without fail.
19 Once in a month a review meeting will be taken up along with Engineer
in-charge and other higher officials for the activities, feedback &
performance done by the agency in the previous month. Concerned
contractor along with site in-charge should compulsorily attend the
meeting without fail.
20 The agency shall have to make their own arrangements for making site
office and site store, for which necessary room shall be provided
21 All the safety appliances and Personal Protective Equipments shall be
provided by the bidder to his workmen at their own cost. The deployed
workers shall use the safety equipments as per the requirement without
fail. Any additional safety rule & condition made by VSP from time to
time shall be complied.
22 It shall be the responsibility of the bidder to comply with all the
safety rules, standards, and statutory provisions as per various rules &
of Government of AP & Government of India. Ignorance to these rules and
statutes shall not be a valid excuse.
23 The agency has to comply with the provisions of QMS, EMS, OHSAS and 5S
being followed in VSP.
24 Contractor's site in-charge and supervisors must be provided with mobile
phones and they must respond to the call of Engineer in-charge or his
representative any time. Though the maintenance work shall be normally
done during G-shift timing but in case of a breakdown, required manpower
must be mobilized at site by the agency within an hour of the call by
the Engineer in-charge.
25 For maintaining good housekeeping, scope of the agency shall cover but
not be limited to the following:
5S to be practiced in the maintenance area, store room, staff room and
all the related units;
Immediate removal/cleaning of mucks, used cotton wastes, spills over.
Scraps etc has to be disposed off to respective bins/ disposal yard just

Page 41 of 81 Signature of the Tenderer


Techno-Commercial bid part
TERMS AND CONDITIONS
(To be placed in Cover-1) TENDER NO : 73355

PROPOSAL NO : 655061300100
WORK DESC : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
before the end of days work;
Collection of all used oil in a container, label it and sending to
reclamation cell.
Any leakage from pipes/gland, the same has to be arrested immediately.
26 The log-sheet of operation and maintenance carried out on
daily/periodically shall be maintained on continuous basis and record
shall be updated and maintained in Maintenance Management System and
other standard operating system maintained at VSP like QMS, EMS, OHSAS,
5S etc.
27 Agency shall fabricate necessary jigs and fixtures for assembling or
dismantling of parts at site. Hammering on parts for removal/fitting
which spoils the part is not allowed.
28 The agency shall comply with all statutory requirements in vogue as per
the GCC of VSP and/or by State Government, Central Government and other
statutory authorities.
29 The agency shall ensure usage of ISI marked regulators, hoses, nozzles,
cutting torches, welding holders and cables for the cutting and welding
works. This must be adhered to strictly.
30 Sales tax clause: The scope of material supply and consumables supply
in the present proposal are as follows:
a) Materials to be supplied by the agency: Gaskets (except rubber),
gland packing (except graphitised cotton), O-rings, drive belts, oil
cups, Victaulic coupling, Victaulic coupling bush, UF inter-connectors,
End cap of UF and RO and it s locking segment, shims for RO, Brine seals
for RO membranes, PSF side view glass, PSF strainers, cartidges for
micron cartidge filter, cleaning agent, cotton waste, adhesives,
fasteners
b) Consumables to be supplied by the agency: Chemicals as mentioned in
BOQ items 4 to 22
c) Materials to be supplied by VSP: All spares, Required valves, all
sizes of pipes, structural steel, Instrumentation spares for PLCs
d) Consumables to be supplied by VSP: LPG & Oxygen cylinders, different
types and sizes of electrodes, cable & cable joining kits, oil & grease.
The deduction of sales tax shall be done as per rules prevailing from
time to time.
31 Transport for shifting of men and material to work site is in agency's
scope.
32 Following materials are to be arranged by the contractor:
i. DA and oxygen regulators with torch and hoses in proper working
conditions complying with all prevailing norms.

Page 42 of 81 Signature of the Tenderer


Techno-Commercial bid part
TERMS AND CONDITIONS
(To be placed in Cover-1) TENDER NO : 73355

PROPOSAL NO : 655061300100
WORK DESC : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
ii. Welding machines to carry out the job with required welding cable
and other welding accessories.
iii. All required tools and tackles for maintenance and cleaning &
housekeeping.
iv. Sufficient no. of hand and flexible grinding machines, grinding
wheels and hand drilling machines for various jobs.
v. wire rope, slings, max pull, cutting torch, hoses and special tools
like hydraulic jack, dial indicator, alignment clamps, venire caliper,
alignment clamps, torque wrench, welding machines, chain pulley block,
lifting tackles, welding cable, holder, screen, scrapping and cleaning
hand tools, gas regulators, jigs and fixtures for removal & fitting of
parts like coupling, impeller has to be arranged by the agency without
any extra cost.
vi. All Personal Protective Equipments (PPE) to the workmen.
vii. Office furniture, almirah, desktop, printer, office stationery for
submitting reports, mobile phone to site in-charge, supervisors.
viii. Electrical & Instrumentation tools as listed in Annexure-5.
33 Contractor to specify name, designation & contact information of senior
technical representative for coordination of all the activities in this
regards.
34 Contractor to set up a laboratory at site to carry out the various
specified water parameter analysis and other parameters as per the
requirement to meet the guarantee with respect to quality and quantity.
35 Contractor will provide advance training and monitoring-service
knowledge and tools to the operating staff on continuous basis.
36 Contractor will monitor the RO operating conditions and effect of
cleaning and flushing as and when required on timely basis without
affecting the output requirement of the plant.
37 Engineer In-charge or his authorized representative will give clearance
for maintenance/ shutdown.
38 All the operation and maintenance activities shall be carried out as per
the O&M Manual/ approved SOP/SMP. Any deviations in practice from the
O&M Manual shall be implemented after due clearance from the Engineer
in-charge.
39 Performance test will be carried out in the first week of last month of
the contract and defects/problems are to be attended so that the
performance of the plant will be restored before handing over the plant.
40 Insurance of all equipment are in VSP scope.
41 If the contractor becomes defaulter in execution of the work, the

Page 43 of 81 Signature of the Tenderer


Techno-Commercial bid part
TERMS AND CONDITIONS
(To be placed in Cover-1) TENDER NO : 73355

PROPOSAL NO : 655061300100
WORK DESC : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
balance work shall be executed at his risk and cost by other firm as per
the procedures in vogue. To this end, party shall provide bank
guarantee for an amount equivalent to 10% of total value which includes
both (part A and part B). Bank Guarantee will be released along with
the final payment which requires CLC Clearance etc and same will be
released within 30 days.
42 The folowing arrangements are under VSP's scope:
a) Provision of unfurnished office space cum laboratory space and store;
b) Access to the areas of the plant as per the required function;
c) Power at the MCC, water will be provided for the operation of the
plant;
d) Necessary work permits for the staff and visiting experts;
e) Soft copy of required drawing/documents;
f) Special tools as provided by the turnkey supplier/ equipment
manufacturer;
43 Manpower deployment will be as per Annexure-10 enclosed herewith. If
Contractor fails to deploy manpower as stipulated then penalty as per
clause-1 of Additional Special Conditions shall be levied for absence of
Technician/ Operator/ Chemist and Engineer.
44 Period of Contract & handing over the plant:
The period of contact shall be for 1 (one) year from the date of
commencement of work and can be extended for a further period of 1 (one)
year at the same terms and conditions, if desired by VSP . The rates
quoted by Contractor shall be valid for entire duration of contract
including extension period of one year, contractor should include this
aspect . However, extension of the treatment programme is not a matter
of Contractor's right & is totally on discretion of VSP. After contract
period, plant should be handed over to VSP with 100% availability of all
mechanical, electrical, instrumentation equipment. Certificate from
independent agency for the condition of the UF & RO membrane should be
submitted at the time of handing over the plant after contract period.
45 Desired Water Quality shall be like this.
PressureSandFilters-Filtered Water quality: TotalSuspendedSolid < 2ppm

UF Permeate:
Colloidal Silica Rejection,% : 99.8 (min) at UF outlet, %
UF recovery,% : 90 (min)
Silt Density Index (SDI) : <3
RO Permeate:
TDS, ppm : <50

Page 44 of 81 Signature of the Tenderer


Techno-Commercial bid part
TERMS AND CONDITIONS
(To be placed in Cover-1) TENDER NO : 73355

PROPOSAL NO : 655061300100
WORK DESC : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
RO recovery : 80% (min)
pH (correction) pH : 8 to 8.5 (after pH correction).
VSP in its own laboratory conducts different quality checks for
effluents streams and RO permeate. VSP may get any Chemical or desired
water parameter analyzed from within the VSP laboratory or by outside
laboratory, if required, and results will be binding to bidder.

46 Guarantee:
For the purpose of accounting and guarantee, the quantity out put from
pretreatment plant at the outlet of PSF & RO permeate shall be
considered. Contractor has to offer a treatment program, which
guarantees the following:
PSF outlet should be generated at the rate of 632 cum/hr, if VSP
provides 642 cum/hr of inlet water to PSF. Hence maximum generation in
this case will be 455040 cum per month (30 days) for 100% of capacity
utilization. If VSP is not able to give the required input quantity
total monthly production will be reduced accordingly. In case of any
power cut or shutdown the short fall of production for total duration
will be reduced from monthly production quantity. Total monthly
production quantity will be calculated after deducting the above short
fall.
For example: If VSP gives PSF feed quantity at the rate of 642 cum/hr
then after PSF flow will be 632 cum/hr. If PSF feed is 500cum/hr then
generation from PSF will be 492 cum/hr (1.5% of total water flow loss is
expected at PSF as per design). If same flow continue for 10 hours then
short fall of PSF generation will be (632-492)*10=1400cum. If it
happens 3 times in a month then short fall of PSF generation will be
3*1400=4200 cum.
IF power failure duration is 4 hour then short fall of PSF generation
will be 632*4=2528 cum. If it happens 3 times in a month then short
fall of PSF generation will be 3*2528=7584 cum.
If shut down of total plant for normal maintenance is 12 hours then
short fall of PSF generation will be 632*12=7584cum.
Hence in this case maximum possible of PSF generation will be
455040-4200-2528-7584=440728cum.
% of generation = Actual generation per month / Total possible
generation per month
Note: Measurement of input and output flows are recorded jointly for the
respective totalizers at the end of each shift. Total is taken on
monthly basis for payment and for application of penalty clause.
47 Gurantee:

Page 45 of 81 Signature of the Tenderer


Techno-Commercial bid part
TERMS AND CONDITIONS
(To be placed in Cover-1) TENDER NO : 73355

PROPOSAL NO : 655061300100
WORK DESC : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
RO permeate generated from RO skids should be at the rate of 80% or more
recovery rate (if inlet to RO skids after micron cartage filter is 282
cum per hour then permeate should be 225 cum/hr). Hence maximum
generation in this case will be 162000 cum per month (30 days) for 100%
of capacity utilization. If VSP is not able to give the required input
quantity total monthly production will be reduced accordingly. In case
of any power cut or shutdown the short fall of production for total
duration will be reduced from monthly production quantity. Total
monthly production quantity will be calculated after deducting the above
short fall.
For example : If VSP give UF feed quantity at the rate of 348 cum/hr
then after micron cartage filter flow will be 282 cum/hr. If after
micron cartage filter flow is 200 cum/hr on account of less input to UF
feed then expected RO out put will be 160 cum/hr. If same flow continue
for 10 hours then short fall of RO permeate will be (225-160)*10=650
cum. If it happen 3 times in a month then short fall of RO permeate will
be 3*650=1950 cum.
IF power failure duration is 4 hour then short fall of RO permeate will
be 225*4=900 cum. If it happen 3 times in a month then short fall of RO
permeate will be 3*900=2700 cum.
If shut down of total plant for normal maintenance is 12 hours then
short fall of RO permeate will be 225*12=2700cum.
Hence in this case maximum possible of RO output will be
162000-1950-2700-2700=154650cum.
% of generation = Actual generation per month / Total possible
generation per month
Note: Measurement of input and output flows are recorded jointly for the
respective totalizers at the end of each shift. Total is taken on
monthly basis for payment and for application of penalty clause.
48 Laboratory Activity: Water quality parameters are to be analyzed as per
the following frequency. All necessary equipment for laboratory testing
including testing chemical & consumables are in party scope. All on
line analyzer parameters are to be cross checked by laboratory testing
as mutually agreed taking into account Manufacturer's recommendation.
Procedure for testing shall be finalized along with VSP beforehand.
Parameter Frequency
Inlet Water:
i) TSS, pH*, TDS, Conductivity*, Oil ----Once in two hours
ii) Silica*, Sulphate, Iron, ----Once in a day
Alkalinity, Hardness
iii) Chloride, Phosphate ----Once in a day

Page 46 of 81 Signature of the Tenderer


Techno-Commercial bid part
TERMS AND CONDITIONS
(To be placed in Cover-1) TENDER NO : 73355

PROPOSAL NO : 655061300100
WORK DESC : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
Clarifier Outlet:
i) TSS, pH*, TDS, Conductivity*, Oil ----Once in two hours
ii) Silica*, Sulphate, Iron, ----Once in a day
Alkalinity, Hardness
iii) Chloride, Phosphate ----Once in a day
PSF Outlet:
i) TSS ----Once in an hour
UF Outlet
i) TSS, pH*, TDS, Conductivity*, Oil ----Once in two hours
ii) Silica*, Sulphate, Iron, ----Once in a day
Alkalinity, Hardness
iii) Chloride, Phosphate ----Once in a day
iv) SDI* ----Once in 4 hour
RO Outlet:
i) TSS, pH*, Conductivity*, Oil ----Once in two hours
ii) Silica*, Sulphate, Iron, ----Once in a day
Alkalinity, Hardness
iii) Chloride, Phosphate ----Once in a day
iv) TDS ----Once in an hour
* Online analyzers are available. Hence reading will be noted on
continuous basis. But if analyzer fails parameters will be tested as
per above schedule. Once in a day analyzer reading will be cross
checked with manual readings.BOD & COD will be analysed as per
requrement.
49 PERFORMANCE: Performance Certificate (PC) indicating the recommended
quantity will be issued on monthly basis which is based on the
performance evaluation and penalty, as applicable. Recommended quantity
only will be considered for payment of supply as well as application.
Contractor's site-supervisor has to apply for Performance Certificate in
the format prescribed by WMD planning cell. Contractor has to apply for
PC in hard copy through HOD-WMD.
50 Payment terms: Performance Certificate (PC) as mentioned at clause-49
above shall be issued on receipt of all relevant documents like PC
application, Daily reports by party, GARNS from the stores and actual
chemical consumed. Actual consumption of Chemicals is as per joint
certification by VSP representative and the Agency on daily basis.
Payment will be released within 30 days from the date of release of
Performance Certificate by WMD. 100% payment will be done on recommended
quantity (recommended quantity will be arrived after deduction of
applicable penalty from actual consumption) for supply and performance
purpose.

Page 47 of 81 Signature of the Tenderer


Techno-Commercial bid part
TERMS AND CONDITIONS
(To be placed in Cover-1) TENDER NO : 73355

PROPOSAL NO : 655061300100
WORK DESC : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
51 i) Material Safety Data Sheet (MSDS) and Biodegradability certificate
for all the chemicals offered shall be provided before starting the
treatment and MSDS to be displayed at site prominently.
ii) Chemicals containers shall be stacked neatly in the designated area
at site, with separate stacking of empty and full containers.
iii) Safety instructions for handling the chemicals/Fire hazards etc.
shall be displayed clearly in the chemical handling area.
iv) Party shall train their personnel in environmental aspects & safe
handling of the chemicals at the start of the treatment and provide
required Personal Protection Equipments (PPE) to their personnel/
workers.
v) In case of inflammable/explosive chemicals, fire extinguishers to be
used and not to be used shall be clearly mentioned in the displayed
instructions.
vi) While taking back empty carboys, party must ensure that carboy's
lids, cups, seals etc. are fully cleared and taken back.
vii) Precautions shall be taken to avoid spillage of chemicals.
viii) Party shall ensure to maintain EMERGENCY PREPAREDNESS & WASTE
DISPOSAL PROCEDURES for the chemicals like Sulphuric Acid etc. as per
the existing EMS procedures of VSP in consultation with concerned In-
charge of the zone.

Page 48 of 81 Signature of the Tenderer


ADDITIONAL SPECIAL CONDITIONS
Techno-Commercial bid part
(To be placed in Cover-1)
TENDER NO : 73355

Proposal No 655061300100
Work Desc Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
1 The agency shall ensure the availability of manpower for deploying them
in round the clock operation as stipulated in Annexure-9.
Penalty in case of absence of man power of Operator (or) Technician (or)
Electrical/Instrumentation Technician (or) Chemist: Rs.600/- per manday.
Penalty in case of absence of man power of Manager (or) Engineer:
Rs.1500/- per manday.
2 Preventive Maintenance as per the checklist and the periodicity schedule
as given in Annexure-3 shall be carried out. The monthly preventive
maintenance plan generated through MMS will be provided at the start of
every month.
The preventive maintenance as mentioned above, condition based
maintenance, break-down maintenance and testing etc should be carried
out as per checklists and instructions of VSP. Non compliance of the
above mentioned planned preventive maintenance will be penalized at the
rate of Rs.1000/- per job not completed in the month. Automatically the
pending jobs will be included in the next month schedule which has to be
completed without fail.
3 Attending any operational disturbance:- The agency is required to ensure
that any operational disturbance in Treatment Plant is normalised by
rectification of defects or switching over to stand-by system without
affecting the operation of upstream and downstream units. In case the
operational distrubance is not normalized and affects the healthiness of
any unit, penalty at Rs.1000 per instance shall be imposed.
4 The agency is required to maintain 90% minimum average monthly
availability of the pumps in a group/circuit. Non compliance will be
penalized at Rs.1000/- per month per group/circuit. Each type of
equipment as mentioned in Annexure-2 shall be considered one group. For
calculation purpose, downtime due to mechanical reason on hourly basis
will be considered. Downtime for normal schedule maintenance and
downtime due to non availability of spares of electrical &
instrumentation will be excluded for the calculation purpose.
Example: No. of API Treated Water Pumps: 3
Monthly availability on hourly basis: 2160 hours (pump-hours)
Equipment downtime (not available for operation): 300 hours
Equipment monthly average availability: 86.1%
Hence penalty for this case for this group of pump will be Rs.1000/-.
5 Target for the no. of accidents shall be Zero. In case of any
reportable accident as per factory act, party has to comply with VSP
norms.
6 Review of relay settings for two incomers and one bus coupler to avoid
nuisance tripping:
Relay setting for two incomer and one bus coupler has to be done on

Page 49 of 81 Signature of the Tenderer


ADDITIONAL SPECIAL CONDITIONS
Techno-Commercial bid part
(To be placed in Cover-1)
TENDER NO : 73355

Proposal No 655061300100
Work Desc Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
yearly basis and all the set value has to be recorded. Non compliance
will be penalized at the rate of Rs.5000/-.
7 Calibration of Instrumentation Equipments as per Annexure-7 has to be
done. Whenever there is a dispute in the calibration value, calibration
has to be done by third party and all the expenditure incurred in the
calibration and transportation has to be paid by the Contractor. Non
compliance will be penalized at the rate of Rs.5000/-.
8 Preventive Maintenance of Electrical Equipment as per the checklist and
periodicity schedule as given in Annexure-7:
At the start of every month the agency will be provided Monthly
Maintenance Plan for the month generated through MAMS/ as per schedule/
condition based as discussed above, completion of the same shall be
reviewed at the end of every month. The work of Preventive Maintenance,
Condition Based Monitoring, Breakdown Maintenance and Testing etc should
be carried out as per checklists and instructions of VSP. Non
compliance of the above mentioned Planned Maintenance will attract
penalty at the rate of Rs.1000/- per job not completed in the month.
Automatically the pending jobs will be included in the next month
schedule which has to be completed without fail.
9 Attending 'Power failure " complaint: The agency should reach the site
of complaint within 15 minutes after receipt of complaint/intimation.
Penalty for non compliance shall be Rs.1000/- per instance.
10 PSF generation should be as described in clause-46 of Terms & Conditions
per month (30 days100% capacity utilization). Penalty will be levied
when the total generation is less than 100% of the maximum possible
monthly production (30 days) as per clause-46 of Terms & Conditions
which is as follows:
Generation level Penalty will be levied
< 100% and >= 90% 5% of part A of total monthly bill
< 90% and >= 75% 10% of part A of total monthly bill
< 75% and >= 50% 25% of part A of total monthly bill
< 50% 50% of part A of total monthly bill.
However this penalty is not applicable if VSP instructs contractor to
stop production for any unforeseen situation.
11 RO permeate generated from RO should be as described in clause-47 of
Terms & Conditions per month (30 days100% capacity utilization and from
pretreatment whatever extra will be available after fulfilling the RO
requirement to be pumped to cooling tower basin. Penalty will be levied
when the total generation is less than 100% of the maximum possible
monthly production (30 days) as per clause-47 of Terms & Conditions
which is as follows:
Generation level Penalty will be levied

Page 50 of 81 Signature of the Tenderer


ADDITIONAL SPECIAL CONDITIONS
Techno-Commercial bid part
(To be placed in Cover-1)
TENDER NO : 73355

Proposal No 655061300100
Work Desc Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
< 100% and >= 90% 5% of part A of total monthly bill
< 90% and >= 75% 10% of part A of total monthly bill
< 75% and >= 50% 25% of part A of total monthly bill
< 50% 50% of part A of total monthly bill.
However this penalty is not applicable if VSP instructs contractor to
stop production for any unforeseen situation.
12 Penalty for non compliances of maintenance activity BOQ items no - 2 & 3
Availability Penalty
>= 95% and < 100% No penalty
>= 90% and < 95% Rs.1000/- per group
>= 75% and < 90% Rs.2000/- per group
>= 50% and < 75% Rs.3000/- per group
< 50% Rs.5000/- per group
For reasons attributable to VSP, i.e. any major deviation in operating
parameters, system disturbances due to operational constraints etc, if
the system performance is not within the limits specified, in such
cases, treatment will be evaluated after giving due consideration to the
constraints. VSP decision is final in this regard.
Incase of penalty for both PSF & RO production quantity higer slab of
penalty will be applicable, it will not be added.
13 Payment Terms: Contractor will be paid as per following:
1. As per BOQ item no : 1 ,2 & 3.
2. Recovery of penalty levied on Clause No.12, if any, shall be made
from the monthly bills.

14 GUARANTEE:
PressureSandFilters FilteredWaterQuality TotalSuspendedSolid <2ppm
UF Permeate SiltDensityIndex (SDI) : < 3
RO Permeate TDS. : < 50 ppm
PENALITY: In case the treatment program offered by the Contractor is not
able to fulfill any of the guarantees as mentioned above then the
recovery from Contractor's monthly bill shall be made as follows:
If the pretreated water does not meet the desired water quality as per
clause as per clause-45 of Terms & Conditions, then penalty will be
imposed as follows. Minimum duration of penalty will be one hour of
chemical consumption. Penalty will be imposed on total duration of
deviation.
15 PSF outlet Water Parameter:
TSS Deduction of chemical cost used for pretreatment
up to 2 ppm. No penalty
>2 and =<3 ppm 25%
>3 and =<3.5 ppm 50%

Page 51 of 81 Signature of the Tenderer


ADDITIONAL SPECIAL CONDITIONS
Techno-Commercial bid part
(To be placed in Cover-1)
TENDER NO : 73355

Proposal No 655061300100
Work Desc Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
>3.5 and =<4 ppm 75%
>4 ppm 100%. And the same water will not be permitted for UF
feed.
16 UF outlet WATER Parameter:
SDI(Sludge Density Index) Deduction of chemical cost used
up to UF permeate
up to 3 No penalty.
>3 and =<4 10%
>4 and =<5 20%
>5 100%. And UF permeate will be sent to drain.
In case of penalty for both SDI & TSS, higher slab of penalty will be
imposed.
17 RO WATER Parameter
TDS Deduction of cost of all chemicals used for RO
up to 50 ppm No penalty.
>50 & =<55 ppm 10%
>55 & =<75 ppm 20%
>75 ppm 50%. And will be sent to CT basin.

Page 52 of 81 Signature of the Tenderer


Techno-Commercial bid part
PREAMBLE TO BOQ
(To be placed in Cover-1)
TENDER NO : 73355

Proposal No 655061300100
Work Desc Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
1 It is recommended that, Contractor's representative shall visit VSP and
review the system condition in detail. The Contractor should visit the
AWWTP/RO plant, inspect various equipments in RO Plant and be fully
acquainted with the system prior to submission of the bid. If required,
the bidder shall take samples of water from various effluent streams,
prior to the bidding and make required checks on the adequacy of their
treatment program.
2 Party shall visit the site, study the system in detail and understand
the system in totality before offering the treatment program. The party
may collect samples of water for their study at their R&D centre, if
required, and submit the report.
3 PART-A is covered under BOQ items - 1, 2 & 3 - The operation,
maintenance and housekeeping of AWWTP and the Appikonda Lift Pump House
(for 24hrs 365days) including manpower, tools & tackles and
application of chemicals:
The contractor should ensure to produce the desired output (quantity &
quality) as specified by VSP. Application of all necessary chemicals
including storage, handling and dosing for pre treatment, UF and RO is
in the contractor's scope. Any activity not covered below but is
required to be performed to complete the BOQ item - 1, 2 & 3 is under
party's scope. The unit description 'Month' in BOQ items - 1, 2 & 3
refers to the calender month.
4 PART-B is covered under BOQ items - 4 to 22 - Party's scope of work,
supply and services are as described below:
1. Design of suitable waste water treatment to meet the system
requirement and technical specifications.
2. Supply of chemicals for pre-treatment UF & RO, normal operation and
their dosing.
3. Establishing Party's lab facility for water analysis as per Part A of
contract.
4. Fulfilling the Statutory requirements.
5 Scope of Treatment Package:
Treatment package consists of Design, Supply & monitor Performance of
chemicals to achieve desired objective. Party shall submit the
technical and price bids separately.
6 VSP reserves the right to cancel the full or the part order at any point
of time in case it is found that the formulation offered by them is not
meeting the specification and not giving the required guaranteed
performance as specified in the tender.
Bidder shall furnish details of the treatment program including the
following:-
A. Description of program

Page 53 of 81 Signature of the Tenderer


Techno-Commercial bid part
PREAMBLE TO BOQ
(To be placed in Cover-1)
TENDER NO : 73355

Work Desc Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
B. Chemicals used giving name, code name and function i.e. passivating
agent, anti-scalent, dispersant and any other specific chemicals along
with active ingredient, concentration and percentage.
C. Dosing rates in ppm. Daily, monthly and as well as yearly consumption
of chemicals

Prices quoted by the party should be exclusive of packing charge as the


carboys are returnable.
Offers without the relevant details and confirmations as asked for in
the tender may call for rejection.
Party shall confirm and implement MSDS for better Environment management
and for safe handling of the chemicals.

Page 54 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1)

ANEXURE 1
Design input parameter for AWWTP.
Type & Quantity Of API Oil SSF B/W PT-DM CT BD WWTP Sludge
Waste Water Seperator Waste Sludge & & B/W Waste
Parameter O/L water B/W Waste water
water
Flow (m3/hr) 500.00 117.81 10.55 3.65 17.24
Total TDS (ppm) 600 1500 385 1500 769.37
Calcium as CaCO3 110 268 67 268 139.65
Magnesium as CaCO3 26.25 124 31 124 45.11
Carbonate asCaCo3 NIL NIL NIL NIL NIL
Bicarbonate as CaCO3 86 0 70.26 0 85.67
Chloride as CaCO3 197.18 90 50.74 90 174.14
Sodium as CaCO3 216.30 300 96 300 230.38
Potassium as CaCO3 46.04 0 0 0 46.04
Nitrate as CaCO3 # 6.45 0 0.3 0 6.32
Fluoride as CaCO3 11.82 0 1.84 0 11.61
Phosphate as CaCO3 0.015 0 0 0 0.02
Total Kjeldhal Nitrogen 22.12 0 0 0 22.12
as CaCO3
Sulphate as CaCO3 79.17 176 44 176 97.19
Iron as CaCO3 2.16 2.88 1 2.88 2.28
Reactive silica as SiO2 14.5 105 26.5 105 32.09

Inlet Stream Water Analysis Report


Parameters AWWTP Lift Pump Metallurgical Waste Ash Pond Water
House Water, (mini pond)
pH Value 7.5 - 8.5 8.0 - 8.6 7.5 - 8.4
Conductivity 1400 - 1900 900 - 1300 700 - 900
TDS 800 - 1100 520 - 750 400 - 550
Turbidity NA NA 40--80
P Alkalinity 0 - 20 0 - 12 0 - 10
Total Alkalinity 70 - 180 100 -150 80 -120
Total Hardness 250 - 350 250 - 350 230 - 280
Ca Hardness 150 - 200 150 - 180 140 - 200
Mg Hardness 100 - 150 100 - 170 60 - 80
Chlorides 150 - 300 130 - 170 70 - 100
TSS 60 - 150 20 - 50 20 - 60

Page 55 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1) Annexure2
Details of Mechanical Equipment and Chemical Dosing Arrangement in AWWTP

1. API Oil Separator (API-01)/ (API- SC-01)


Make - MATA INDIA Private Ltd.,
Model / Type - Rectangular RCC Tank, below ground in which
Scrapper cum Skimmer is installed
Size - 29(L) x 4.5 (W) x2.025 (D) M
Capacity - 500 cum/hr
Qty - 1 No

2. Disc Oil Skimmer (SK- M-01)


Make - Potential Engineering
Model /Type - Pneumatically operated, floating type
Capacity - 500 cum/hr
Qty - 1 no

3. API Treated Water Sump


Type - Horizontal, Vertical sump below ground
Size: 7.2m (w) x4.5m (l) x2.5m (LD)
Quantity - 1 no

4. API Treated water pumps (P11-M- A/B/ C)


Type - Vertical, centrifugal
Make/Model no - SU Motors Pvt. Ltd / CPV1 200x 150-315
Capacity / Del. Head - 266 cu. M/hr at 10 MWC
Quantity - Three, (2w+ 1s)

5. API Sludge Transfer Pumps (P12-M- A/B/ C/D)


Type - Vertical, centrifugal
Make/ Model no - SAM TURBO / VO 40/230+TCH+N
Capacity/ Del. Head - 10 Cu. M/ hr @ 14 MWC
Quantity - Four (2 w +2 s)

6. De-oiling Poly Electrolyte Dosing Tanks (DT 03 A/B)


Type - Cylindrical, Vertical
Size - 1.6diax 2.1ld x 0.3 fb M
Quantity - 2 (1w+1s)

7. De-oiling Poly Electrolyte Dosing Tank Agitators (AG03 MA/B)


Type - Propeller, slow speed
Size - To suit tank DT 03 A/B
Quantity - Two (1w +1s)

8. De-oiling Poly Electrolyte Dosing Pumps (DP3- M- A/B)


Type - Diaphragm operated, Positive Displacement type
Make/ Model no - Milton Roy / B-145-2
Capacity/ Del. Head - 400 LPH/ at 2 Kg/ Sq. Cm g
Quantity - Two (1w+1s)

9. Flash Mixer (TKFM -01)


Type - Vertical, square shaped RCC tank
Size - 1.4 Squares x 1.4 LD + 0.3 fb M
Quantity - One no

10. Flash Mixer Agitator (AG-01)


Type - Top mounted, slow speed propeller type
Make/ Model no - Ceecon India / Grid-110
Quantity - One No

Page 56 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1) Annexure2
Details of Mechanical Equipment and Chemical Dosing Arrangement in AWWTP

11. Thickener (TK-01/ TKM-01)


Type - Central driven thickener mechanism with top feed, full Bridge, 4 nos rake arms, sludge
scrapper, feed well Cum baffle, peripheral launder, motorized lifting Device etc
Capacity - 172 Cu. m/hr
Make - WABAG
Tank - RCC, circular tank, with conical bottom, the thickener is located above ground.
Size of tank - 14.5 M diax4.5 M swd +0.3 M fb
Quantity - One no

12. Thickener Sludge Pumps (P07-M- A/B/C)


Type - Horizontal, Centrifugal
Make/ Model no - SAM TURBO / TCH+N 50/260
Capacity/ Delivery head - 25 Cu. M/hr at 25 MWC
Quantity - Three (1w+2s)

13. Dewatering Poly Dosing Tanks (DT 05-A/B)


Type - Vertical/ circular
Size - 3.5 Diax3.45 ld x 3 Fb M
Quantity - Two (1w+1s)

14. Dewatering Poly Electrolyte Dosing Tank Agitators (AG03-M-A/B)


Type - Propeller, slow speed
Make - Ceecon India / Grid-110
Size - To tank size
Quantity - Two (1w+1s)

15. Dewatering Poly Electrolyte Dosing Pumps (DP-05- M- A/B/C/D)


Type - Diaphragm t operated positive displacement type.
Capacity/ Del. Head - 1050LPH at @ Kg/Sq. Cm .g
Quantity - Four no (3w+1s), 2nos for centrifuge & 1No.for Thickener

16. Flash Mixer Tank (WCFM-01)


Type - Vertical, Square shaped RCC Tank
Size - 2,1 Sq x 2.7 LD M + 0.3 Fb
Qty - 1 N0

17. Flash Mixer Agitator (AG-01)


Type - Top mounted, propeller type slow speed
Model - Ceecon India / Grid-110
Size - To suit the above tank
Qty - 1 no

18. Clariflocculator (WCF-01)


Type - Peripheral driven rake mechanism with 2 nos
Of Paddle type Flocculator mounted in RCC Tank
Make - WABAG
Capacity - 650 Cu. M/hr
Size - 28.8 M dia x 3.5 M swd +0.5 m Fb
Quantity - one no

19. Clariflocculator Sludge Sump (WCFSS-01)


Type - Vertical, Square shaped RCC sump
Size - 4.9 M Sq x 2.5 M Swd +0.3 M Fb
Quantity - one no

20. Clariflocculator Sludge Transfer Pumps (P07- M- A/B/C)


Type - Vertical, centrifugal Pump
Make/ Model no - SAM TURBO/ VO 50/300+TCH+N
Capacity/ del. Head - 25 Cu. m/hr at25 MWC
Quantity - Three no (1w+2s)

Page 57 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1) Annexure2
Details of Mechanical Equipment and Chemical Dosing Arrangement in AWWTP

21. Clarified Water Storage Tank (DMCWT-01)


Type - Rectangular RCC Tank
Size - 25M (L) x21M (W) x2.5 m LD+0.3 M Fb
Quantity - One no( Built by others)

22. Clarified Water Transfer Pumps (P05-M- A/B/C/D/E)


Type - Horizontal, Centrifugal
Make/ Model - KBL/ UP-125/30 A
Capacity/ del. Head - 250 Cu. M/Hr at 20 MWC
Quantity - Five no (3w+2s)

23. High Pressure Water Pumps (P06- M- A/B)


Type - Horizontal/ Centrifugal
Make/ Model - KBL/ CPHM 65/43
Capacity/ del. Head - 50 Cu. m/hr at 50 MWC
Quantity - Two (1w+1s)

24. Ferric Chloride Dosing Tanks (DT 04- A/B)


Type - Vertical, circular
Size - 1.6 M dia x2.1M swd + 0.3 M Fb
Quantity - Two no (1w+1s)

25. Ferric Chloride Dosing Tank Agitators (AG-04-M- A/B)


Type - Top mounted, propeller slow speed
Size - To suit the tank size
Make - Ceecon / LN-100
Quantity - Two (1w+1s)

26. Ferric Chloride Dosing Pumps (DP-04-M- A/B)


Type - Diaphragm operated, Positive displacement type
Make/ Model no - Milton Roy India / B145-2
Capacity/ del. Head - 370 lph at 2 kg/ sq. cm g
Quantity - Two (1w+1s)

27. Poly Electrolyte Dosing Tank (DT06- A/B)


Type - Vertical, cylindrical
Size - 2.3 M dia x 2.1 M ld + 0.3 M Fb
Quantity - Two no (1w+1s)

28.Poly Electrolyte Dosing Tank Agitators (AG-06-M-A/B)


Type - Top mounted, propeller slow speed
Size - To suit the tank
Make - Ceecon / LN-100
Quantity - Two no (1w+1s)

29. Poly Electrolyte Dosing Pumps (DP-6-M-A/B)


Type - Diaphragm operated, positive displacement
Make/ Model - Milton Roy India / PHL-63-A
Capacity/ Del. Head - 820 lph at 2 Kg/sq.cm g
Quantity - Two no (1w+1s)

30. Thickener Sludge Tank (SHT-01)


Type - Rectangular, vertical RCC tank on ground
Size - 5.8M sq x 2.8 M SWD +0.5 Fb
Quantity - One no, the tank is provided with air distribution

Page 58 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1) Annexure2
Details of Mechanical Equipment and Chemical Dosing Arrangement in AWWTP

31. Air Scour Blowers (BL-01-M-A/B)


Type - Positive displacement, Twin lobe type
Make, Model no - Everest, 42
Capacity, Delivery head - 100cu.m /hr at 0.4 Kg/ sq . cm g
Quantity - Two (1w+1s)

32. Sludge Centrifuge Pumps (CP-01- M- A/B/C/ D)


Type - Positive displacement, Rotary screw
Make, model - Tushaco, TISB-100.1
Capacity/ Del head - 5 cu. m/hr at 20 MWC
Quantity - four (2w+2s)
33. Sludge Centrifuge (CFG-M- A/B/C)
Type - Solid bowl, Counter current type, Horizontal Centrifuge
Make, model no - Humboldt/ Wedag/ S1.1
Capacity - 5 cu.m /hr sludge at 3-6% consistency
Quantity - Three (2w+1s)

34. Pressure Sand Filters (PSF-01-A/B/C)


Design Flow rate - 220 Cu. M/hr at each filter
Qty - 3nos (All working)
Type - Vertical, cylindrical with top distributor & Strainer plate at bottom

35. Media details


Filter sand Media - Quartz sand with particle
Size - 0.7-1.4 mm & depth of media 1.5m
Gravel media - Three layers, 1.6-2.5mm, 3-6mm, 7-15mm,Each of 50mm depth, total 150mm

36. Back Wash Timing


Air scouring - Approx.2 minutes
Backwash with water & air - Approx. 12 minutes
Back wash with water - Approx 6 minutes.

37. Filter Back Wash Tank (FBWT-01)


Type - Rectangular RCC Tank
Size - 10.5Mx6mx2.5 M Ld +0.3 M FB
Quantity - One

38. PSF Back Wash Pumps (PSF -10- M- A/B)


Make - Kirloskar Brothers Limited.
Model /Type - DB 200/26 /HCP
Capacity/ Head - 520Cu.M/Hr at 15 M head
Qty - Two no (1w+1s)

39. PSF Air Scour Blower (BL-02-A/B)


Make - Everest Transmission
Model/Type - 710ES / Twine lobe positive-displacement type
Capacity - 1400 cum/hr at % MWC
Qty - 2 No (1W+1S)

40. UF Feed Tank (UFFT-01)


Type - SMC FRP Square shaped tank mounted on skid
Make - Devi Polymer
Size - 8mx8m x3m ht
Quantity - One no

Page 59 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1) Annexure2
Details of Mechanical Equipment and Chemical Dosing Arrangement in AWWTP

41. UF Feed Pumps (P-09- M- A/B/C/D/E)


Make - Kirloskar Brothers Limited.
Model/ Type - CPHM 100/32 / Horizontal/ back pullout type
Capacity/ Del. Head - 128 Cu.M/hr at 25 MWC
Quantity - Five no (3w+2s)

42. Self Cleaning Filter (SCF-01/A/B/C/D)


Make - HYDAC
Model /Type - RF3- EPT-10 BAR / Back flushing type
Capacity - 120 Cu.M/hr
Qty - 4 (3W+1S)
Filtration rate - 100 Micron

43. Ultra Filtration System (UFS-A/B/C)


Make - X-Flow (NORRIT)
Model /Type - Cross flow, Inside out, hollow fiber
Feed flow - 116.1 Cu.m/hr
Recovery - 90%
No of Skids - Three (All working)
No of Membranes / skid - 40
Area of each membrane - 40 Sq.m

44. UF Permeate Water Storage Tank (UFPT-01)


Type - SMC FRP, square tank mounted on skid
Make - DeviPolymer
Capacity - 900 Cu.M
Size - 25x13x3 m ht
Qty - one no

45. Micron Filter Feed Pump (P-11- M- A/B/C/D/E)


Make - KBL
Model/ Type - CPHM 100/26 / Horizontal/ back pullout type
Capacity/ Head - 105 Cu. M/hr at 20 MWC
Quantity - Five no(3w+2s)

46.UF Back Wash Pump (P-12- M- A/B/C)


Make - KBL
Model/ Type - CPHM 125/26 / Horizontal/ back pullout type
Capacity/ head - 200 Cu. M/hr at 25 MWC

46. Chemical Enhance Backwash Tank -I (HCl) (DT-09-A/B)


Type - Vertical/ cylindrical FRP tank
Make - Strategic
Size - 1.2 mdiax1.5 m ht
Quantity - Two no (1w+1s)

47. Chemical Enhance Transfer Pump -I (HCl) (DP-10-M-A/B)


Type - Diaphragm operated, Positive displacement pump
Make/ Model no - Milton roy /
Capacity/ head - 600lph at 5 Kg /sq. cm g
Quantity - Two (1w+1s)

48. Chemical Enhance Backwash Tank II (Caustic) (DT-10- A/B)


Type - Vertical, Cylindrical FRP Tank
Make - Strategic
Size - 1.2 M dia x1.5 M ht
Quantity - Two (1w+1s)

Page 60 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1) Annexure2
Details of Mechanical Equipment and Chemical Dosing Arrangement in AWWTP

49. Chemical Enhance Backwash Tank II (Caustic) Agitator


Type - Top Mounted, propeller type
Make - Ceecons
Size - To suit the tank size
Quantity - Two (1w+1s)
50. Chemical Enhanced Transfer Pump II (Caustic) (DP-11-M-A/B)
Type - Diaphragm operated, Positive displacement pump
Make/ Model - Milton Roy/
Capacity/ head - 450 lph at 5 Kg/ sq.cm g
Quantity - Two no (1w+1s)

51. Chemical Enhance Backwash Tank III (Hypo) (DT-11-A/B)


Type - Vertical, Cylindrical, FRP tank
Make - strategic
Size - 0.6 m diax0.8 m ht

52. Chemical Enhanced Back Wash Transfer Pump III (DP-12- M- A/B)
Type - Diaphragm operated, Positive displacement type
Make/ model - Milton Roy/ B145-2
Capacity/ Head - 600lph at 5 kg/sq. cm .g
Quantity - Two no (1w+1s)

53. Cartridge Filter (Micron Filter) (CF-01-A/B/C/D)


Type - Wound type cartridges loaded in Vertical, Vessel.
Make/ model - Geofluid/, 33H47-Z3R-40-A-Z
Capacity - 94 Cu.M/hr
Pore size - 5 micron
No of cartridges in each housing - 33
Quantity - Four no (3w+1s)

54. RO High Pressure Pumps (P-13-M/A/B/C/D/E)


Type - Centrifugal, Horizontal, back pullout type pump.
Make/ Model no. - KBL CPHM 65/32
Capacity/ del. Head - 118 Cu.M /hr at140 MWC
Quantity - Five no (3w+2s)

55. RO Skids (RO- A/B/C)


Type - Two pass skid, the 1st pass consist of 11 pressure vessel and 2nd pass consist of 6
pressure vessel; 7 RO membranes provided in each vessel.
Make/ model of RO membrane - Toray/ TWL20-400-LFC membrane Spiral wound, for Tertiary
wastewater application
Recovery - 80%
Average Flux - 16.96LMH
Pressure vessel Make/model - TORAY / TML20-400
Quantity - Three skids (All working)

56. pH Correction (Morphline) Dosing Tanks (DT-08A/B)


Type - FRP Vertical Cylindrical
Make - strategic
Size - 0.6x 0.8 M ht
Quantity - 2 (1w+1s)

57. pH Correction (Morphline) Dosing Tank Agitator (AG-08-M- A/


Type - Top mounted. Propeller
Make - CEECON
Size - To suit tank size
Quantity - (1w+1s)

Page 61 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1) Annexure2
Details of Mechanical Equipment and Chemical Dosing Arrangement in AWWTP

58. pH Correction (Morphline) Dosing Pumps ( DP-09-M-A/B)


Type - Diaphragm operated, positive displacement
Make/ model - Milton Roy/
Capacity/ Head - 20 lph at 5 Kg/ sq. cm g
Quantity - Two (1w+1s)

59. Soft Water Storage Tank (SWST-01)


Type - SMC, FRP, Square tank mounted on skid.
Make - Devi Polymers
Capacity - 600 cum
Size - 15.5x15.5 x3m ht
Quantity - One no

60. Soft Water Transfer Pump (P-15-M-A/B/C)


Type - Centrifugal, Horizontal, pump
Make - KBL
Capacity/ Del. Head - 75 Cu.M / hr at 55MWC
Quantity - Three (1w+2s)

61.Acid Dosing Tanks (DT-12- A/B)


Type - FRP, Vertical, Cylindrical
Make - strategic
SIZE - 0.8m x 1.0m ht
Quantity - TWO (1w+1s)

62. Acid Dosing Pumps (DP-14- M- A/B)


Type - Diaphragm operated, displacement
Make/ model - Milton Roy
Capacity/ head - 20lph at 5 kg/sq.cm.g
Quantity - Two no (1w+1s)

63. Antiscalant Dosing Tanks (DT-13A/B)


Type - FRP, Vertical, Cylindrical
Make/ model - Strategic
Size - 0.6M dia x0.8 M ht
Quantity - Two no (1w+1s)

64. Anti Scalant Dosing Tank Agitator (AG- 13-M- A/B)


Type - Top mounted, propeller
Make / Model - CEECONS/ CPM
Quantity - (1w+1s)

65. Anti Scalant Dosing Pumps (DP- 14- M- A/B)


Type - Diaphragm operated, Positive displacement
Make/ Model no - Milton Roy
Capacity/ DEL. Head - 2 lph at 5 kg/sq.cm g
Quantity - Two no (1w+1S)

66. Sodium Bisulphite Dosing Tanks (DT 14- A/B)


Type - FRP, Vertical, cylindrical
Make - Strategic
Size - 0.6 m x 0.8 m ht
Quantity - Two (1w+1s)

67. Sodium Bi Sulphite Dosing Tank Agitator (AG- 14- M- A/B)


Type - Top mounted, Propeller type
Make - Ceecons
Size - To suit tank size
Quantity - Two (1w+1s)

Page 62 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1) Annexure2
Details of Mechanical Equipment and Chemical Dosing Arrangement in AWWTP

68. Sodium Bi Sulphite Dosing Pumps (DP-M- 15- A/B)


Type - Diaphragm operated, Positive displacement
Make/ model - Milton Roy / MRA 32 with auto
Capacity/ Del. Head - 10 lph at 5 kg/ sq. cm. g
Quantity - Two no (1w+1s)

69.Effluent Disposal Sump (EDS-01-A)


Type RCC Rectangular underground, Twin compartment Sump
Capacity - 1800 cum at each compartment
Size - 25x8x4.5m Deep +.0.3m fb at each compartment
Quantity - One no

70. Effluent Disposal Pumps (P-26- M- A/B/C/D)


Type - Horizontal, Centrifugal, split casing pump
Make/ model - KBL
Capacity/ del. Head - 300 cu. M /hrat20 MWC
Quantity - Two no (1w+1s)

71. RO Cleaning Solution Tank (ROCT-01)


Type - FRP, Vertical, Cylindrical tank with immersion heater
Make - Strategic
Size - 2m dia x 2m ht
Qty - One no

72. Cleaning Solution Agitator (AG-07- M-A)


Type - Top Mounted, propeller
Make/ model no - CEECONS,
Size - to suit the tank
Qty - one no

73. RO Cleaning Solution Pumps (P-14- M- A/B)


Type - Horizontal, centrifugal, back pullout.
Make / Model - KBL/
Capacity/ Head - 112 Cum/hr at 40 MWC
Qty - 2 No (1W+1S)

74. Micron Filter For Ro Cleaning Solution (CF-05/06)


Type - Wound type cartridges, mounted on Vertical, Cylindrical Vessel
Make / Model - Geofluid/ 37/H4/t-23r-40 AZ
Capacity - 105 cu. / hr
Pore size - 5 Micron
No of cartridges in each vessel - 37
Quantity - Two (1w+1s)

75. Air Compressors


Type - Air-cooled, reciprocating, splash lubricated, Horizontal, Compressor
Make/ Model - Ingersoll - Rand/ 7100E15
Capacity/ Delivery pressure - 42.97 Cfm( 72 Cu.M/hr) / 12.3 Kg/Sq.cm .g
Air receiver - 500 lts capacity, Horizontal with safety valve etc
Quantity - Two no (1w+1s)

76. Air Dryer


Type - Refrigerated type
Make / Model - Ingersoll- Rand/ D144-IN
Capacity - 85 CFM (144 Cu.M/hr)
Type of Refrigerant - R134A
Quantity - Two no, each dryer, connected to one compressor

Page 63 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1) Annexure2
Details of Mechanical Equipment and Chemical Dosing Arrangement in AWWTP

77. Appikonda Lift Pump House


Type Vertical Turbine Pumps
Capacity - 250 Cu.M/hr
Head 30m
Quantity - Three no, (2W+1S)

78. Appikonda Lift Pump House


Type Booster Pumps
Capacity 6-10 Cu.M/hr
Head 60-160m
Quantity - Two no, (1W+1S)

79. Appikonda Lift Pump House


Type Mechanical screen .Location At water entry of settling tank

Page 64 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1)

Annexure-3
Periodicity of Mechanical Maintenance (For routine type of jobs)
S no. DETAILS OF WORK Periodicity
1 Condition monitoring and inspection of API oil separator, clarifier Weekly
equipments
2 Condition monitoring and inspection of thickener including lifting Weekly
system
3 Condition monitoring and inspection of all pumps including chemical Weekly
dosing pump.
4 Condition monitoring and inspection of centrifuge and connected Weekly
equipments
5 Condition monitoring and inspection of all slurry pipelines, utility pipe Weekly
line, valves
6 Condition monitoring and inspection of slurry tanks, chemical dosing Weekly
tanks, agitator mechanisms.
7 Physical inspection of all drains and pits within treatment plant Weekly
premises
8 Routine Maintenance of API oil separator, oil skimmer clarifier Monthly
mechanism.
9 Routine maintenance of RO & UF membrane if any. Monthly

10 Routine maintenance of thickener mechanism including lifting Monthly


mechanism.
11 Routine maintenance of all slurry centrifugal pumps, vertical pump, Monthly
chemical dosing pumps & all other pumps.
12 Routine maintenance of centrifuge and connected units Monthly

13 Routine maintenance of EOT crane/electrical/mechanical hoists Quarterly

14 Routine maintenance of all valves, actuators, sluice gates to ensure free Quarterly
operation
15 Routine maintenance of chemical dosing system including agitator Quarterly
mechanism.
16 Repair/replacement of element of micron filter. Monthly

17 Repair/overhauling of API oil separator mechanism Yearly

18 Repair /Overhauling/clarifier mechanism Yearly

19 Repair/overhauling of thickener mechanism including gear boxes , Yearly


lifting mechanism, under water structures and mechanisms including
cleaning of thickener and painting of underwater structures.
20 Repair/overhauling of centrifuge. Yearly

21 Cleaning of pits, drains, equipments floor, surroundings of tanks, along Daily


pipe lines within treatment plant premises
22 Repair/ overhauling/replacement of all slurry pumps Half yearly

23 Repair/overhauling/replacement of all other pumps in treatment plant Yearly

All maintenance practices to be followed as per the approved check list available
and Standard Maintenance Practices (SMP) prepared by the supplier and approved
by VSP

Page 65 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1)
Annexure-4
List of Electrical Equipments under Scope of Operation & Maintenance in AWWTP Water System:

WWTP Pre-treatment Plant (415V MCC 1)


S.No DISCRPTION Rating Qty Working Standby Speed
1 API Oil Separator - Oil Skimmer/scrapper 1.1 1 1 0 935
2 API Oil Separator - Travelling Grate 3 1 1 0 1450
3 De-oiling polyelectrolyte dosing tank agitator 0.55 2 1 1 1400
4 De-oiling polyelectrolyte dosing Pumps 0.75 2 1 1 1440
6 API Clear Water Transfer Pumps 22 3 2 1 1450
7 Sludge Pumps API 1.5 4 2 2 1450
8 Clariflocculator Flash Mixer 1.1 1 1 0 1415
9 Flocculator Mechanism 1.1 2 2 0 900
10 Clariflocculator Mechanism 1.5 1 1 0 900
11 Clarified Water transfer Pumps 22 5 3 2 1450
12 Sludge Transfer Pumps-Clarifloculator 7.5 3 1 2 1450
13 HP Water Pump Flushing Pump 18.5 2 1 1 1450
14 PSF Backwash Pumps 37 2 1 1 1500
15 PSF Air Blower Twin Lobe 30 2 1 1 1500
16 Ferric Chloride Dosing Tank Agitator 0.55 2 1 1 1400
17 Ferric Chloride Dosing Pumps 0.75 2 1 1 1440
18 Polyelectrolyte Dosing Tank Agitator 1.1 2 1 1 1415
19 Polyelectrolyte Dosing Pumps 1.5 2 1 1 960
20 Thickener Flash Mixer 0.55 1 1 0 1400
21 Thickener Mechanism 2.2 1 1 0 1450
22 Oil Skimmer(Rotary disc) 0.75 1 1 0 1450
23 Thickened Sludge Pumps 5.5 3 1 2 1450
24 Sludge centrifuge pump 2.2 4 3 1 1450
25 Centrifuge 11 3 2 1 2900
26 Dewatering Poly Dosing Tank Agitator 1.5 2 1 1 1415
27 Dewatering Poly Dosing Pump 1.5 4 3 1 960
28 Air Scour Blower-Sludge Holding Tank 3.7 2 1 1 1470
29 Waste back wash trasfer pumps 18.5 2 1 1 1450
30 UF Feed pumps 18.5 5 3 2 1500
31 Agitator for PH correction dosing tank 0.18 2 1 1 1500
32 Effluent Disposal Pumps 30 4 2 2 1450
33 Soft Water Pumps to SMS 30 3 1 2 1450
34 Electrically operated Hoist WWTP - Chemical House -
Hoist Motor 0.75 1 1
CT Motor 0.19 1 1
35 Electrically operated Hoist WWTP - Pump House
Long travel Motor 0.75 1 1
36 API Clear Water Transfer Pump Hoist (2 TON -
Hoist Motor 1.5 1
CT Motor 0.19 1

Page 66 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1)
Annexure-4
List of Electrical Equipments under Scope of Operation & Maintenance in AWWTP Water System:

UF/RO - WWWTP APIKONDA SYSTEM - (415V MCC-2)


S.No DISCRPTION Rating Qty Working Standby Speed
1 Acid dosing pump for RO 0.37 2 1 1 1500
2 Acti scalent dosing pump for RO 0.37 2 1 1 1500
3 SMBS Dosing pump for RO 0.37 2 1 1 1500
4 PH Correction dosing pumps 0.37 2 1 1 1500
5 Chemical Enhance Transfer Pump II 0.75 2 1 1 1500
6 Chemical Enhance Transfer Pump I (HCL) 0.75 2 1 1 1500
7 Chemical Enhance Transfer Pump III 0.75 2 1 1 1500
8 RO High Pressure Pump 110 5 3 2 3000
9 UF Backwash Pumps 15 3 2 1 1500
10 Micron filter feed pump 11 5 3 2 1500
11 RO cleaning solution pumps 30 2 1 1 1500
Agitator for Chemical enhance backwash Tank
12 0.55 2 1 1 1500
II (Caustic Dosing Tank)
13 Agitator for RO Cleaning solution tank 0.55 1 1 0 1500
14 Agitator for Antiscalant dosing tank 0.18 2 1 1 1500
15 Agitator for SMBS Dosing Tank 0.18 2 1 1 1500
Agitator for Chemical enhance backwash Tank
16 0.18 2 1 1 1500
III (Sodium hypochloride solution)
17 FeCl3 Dosing Pump 0.37 2 1 1 1500

Appikonda Lift Pump House

S.No. EQUIPMENT Rating Qty.


1 ATPS MCC(2 I/C & 1 B/C) 630A
2 Waste Water Transfer Pump 45 KW 4
3 Tube Oil Skimmer 0.37 KW 2
4 Oil Transfer Pump 0.37 KW 2
5 Auto Filter 0.37 KW 1
6 Ventilation MCC Exhaust fan 1.1 KW 2
7 Mechanical Screen 0.75 KW 2
8 Lubrication Pump 0.75 KW 2
9 Lighting Transformer 63 A 1
10 Flow Inlet
11 Pressure Gauge

Page 67 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1)
Annexure-5
List of Tools and Tackles
S.No Electrical Tools Quantity
1. 500 V Megger 2 nos.
2. 1000V megger 1 no.
3. Digital Multi meter 3 nos.
4. DE Spanner Set/ ring spanner Set/ 2 sets each.
Box Spanner-1 set each (6 mm to 32 mm)
5. Nose Pliers / cutters of all types & sizes 2 sets
6. Bearing puller 1 light & 1heavy duty
7. Hammer, Mallet & Chisel 2 each
8. Chain pulley block 2 ton 1 no.
9. Sling along with D Shackles. 6 sets
10. Screw driver of all sizes 2 complete sets
11. Circlip pliers inner & outer 1 sets
12. AC- DC tongue tester0 250A 1 no.
13. Hand grease gun. 2 no
14. Hacksaw frame & blade 2 big & 1 small size
15. Painting brushes one of each size
16. Hand lamps with cable 2 nos.
17. Torch /emergency lights 3 nos.
18. Portable discharge rods 3 set for 3 phases.
19. Socket set with torque wrench 2 nos.
20. Welding machine 1 no.
21. Hole saw cutter 1 no.
22. Hydrometer 3 nos.
23. Allen key set (2 to 12 mm size) 1 set
24. Allen Key Set((1/32 to inch size) 1 set.
25. Measuring tape of 30 meter 1 nos.
26. Measuring tape of 3.0 meter 1 nos.
27. Electrician tool bag (leather/Canvas) with full tool kit 1to each technician
28. Manila rope/Nylon rope (1/2"dia) 100 mtrs
29. Combination pliers 1 to each technician
30. Gas cutting Unit with accessories suitable for usage
of LPG gas (No DA gas usage in VSP) 1no.
31. Portable blower 2 nos.
32. Slide-wrench (150 mm) 2 nos.
33. Slide-wrench (250 mm) 2 nos.
34. Test lamp made out of 2 Nos. 40 watts GLS Lamps 4 nos.
35. Vacuum Cleaner 1nos
Instrumentation tools
36. Extension board with 5A 2nos, 15A 3nos.
37. Extension board with 3core 25 mtr. cable 1 set
38. Copper tube cutter 1set
39. Copper tube bender 1 set
40. SS tube and bender 1 set each.
41. Instrumentation Multimeter 1 no.
42. Calibrating gauge 1 no.
43. Standard solution beakers 1 no.
44. Calibrator pump type 1set
45. Hart calibrator type 1 set
46. Decode box 1 no.
47. Power supply source 1 no.
48. Dead weight tester 1 no.
49. U tube manometer 1 no.
50. Earth tester. 1 no.
51. Crimping tool 1 no.
52. Line tester 1 no.
Additional tools not mentioned above are to be arranged as and when required.

Page 68 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1)

Annexure-6
List of Instrumentation Equipments

S No. Description Make RO PTP Total


1 Pressure Gauge (Bourdon type) GEC 32 16 48
2 Pressure Gauge (Diaphragm seal GIC 49 26 75
type)
3 DP transmitter Emerson 7 7
4 DP Switch HYDSC 4 4
5 DP Switch Switzer 6 6
6 Pressure Switch Switzer 4 4
7 Pressure Transmitter Emerson 25 1 26
8 Level Transmitter (Ultrasonic type) Emerson 5 5 10
9 Level Gauge (Seal type) Levcon 15 6 21
10 Level Indicator (Dial type) GIC 2 2
11 Level Indicator (Float board type) Pune controls 3 3
12 Level Switch SBEM 14 8 22
13 Flow transmitter (DP type) Emerson 25 25
14 Flow Element (orifice) Engg. Spec. 22 22
15 Flow Indicator (Bypass type) Eureka 6 6
16 Flow indicator (online Type) Eureka 6 6
17 Ph analyzer (Flow through type) Yokogawa 4 4
18 ORP analyzer (Flow through type) Yokogawa 2 2
19 Sodium analyzer (Flow through type) RODI systems 1 1
20 Conductivity analyzer (Flow through Yokogawa 5 5
type)
21 Silica analyzer (Flow through type) Forbes 1 1
Polymetron
22 Control valves Forbes 7 7
Marshall
23 On/Off valves along with solenoid VA Tech 96 62 158
valves

Page 69 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1)

Annexure-7
Periodicity of Maintenance of Electrical & Instrumentation Equipments

Sl no. Equipments Periodicity


1 415 V PCC Y
2 MCC Y
3 PDB Q/Y
4 LDB M/Q/CR
5 ACB Y
6 LT drive switchgear Q
7 LT motors M/ Q/ CR
8 DCS system M/ Q/ CR
9 SAS M/ Q/ CR
10 EOT crane Electrics M/ Q/ CR
11 UPS system M/ Q/ CR
12 FDA system M
13 Earthing network Y
14 Lighting transformers Y
15 On/Off valves Y
16 Switches Y
17 Transmitters Y
18 Control valves Y
19 Temperature Elements Y
20 Temperature transmitters Y
21 Pressure Gauge (Bourdon type)/ (Diaphragm seal type) Y
22 Level Gauge (Seal type) Y
23 Flow Element (Orifice) H
24 Flow Indicator H
25 Analyzers 1) Conductivity analyzer Q
2) Silica analyzer M
3) pH analyzer M
4) Sodium analyzer M
5) ORP analyzer. Q

Note: DI-Daily Inspection; W-weekly; M-Monthly; QQuarterly; HHalf yearly;


Y-Yearly; CRCapital Repair.
All maintenance will be done as per standard practices in VSP and
mutually accepted by agency and Engineer-in-charge.
Calibration of flow transmitters shall be done as suggested by OEM/
approved by VSP.
However incase of requirement calibration periodicity may increase.

Page 70 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1)
Annexure-8
General Activity required under the Complete Electrical/ Instrumentation
Maintenance.
L.NO. Details of Work
1 Monthly inspection of switchgear module of LT drives.
2 Routine maintenance of switchgear module of LT drives.
3 Fault finding and rectification on switchgear module of LT drives.
4 Routine maintenance of LT motors.
5 Monthly inspection of LT motors.
6 Lubrication of LT motors.
7 Fault finding and rectification of LT motors.
8 Termination of cable of LT motors.
9 Determination of cable of LT motors.
10 Alignment of LT motors.
11 Removal of LT motors.
12 Reinstallation of LT motors.
13 Capital repair of LT motors.
14 Alignment of LT motors.
15 Routine maintenance of air circuit breaker.
16 Capital repair & maintenance of air circuit breaker.
18 Initial charging of battery.
19 Earth resistance checking and maintenance of earth pits.
20 Maintenance of earthing network.
21 Maintenance of lightening arrester network & lightening arrester.
22 Maintenance of EOT crane.
23 Repair and maintenance of lighting transformers.
24 Repair and maintenance of lighting distribution board & PDB.
25 Repair and maintenance of MCB DB.
26 Installation of new light fittings.
27 Repair of 70 - 400 Watt fitting.
28 Repair of 1*40 / 65 Watt fluorescent lamp fitting.
29 Repair of 2*40 / 65 Watt fluorescent lamp fitting.
30 Repair of 70 - 400 Watt Street light fitting.
31 Dismantling of 70 - 400 Watt fittings.
32 Maintenance of all street lighting.
33 Installation of new CFL light fittings.
34 Removal of 3 * 240/300 Sqmm cable.
35 Removal of 3 * 35 to 185 Sqmm cable.
36 Removal of control cables.
37 Installation of 2-7 core /1.5-4 Sqmm cable.
38 Installation of 10-19 core 1.5 / 2.5 Sqmm cable.
39 Excavation of cable trenches.
40 Termination of cable 3 * 120-300 Sqmm.
41 Termination of cable 3 * 25 - 95 Sqmm.
42 Straight through jointing of cable 3 * 240 /300 Sqmm.


Page 71 of 81 Signature of the Tenderer
Techno-Commercial bid part
(To be placed in Cover-1)
Annexure-8
General Activity required under the Complete Electrical/ Instrumentation
Maintenance.

43 Straight through jointing of cable 3 * 150 / 185 Sqmm.


44 Straight through jointing of cable 3 * 70 - 120 Sqmm.
45 Laying of GI wire 3 to 6 25 Sqmm.
46 Erection of welding sockets.
47 Installation of earth strips 25*3 / 50*6 mm.
48 Installation of earth strips 40*6/ 50*6 mm on CTs.
49 Repair and maintenance of DCS with client server architecture.
50 Repair and maintenance of PLC control stations.
51 Repair and maintenance of PC based engineering and operator stations.
52 Repair and maintenance of Redundant data communication bus.
53 Repair and maintenance of distributed I/O units.
54 Housekeeping of main building.
55 Relay testing and calibration for relay installed in LT switch board.
56 Repair and maintenance of Surge arresters.
57 Maintenance of 415 V MCC1&2 bus section.
58 Fault finding and repair with control supply of415V PCC & MCC.
59 Repair and maintenance of LPBS.
60 Repair and maintenance of Space heaters of LT motors.
61 Jobs related with temporary power connection like welding machine etc.
62 Removal and re installation of submersible dewatering pumps.
63 Repair and maintenance of Pneumatic Valve actuators.
64 Repair and maintenance of Pneumatic Valve actuators control system.
65 Testing of all electrical interlocks.
66 Testing of all instrumentation interlocks.
67 Trouble shooting and rectification of all light fitting except street lighting and
high mast which is under VSP (CME) scope.
68 Calibration of all instrumentation equipment.
69 Maintenance of PC and Printer.
70 Instrument Control Panel: Clean the panel interior & exterior. Check for the
tightness of terminals, cable end & earthing terminations. Check fuses,
indicating lamps switches, PBS. Check the alarm, FDA and annunciator for
its proper functioning.
71 Field Instruments: Check the tightness of terminals, cable and termination
and earthing studs. Replace the defective components, if observed,
calibrate the instruments.
72 Contractor to ensure that all Control Room and field instruments (including
Complete Control and On-off valves) are maintained properly as per
Manufacturer's recommendation and requirement of the plant.
73 Contractor to ensure the panel lighting in instrumentation panel
replacement of bulb and fan maintenance in PLC panel.
74 Relay for two incomer and one bus coupler setting has to be done on
yearly basis and all the set value has to be recorded.


Page 72 of 81 Signature of the Tenderer
Techno-Commercial bid part
(To be placed in Cover-1)

Annexure 9
Manpower Deployment

Contractor shall maintain required manpower all the time so that plant availability is not
affected. Following is the organization table of proposed minimum manpower strength
to be deployed at site.

Sl. Position/ Post Minimum Minimum Shifts/ Gen


No Qualification Experience shift

1 Plant Manager Graduate/ Post 2 years 1 in G-Shift


graduate in Chemical
Engineering
2 Chemist Graduate in B.Sc 2 years 1 per Shift

3 Plant Operator Graduate/Diploma in 2 years 3 per Shift


B.Sc
4 Maintenance In Mechanical Engineer/ 2 years in Mechanical 1 in G-Shift
charge Diploma in Engineering/
Mechanical 5 years diploma in
Mechanical
5 Electrical/ Graduate in 2 years 1 in G-Shift
Instrumentation BE/B.Tech
engineer
6 Electrical / Graduate/ 2years 1 per Shift
Instrumentation Diploma/ITI
Technician
* Deployment of manpower other than proposed shall be as per job requirement.

RESPONSIBILITY:
Plant Manager: He will be the over all in charge of the plant, responsible for all the
activities to be carried out in AWWTP for 24 hour to achieve the desired quantity &
quality of output. He has to coordinate with engineer in charge for all activity to be
carried out in AWWTP. Any abnormality noticed in AWWTP to be informed to VSP shift
in charge immediately with corrective action. He has to report of plant position at the
end of each shift to Engineer in-charge.
Chemist: He will be operation I/c during shift along with laboratory job. He has to
coordinate with VSP shift in charge & his representatives for smooth operation of
AWWTP.
Plant Operators: Responsible for smooth operation of AWWTP. They have to perform
all the activity noted at clause 1.00 of Scope of Work.
Maintenance In charge: Responsible for all mechanical activity to be carried out at
AWWTP viz. maintenance all type of pumps, blowers, centrifuges, tanks, valves, piping
jobs, RO membrane replacement etc. He has to arrange shut down and work permit
with co-ordination of VSP shift in-charge. He is responsible of fulfilling of all mechanical
maintenance schedules, break down repair, corrective and preventive maintenance. He
will also be responsible for plant manager responsibilities in his absence.

Page 73 of 81 Signature of the Tenderer


Techno-Commercial bid part
(To be placed in Cover-1)

Annexure 9
Manpower Deployment

Mechanical Fitter: Overhauling, Preventive Maintenance, breakdown maintenance,


alignment of pumps, blowers, centrifuges, maintenance of tanks, valves, piping jobs,
RO membrane replacement.
Electrical and instrumentation engineer : maintenance all type of overhauling,
Preventive Maintenance of motors, switchgear, transformers, Maintenance of Vacuum
contractor , relays , checking calibration and troubleshooting of transmitters, PLC ,
analyzers , gauges ,SDVs and pneumatic control valves etc.
Electrical & instrumentation & Automation technician:
Electrical: overhauling, Preventive Maintenance of motors, switchgear, transformers,
Maintenance of Vacuum contractor, relays etc
Instrumentation: checking calibration and troubleshooting of transmitters, PLC,
analyzers, gauges, SDVs and pneumatic control valves.
He will be responsible for all electrical and instrumentation activities of AWWTP.
Abnormality of any instrument should be addressed immediately without any delay by
him. Work permit arrangement will be his responsibility. Normalization of power failure
and routine shut down will be in his scope. Any other related activity will also in his
scope.
Contractor should deploy sufficient numbers of mechanical fitter electrical,
instrumentation technician & unskilled person to carry out all kinds of maintenance
operation &housekeeping activity.
If any additional manpower is required for emergency work, contactor has to
provide the same.

Page 74 of 81 Signature of the Tenderer


Techno-Commercial bid part
QUESTIONNAIRE
(To be placed in Cover-1) TENDER NO : 73355

PROPOSAL NO : 655061300100
WORK DESC : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
Cond No Cond Desc
1 TECHNICAL QUALIFICATION CRITERIA::

2 The following questionnaire shall be filled by the tenderer and


technical bid shall be evaluated based on the detail and documents
submitted.

3 1.0 Confirm whether the General specification, BOQ, scope of work, terms
and conditions, manpower requirement, equipment details, are thoroughly
seen and understood by you. YES/NO
4 2.0 Confirm whether the tenderer is having 3 years of experience in
comprehensive operation and maintenance of waste water system including
different kinds of pumps, various kinds of valves, piping, clarifier,
sludge handling system, chemical handling, ultra filtration, reverse
osmosis etc. in a process plant.
YES/NO If YES, then the documentary proof has been attached
along with the offer. YES/NO

5 3.0 Confirm whether the tenderer is a manufacturer and designer of Waste


Water UF and RO system.
YES/NO
If YES, then the documentary proof has been attached along with the
offer. YES/NO

6 NOTE:
I. Furnish details attaching additional sheets in case space given above
against each point is not sufficient to enter the detail along with
serial number of the point.

II. For technical qualification criteria, the answer of the bidder for
questionnaire no 1 should be YES & out of 2& 3 any one should be YES.

III. In case any of the technical qualification criteria is not met,


your tender will not be considered and the price bid shall not be
opened.

Page 75 of 81 Signature of the Tenderer


Techno-Commercial bid part To be removed and placed in Cover-1
(To be placed in Cover-1)

RASTRIYA ISPAT NIGAM LIMITED


VISAKHAPATNAM STEEL PLANT
WORKS CONTRACT DEPARTMENT
VISAKHAPATNAM 530 031
PHONES: 0891 2518763, 2758705, FAX: 0891 2518763

IMPORTANT INSTRUCTIONS TO TENDERERS


The Tenderers are requested to note the following:-

1.0. The blank Integrity pact document (consisting of 5 Pages) is attached to the Tender document.
The same is to be detached while submitting the Tender.

2.0. The detached Integrity pact document should be signed on all pages by the tenderer after
filling the blanks, wherever required and is to be submitted along with the Pre-Qualification
papers, Cost of Tenders and EMD Etc., in Cover-1.

3.0. The Cover -2 should contain total Tender Document only.

4.0. Please note that non submission of duly filled and signed Integrity Pact in prescribed format
enclosed with Tender schedule will entail to disqualification of tender and price bid of such
tenderer will not be opened.

****

Page 76 of 81 Signature of the Tenderer


Techno-Commercial bid part To be removed and placed in Cover-1
(To be placed in Cover-1)

INTEGRITY PACT

Rashtriya Ispat Nigam Limited (RINL) hereinafter referred to as The Principal,


And
hereinafter referred to as The Bidder/ Contractor
Preamble
The Principal intends to award, under laid down organizational procedure, a contract for OPERATION,
MAINTENANCE ACTIVITIES AND SUPPLY OF CHEMICAL AND ITS APPLICATION FOR APPIKONDA
WASTE WATER TREATMENT FPLANT. The Principal values full compliance with all relevant laws of the
land, rules, regulations, economic use of resources, and of fairness/transparency in its relations with its
Bidder(s) and/or Contractor(s).
The Principal will nominate an Independent External Monitor (IEM) by name from the panel of IEMs, at
the tender stage for monitoring the tender process and the execution of the contract in order to ensure
compliance with the Integrity Pact by all the parties concerned.
Section 1 Commitments of the Principal:
(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the
following principles:-
(a) No employee of the Principal, personally or through family members, will in connection with
the tender or the execution of a contract, demand/take a promise/accept, for self or for third
person, any material or non material benefit which the person is not legally entitled to.
(b) The Principal will, during the tender process treat all bidders with equity and reason. The
Principal will in particular, before and during the tender process, provide to all Bidders the same
information and will not provide to any Bidder confidential/additional information through
which the bidder(s) could obtain an advantage in relation to the tender process or the contract
execution.
(c) The Principal will exclude from the process all known prejudiced persons.
(2) If the Principal obtains information on the conduct of any of its employees which is a criminal
offence under the PC Act / applicable law, or if there be a substantive suspicion in this regard, the
Principal will inform Chief Vigilance Officer of RINL and in addition can initiate disciplinary action.
Section 2 Commitments of the Bidder(s)/Contractor(s) :
(1) The Bidder/Contractor commits to take all measures necessary to prevent corruption and commits
to observe the following principles during his participation in the tender process/during the
contract execution (in case of Bidder to whom the contract has been awarded).
(a) The Bidder/Contractor will not, directly or through any other person or firm, offer, promise or
give to any of the Principals employees involved in the tender process or the execution of the
contract or to any third person any material or other benefit which he/she is not legally entitled
to, in order to obtain in exchange any advantage of any kind whatsoever during the tender
process or during the execution of the contract or to vitiate the Principals tender process or
contract execution.
(b) The Bidder/Contractor will not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non- submission of bids or any other
actions to restrict competitiveness or to introduce cartelization in the bidding process or to
vitiate the Principals tender process or execution of the contract.
(c) The Bidder/Contractor will not commit any offence under the PC Act/ Applicable law, like
paying any bribes or giving illegal benefit to anyone including employees of RINL, to gain
undue advantage in dealing with RINL or for any other reason etc. Further, the
Bidder/Contractor will not use improperly, for purposes of competition or personal gain, or pass
on to others, any information or document provided by the Principal as part of the business
relationship regarding plans, technical proposals and business details including information
contained or transmitted electronically.
(d) The Bidder/Contractor of foreign origin shall disclose the name and address of the
Agent(s)/representative(s) in India, if any. Similarly the Bidder/Contractor of Indian Nationality
shall furnish the name and address of the foreign supplier/contract Agency, if any. Further
details, as mentioned in the Guidelines on Indian Agents of Foreign Suppliers/contract
agencies, shall be disclosed by the bidder/Contractor wherever applicable. Further, as
mentioned in the Guidelines, all the payments made to the Indian agent(s)/representative(s)
have to be in Indian Rupees only.

Page 77 of 81 Signature of the Tenderer


Techno-Commercial bid part To be removed and placed in Cover-1
(To be placed in Cover-1)
Copy of the Guidelines on Indian Agents of Foreign Suppliers/contract agencies is enclosed.
(e) The Bidder/Contractor will, when presenting his bid, disclose any and all payments he has
made or committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the contract.
(2) The Bidder/Contractor will not instigate third persons to commit offences outlined above or be an
accessory to such offences.

Section 3 Disqualification from tender process and exclusion from future contracts:
(1) A transgression is considered to have occurred, if the principal after due consideration of the
available evidence, concludes that a reasonable doubt is possible.
(2) If the Bidder/Contractor, before award of contract or after award of contract has committed a
transgression through a violation of Section 2 above or in any other form such as to put his
reliability or credibility in question, the Principal is entitled to disqualify the Bidder from the tender
process or to terminate the contract, if already awarded, for that reason, without prejudice to
other remedies available to the Principal under the relevant GCC of the tender/contract.
(3) If the bidder/Contractor has committed a transgression through a violation of any of the terms
under Section-2 above or in any other form such as to put his reliability or credibility into
question, the Principal is entitled also to exclude the bidder/Contractor from future
tenders/Contract award processes. The imposition and duration of the exclusion will be
determined by the principal keeping in view the severity of the transgression. The severity will be
determined by the circumstances of the case, in particular the number of transgressions, the
position of the transgressors within the company hierarchy of the bidder/Contractor and the
amount of the damage.
(4) If it is observed after payment of final bill but before the expiry of validity of Integrity pact that the
contractor has committed a transgression through a violation of any of the terms under Section 2
above during the execution of contract, the Principal is entitled to exclude the Contractor from
future tenders/Contract award processes.
(5) The exclusion will be imposed for a minimum period of six (6) months and a maximum period of
three (3) years.
(6) If the bidder/Contractor can prove that he has restored/recouped the damage to the principal
caused by him and has installed a suitable corruption prevention system, the Principal may
revoke the exclusion before the expiry of the period of such exclusion.

Section 4 Compensation for Damages:


(1) If the Principal has disqualified the bidder from the tender process prior to the award in
accordance with Section 3 above, the Earnest Money Deposit (EMD)/Bid security furnished, if
any, along with the offer as per the terms of the Invitation to Tender (ITT) shall be forfeited. This
is apart from the exclusion of the Bidder from future tenders as may be imposed by the Principal,
as brought out at Section 3 above.
(2) If the Principal has terminated the Contract in accordance with Section 3 above, or if the Principal
is entitled to terminate the Contract in accordance with Section 3 above, the Security
Deposit/performance bank guarantee furnished by the contractor, if any, as per the terms of the
ITT/Contract shall be forfeited without prejudicing the rights and remedies available to the
principal under the relevant General conditions of contract. This is apart from the exclusion of
the Bidder from future tenders as may be imposed by the Principal, as brought out at Section 3
above.
Section 5 Previous transgressions:
(1) The Bidder declares that, to the best of his knowledge, no previous transgression occurred in the
last five (05) years with any Company or Organization or Institution in any country or with any
Government in any country conforming to the anticorruption approach that could justify his
exclusion from the tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender
process. The contract, if already awarded, can be terminated for such reason.

Section 6 Equal treatment of all Bidders/Contractors/Subcontractors:


(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors, he desires to
appoint, a commitment in conformity with this Integrity Pact, and to submit it to the Principal at
the time of seeking permission for such subcontracting.
(2) The Principal will enter into agreements with identical conditions as this one with all Bidders and
Contractors.

Page 78 of 81 Signature of the Tenderer


Techno-Commercial bid part To be removed and placed in Cover-1
(To be placed in Cover-1)
(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or
violate its provisions.

Section 7 Criminal charges against violating Bidder(s)/Contractor(s)/subcontractor(s):


If the Principal obtains knowledge of conduct of a Bidder, Contractor, Subcontractor, or of any
employee or a representative or an associate of a Bidder/Contractor/ Subcontractor which
constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will
inform the same to CVO of RINL.

Section 8 Independent External Monitor(s) [IEM(s)]:


(1) The Principal appoints competent and credible Independent External Monitor with the approval
of Central Vigilance Commission. The IEM reviews independently, the cases referred to him or
written complaints with all details received directly by him to assess whether and to what extent
the parties concerned complied with the obligations under this Integrity Pact.
(2) In case of complaint/representations on compliance of the provisions of the Integrity Pact by any
person/agency, the complaint/representation can be lodged by the aggrieved party with the
Nodal Officer for IP of RINL or directly with the IEM. The Nodal Officer shall refer the
complaint/representation so received by him to the IEM for his examination. Similarly, RINL in
case of any doubt regarding compliance by any or all the bidders can lodge its complaint / make
a reference to IEM through Nodal Officer. For ensuring the desired transparency and objectivity
in dealing with the complaints arising out of the tendering process, the matter should be
examined by the full panel of IEMs who would look into the records, conduct an investigation
and submit their joint recommendations to the Management.
(3) The IEM is not subject to instructions by both the parties and performs his functions neutrally and
independently. The IEM will submit report to the CMD, RINL.
(4) The Bidder(s)/Contractors(s) accepts that the IEM has the right to access without restriction, to all
tender/contract documentation of the Principal including that provided by the
Bidder/Contractor. The Bidder/Contractor will also grant the IEM, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his tender/contract
documentation. The same is applicable to unrestricted and unconditional access to tenders /
contract documentation of Subcontractors also. The IEM is under contractual obligation to treat
the information and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with
confidentiality.
(5) IEM will have the right to attend any meeting between RINL and Counterparties in respect of the
cases falling under the purview of IP.
(6) As soon as the IEM notices, or believes to notice, a violation of this pact, he will so inform the
Principal and request the Principal to discontinue or take corrective action or to take other
relevant action. The IEM can in this regard submit non binding recommendations. Beyond this,
the IEM has no right to demand from the parties that they act in a specific manner, refrain from
action or tolerate action.
(7) The IEM will submit a written report to the CMD, RINL within four (04) to six (06) weeks from the
date of reference or intimation to him by the Principal and, should the occasion arise, submit
proposals for corrective actions for the violations or the breaches of the provisions of the
agreement noticed by the IEM.
(8) IEM may also submit a report directly to the CVO of RINL and the Central Vigilance Commission,
in case of suspicion of serious irregularities attracting provisions of the PC Act/ applicable Law.
(9) Expenses of IEM shall be borne by RINL/VSP as per terms of appointment of IEMs.
(10) The word Monitor means Independent External Monitor and would include both singular and
plural.
Section 9 Duration of the Integrity Pact:
(1) This Pact comes into force upon signing by both the Principal and the Bidder/Contractor. It
expires for the Contractor twelve (12) months after the last payment under the contract, and for
all Bidders, six (06) months after the contract has been awarded and accordingly for the Principal
after the expiry of respective periods stated above.
(2) If any claim is made/lodged during the valid period of the IP, the same shall be binding and
continue to be valid even after the lapse of this pact as specified above, unless it is
discharged/determined by CMD of RINL.
Section 10 Other provisions:
(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered
Office of the principal, i.e. Visakhapatnam, State of Andhra Pradesh, India.

Page 79 of 81 Signature of the Tenderer


Techno-Commercial bid part To be removed and placed in Cover-1
(To be placed in Cover-1)
(2) Changes and supplements as well as termination notices need to be made in writing. Side
agreements to this pact have not been made.
(3) If the Contractor is a partnership firm/ consortium, this agreement must be signed by all partners/
consortium members, or their Authorized Representative(s) by duly furnishing Authorization to
sign Integrity Pact.
(4) Should one or several provisions of this Pact turnout to be invalid, the remaining part of the Pact
remain valid. In this case, the parties will strive to come to an agreement with regard to their
original intentions.
(5) Wherever he or his is indicated in the above sections, the same may be read as he/she or his/her,
as the case may be. Similarly, wherever Counterparty or Bidder or Contractor is mentioned, the
same would include both singular and plural.

_____________________________ _____________________________________
(For & On behalf of the Principal) (For & On behalf of Bidder/Contractor)

(Office Seal) (Office Seal)

Place ______________________ Witness 1 :

Date: ______________________ (Name & Address)

Witness 2 :

(Name & Address)

Page 80 of 81 Signature of the Tenderer


Techno-Commercial bid part To be removed and placed in Cover-1
(To be placed in Cover-1)

GUIDELINES FOR INDIAN AGENTS OF FOREIGN SUPPLIERS/CONTRACT


AGENCIES

1.0 There shall be compulsory registration of Indian Agents of foreign suppliers/contract Agencies
with RINL in respect of all Global (Open) Tenders and Limited Tenders. An agent who is not
registered with RINL shall apply for registration in the prescribed Application Form.
1.1 Registered agent needs to submit before the placement of order by RINL, an Original certificate
issued by his foreign supplier/contract Agency (or an authenticated Photostat copy of the above
certificate duly attested by a Notary Public) confirming the agency agreement and giving the
status being enjoyed by the agent along with the details of the commission/
remuneration/salary/retainer being paid by them to the agent(s).
1.2 Wherever the Indian representative has communicated on behalf of their foreign supplier/
contract Agency and/or the foreign supplier/contract Agency have stated that they are not
paying any commission to their Indian agent(s) but paying salary or retainer, a written
declaration to this effect given by the foreign supplier/contract Agency should be submitted
before finalizing the contract.

2.0 DISCLOSURE OF PARTICULARS OF AGENT(S)/REPRESENTATIVE(S) IN INDIA, IF ANY:


2.1 Bidders of Foreign nationality shall furnish the following details in their quotation/bid:
2.1.1 The name and address of their agent(s)/representative(s) in India, if any, and the extent of
authorization and authority given to them to commit them. In case the agent(s)/
representative(s) is a foreign Company, it shall be confirmed whether it is a really substantial
Company and details of the company shall be furnished.
2.1.2 The amount of commission/remuneration included in the quoted price(s) for such agent(s)/
representative(s) in India.
2.1.3 Confirmation of the Bidder that the commission/remuneration if any, payable to his agent(s)/
representative(s) in India, may be paid by RINL in Indian Rupees only.

3.0 DISCLOSURE BY INDIAN AGENT(S) OF PARTICULARS OF THEIR FOREIGN SUPPLIER/ CONTRACT


AGENCY AND FURNISHING OF REQUISITE INFORMATION:
3.1 Bidders of Indian Nationality shall furnish the following details/certificates in/along with their
offers:
3.1.1 The name and address of foreign supplier/contract agency indicating their nationality as well as
their status, i.e., manufacturer or agent of manufacturer holding the Letter of Authority.
3.1.2 Specific Authorization letter by the foreign supplier/contract agency authorizing the agent to
make an offer in India in response to tender either directly or through their agent(s)/
representative(s).
3.1.3 The amount of commission/remuneration included for bidder in the price(s) quoted.
3.1.4 Confirmation of the foreign supplier/contract Agency of the Bidder, that the commission/
remuneration, if any, reserved for the Bidder in the quoted price(s), may be paid by RINL in India
in equivalent Indian Rupees.

4.0 In either case, in the event of materialization of contract, the terms of payment will provide for
payment of the commission/remuneration payable, if any, to the agent(s)/representative(s) in
India in Indian Rupees, as per terms of the contract.
4.1 Failure to furnish correct information in detail, as called for in para 2.0 and/or 3.0 above will
render the bid concerned liable for rejection or in the event of materialization of contract; the
same is liable for termination by RINL. Besides this, other actions like banning business dealings
with RINL, payment of a named sum etc., may also follow.
******

Page 81 of 81 Signature of the Tenderer


Price bid part Retender
(To be placed in Cover-2) Tender No. WMD/73355-0

FORMC
RASHTRIYA ISPAT NIGAM LIMITED
VISAKHAPATNAM STEEL PLANT
WORKS CONTRACTS DEPARTMENT
VISAKHAPATNAM-530031
PHONE NO: (MAX) 3691, TELEFAX NO: 0891-2518763

Name of the work:


Operation, Maintenance activities and supply of Chemical and its
application for Appikonda Waste Water Treatment Plant.

TENDER NO: 73355-0

PERIOD OF CONTRACT : 12 (Twelve) months


DEFECT LIABILITY PERIOD : 01 (One) month
ENGINEER : Asst. General Manager (Tech.)/WMD

ISSUED TO SRI/ M/s._____________________________________________________________________________________

No of pages of BOQ alone : 03 (Three) pages only


Note: Tenderer has to fill the data
wherever and whatever required in
the tender schedule without fail and Total No. of pages : 06 (Six) pages only
sign all the pages

(FOR OFFICE USE ONLY)

1. E.M.D. PARTICULARS :

2. Sl. No. : OUT OF TENDERS

3. COVERING LETTER : NO. OF PAGES:

4. REBATE OFFERED :

5. RATE WRITTEN IN WORDS :

6. VALIDITY OF TENDER : 4 MONTHS FROM THE DATE OF OPENING

SIGNATURE OF CONTRACT SIGNATURE OF FINANCE


DEPT. REPRESENTATIVE DEPARTMENT REPRESENTATIVE

Page 1 of 6 RINL VIGILANCE TOLL FREE NO. 1800 4258878Signature of the Tenderer
RASHTRIYA ISPAT NIGAM LIMITED TENDER NO : 73355
REPORT ID: VISAKHAPATNAM STEEL PLANT Page 1 of 3
Price bid part BOQ REPORT
(To be placed in Cover-2)
-----------------------------------------------------------------------------------------

DEPT NAME : WMD ENGG DIVN : MECHANICAL

PROPOSAL NO : 655061300100 RESP CODE : 656001

Work Desc : Operation, Maintenance Activities and Supply of Chemical and its
Application for Appikonda Waste Water Treatment Plant
The BOQs are prepared on the basis of following rates.
Min.Wage Rate VSP Rate
UnSkilled 231.00 388.85
SemiSkilled 262.00 434.95
Skilled 308.00 499.05

Item Item Description Unit Quantity Rate Amount


No. Desc. (Rs.) (Rs.)

1 Shift wise operation of MONTH 12.000 355650.55 4267806.60


related area of AWWTP &
AWWT pumphuse on 24 Rupees Three lakh fifty-five thousand six
hours x 365 days basis hundred fifty and paise fifty-five Only
as per scope of work.

2 Complete Mechanical MONTH 12.000 242535.00 2910420.00


maintenance of all
equipments related area Rupees Two lakh forty-two thousand five
of AWWTP as per schedule hundred thirty-five Only
and as required on
condition based.

3 Complete Electrical & MONTH 12.000 243689.25 2924271.00


Instrumetaion
maintenance of all Rupees Two lakh forty-three thousand six
equipments related area hundred eighty-nine and paise twenty-five
of AWWTP as per schedule Only
and as required on
condition based.

4 Coagulant - Feric KILO 331944.000 10.93 3628147.92


Chloride -43% at 25 mg / GRAM
l dosing. Rupees Ten and paise ninety-three Only

5 Polyelectrolyte - KILO 5712.000 311.36 1778488.32


Polyelectrolyte at 1mg / GRAM
l dosing. Rupees Three hundred eleven and paise thirty-
six Only

Page 2 of 6 Signature of the Tenderer


RASHTRIYA ISPAT NIGAM LIMITED TENDER NO : 73355
REPORT ID: VISAKHAPATNAM STEEL PLANT Page 2 of 3
Price bid part BOQ REPORT
(To be placed in Cover-2)
-----------------------------------------------------------------------------------------

6 Dewatering KILO 7320.000 316.83 2319195.60


polyelectrolyte - GRAM
Dewatering Rupees Three hundred sixteen and paise
polyelectrolyte - no eighty-three Only
dosing.

7 De oiling KILO 7200.000 365.99 2635128.00


polyelectrolyte - De GRAM
oiling polyelectrolyte Rupees Three hundred sixty-five and paise
at 2.5 mg / l dosing. ninety-nine Only

8 Antiscalent -Antiscalent KILO 7320.000 327.75 2399130.00


at 3 mg / l dosing. GRAM
Rupees Three hundred twenty-seven and paise
seventy-five Only

9 Antidoxidant -Sodium KILO 19032.000 30.59 582188.88


Metabisulphate at 5mg / GRAM
l dosing. Rupees Thirty and paise fifty-nine Only

10 Hydrochloric Acid- KILO 65880.000 5.46 359704.80


Hydrochloric Acid -30 % GRAM
at 8 mg / l dosing. Rupees Five and paise forty-six Only

11 ClO 2 Generation KILO 26352.000 115.81 3051825.12


Chemical - Sodium GRAM
Chlorite at 3 mg / l Rupees One hundred fifteen and paise eighty-
dosing. one Only

12 ClO 2 Generation KILO 26352.000 5.46 143881.92


Chemical - Hydrochloric GRAM
Acid- 30 % at 3 mg / l Rupees Five and paise forty-six Only
dosing

13 UF Membrane CEB Chemical KILO 8784.000 31.68 278277.12


- Poly Aluminium GRAM
Chloride at 2mg / l Rupees Thirty-one and paise sixty-eight Only
dosing

14 UF Membrane CEB Chemical KILO 3000.000 8.74 26220.00


- Sodium Hypochlorite - GRAM
10% . Rupees Eight and paise seventy-four Only

Page 3 of 6 Signature of the Tenderer


RASHTRIYA ISPAT NIGAM LIMITED TENDER NO : 73355
REPORT ID: VISAKHAPATNAM STEEL PLANT Page 3 of 3
Price bid part BOQ REPORT
(To be placed in Cover-2)
-----------------------------------------------------------------------------------------

15 UF Membrane CEB Chemical KILO 3048.000 21.85 66598.80


- Sodium Hydroxide -46 % GRAM
. Rupees Twenty-one and paise eighty-five Only

16 UF Membrane CEB Chemical KILO 2988.000 5.46 16314.48


- Hydrochloric Acid- 30% GRAM
at 3 mg / l dosing. Rupees Five and paise forty-six Only

17 RO Membrane Cleaning KILO 1980.000 589.95 1168101.00


Chemical - Boicide. GRAM
Rupees Five hundred eighty-nine and paise
ninety-five Only

18 RO Membrane Cleaning KILO 3600.000 327.75 1179900.00


Chemical- Organic GRAM
Cleaner. Rupees Three hundred twenty-seven and paise
seventy-five Only

19 RO Membrane Cleaning KILO 3600.000 137.66 495576.00


Chemical-EDTA GRAM
Rupees One hundred thirty-seven and paise
sixty-six Only

20 RO Membrane Cleaning KILO 1200.000 183.54 220248.00


Chemical-Sodium Lauryl GRAM
Sulphate. Rupees One hundred eighty-three and paise
fifty-four Only

21 RO Membrane Cleaning KILO 3600.000 21.85 78660.00


Chemical-Sodium GRAM
Hydroxide -46% Rupees Twenty-one and paise eighty-five Only

22 RO Membrane Cleaning KILO 3600.000 61.18 220248.00


Chemical-Citric Acid - GRAM
98% Rupees Sixty-one and paise eighteen Only

30750331.56
Rupees Three crore seven lakh fifty thousand
three hundred thirty-one and paise fifty-six
Only

Signature of I/C Signature of HOD

Page 4 of 6 Signature of the Tenderer


Price bid part
(To be placed in Cover-2)

FORMG

RASHTRIYA ISPAT NIGAM LIMITED


VISAKHAPATNAM STEEL PLANT

WORKS CONTRACTS DEPARTMENT TENDER NO: 73355-0


BILL OF QUANTITIES (BOQ)

Name of the work: Operation, Maintenance Activities and Supply of Chemical and its
application for Appikonda Waste Water Treatment Plant.

1. The quantities indicated are approximate and may vary to a wide range. Payment shall be made as per the
actual work carried out at corresponding accepted rate.
2. Wherever old items are replaced for fixing new items, all related connections are to be made good for proper
functioning of new items. Dismantled / old items are to be handed over to the stores.

RATE
No. DESCRIPTION UNIT QTY. AMOUNT (`.)
(`.)

As per the detailed Bill of


Quantities enclosed in 03
ESTIMATED VALUE 3,07,50,331.56ps
[Three] pages. (Rupees Three crores seven lakhs fifty
thousand three hundred thirty one and
paise fifty six only)

TOTAL AMOUNT QUOTED IN FIGURES: `. _________________________________________________________

TOTAL AMOUNT QUOTED IN WORDS: `.__________________________________________________________

____________________________________________________________ ____________________________only.

1) The details of Input Tax Credit of APVAT Act and CENVAT Benefit on Excise Duty are given at Clause
No.43 of Special Conditions of Contract in Instructions to Tenderers. Tenderers are requested to read the
Clause, fill up the Questionnaire given therein and provide information as per Annexure-1.
2) The Input Tax Credit and CENVAT Benefit on account of Excise Duty shall be calculated based on the
information that shall be provided by the tenderer in Annexure-1. Filled in Annexure-1 shall be submitted
along with their quote in Form G.
Note:
1. Tenderer shall write their quoted offer both in WORDS and FIGURES. The quoted offer in WORDS shall be
in CAPITAL / BLOCK letters.
2. If there is discrepancy between the amount mentioned in FIGURES and the amount mentioned in WORDS,
the amount as mentioned in WORDS only shall be taken as the quotation of the tenderer.

The estimate of this tender is based on the RINL/VSP approved wage rates, consequent to the minimum
wage of contract worker as notified by the Regional Labour Commissioner (Central), Hyderabad, which is
given below. In case revision in the minimum wages of contract labour takes place, escalation due to this
shall be payable to the contractor as per the escalation formula indicated in the Special Conditions of
Contract.

Unskilled worker Semiskilled Worker Skilled Worker


RINL/VSP approved rate
388=85ps 434=95ps 499=05ps
(in `.)
Minimum wages as
notified by the RLC
231/- 262/- 308/-
(Central), Hyderabad (in
`.)

Page 5 of 6 Signature of the Tenderer


Price bid part
(To be placed in Cover-2)

ANNEXURE-1.

Tentative VSP ITC 2.02%

A. Table indicating details of local sales within Andhra Pradesh at 5% APVAT

Total value of Excise Duty & APVAT @ 5% Total Value Service Tax & Gross Value
work including Cess on the on the Material including Excise Cess on
Material & Component of Value Duty & APVAT Services
Services but Transaction Component
excluding ED, value (if any)
APVAT &
Service Tax

(1) (2) (3) (4 = 1+2+3) (5) (6 = 4+5)

Tentative VSP ITC 11.52%

B. Table indicating details of local sales within Andhra Pradesh at 14.5% APVAT

Total value of Excise Duty & APVAT @ Total Value Service Tax & Gross Value
work including Cess on the 14.5% on the including Excise Cess on
Material & Component of Material Value Duty & APVAT Services
Services but Transaction Component
excluding ED, value (if any)
APVAT &
Service Tax
(1) (2) (3) (4 = 1+2+3) (5) (6 = 4+5)

C. Table indicating details of Central Sales

Total value of Excise Duty & CST on the Total Value Service Tax & Gross Value
work including Cess on the Material Value including Excise Cess on
Material & Component of Duty & CST Services
Services but Transaction Component
excluding ED, value (if any)
APVAT &
Service Tax
(1) (2) (3) (4 = 1+2+3) (5) (6 = 4+5)

Note: Column No.4 value should be reflected in the Quote Sheet (Form G) as Quoted Amount.

..
(Name)
Signature with Seal

Page 6 of 6 Signature of the Tenderer

You might also like